0% found this document useful (0 votes)
122 views171 pages

Global Tender Enquiry Document: Aiims, Raebareli On E-Tender Basis

This document announces a global tender for the purchase of various medical equipment for AIIMS Raebareli. It provides details of the equipment required, quantity, and EMD amount for each item under different departments including anesthesia, cardiology, dentistry, nephrology and others. A total of 74 medical equipment are listed with specifications provided in subsequent sections. Bids are invited from eligible tenderers for the supply of these equipment as per the terms laid out in the following sections of this tender document.

Uploaded by

anurag chauhan
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)
122 views171 pages

Global Tender Enquiry Document: Aiims, Raebareli On E-Tender Basis

This document announces a global tender for the purchase of various medical equipment for AIIMS Raebareli. It provides details of the equipment required, quantity, and EMD amount for each item under different departments including anesthesia, cardiology, dentistry, nephrology and others. A total of 74 medical equipment are listed with specifications provided in subsequent sections. Bids are invited from eligible tenderers for the supply of these equipment as per the terms laid out in the following sections of this tender document.

Uploaded by

anurag chauhan
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/ 171

GLOBAL TENDER ENQUIRY DOCUMENT

FOR PURCHASE OF MEDICAL EQUIPMENT

FOR & ON BEHALF OF

AIIMS, RAEBARELI

On E-Tender Basis

HSCC/AIIMS-RAEBARELI/HOSPITAL/3/2019
Dated 23.12.2019

HSCC (INDIA) LTD


(A GOVERNMENT OF INDIA ENTERPRISE)
Plot No. 6-A, Block-E, Sector-1, NOIDA (U.P.) – 201 301
PHONE: 0120-2540153
FAX: 0120-2542447
URL: www.hsccltd.com
INDEX
Section Topic No.

Section I -- Notice inviting Tender (NIT) -------------------------------------------------------------


Section II -- General Instructions to Tenderers (GIT) ------------------------------------------
Section III – Special Instructions to Tenderers (SIT) -----------------------------------------
Section IV – General Conditions of Contract (GCC) --------------------------------------------
Section V – Special Conditions of Contract (SCC) ----------------------------------------------
Section VI – List of Requirements -------------------------------------------------------
Section VII – Technical Specifications -------------------------------------------------------
Section VIII – Quality Control Requirements --------------------------------------------------------
Section IX – Qualification Criteria--------------------------------------------------------------
Section X – Tender Form -------------------------------------------------------------------------
Section XI – Price Schedules -----------------------------------------------------------------------
Section XII – Questionnaire -------------------------------------------------------------------------
Section XIII – Bank Guarantee Form for EMD ---------------------------------------------------
Section XIV – Manufacturer’s Authorisation Form -------------------------------------------------
Section XV – Bank Guarantee Form for Performance Security /CMC Security ---------------
Section XVI – Contract Form (A & B) -------------------------------------------------------------
Section XVII – Proforma of Consignee Receipt Certificate -----------------------------------------
Section XVIII – Proforma of Final Acceptance Certificate by the Consignee -------------------
Section XIX – Affidavit/Undertaking
Section XX – Check List for the Tenderers -----------------------------------------------------
Section XXI – Consignee------------------------------------------------------------------------------
Section XXII - Integrity Pact
Section XXIII - Circulars
Annexure-A - Technical Specifications
HSCC (India) Limited

SECTION- I

NOTICE INVITING TENDERS (NIT)


For GLOBAL TENDER ENQUIRY DOCUMENT
HSCC (INDIA) LTD
(A GOVERNMENT OF INDIA ENTERPRISE)
Plot No. 6-A, Block-E, Sector-1, NOIDA (U.P.) – 201 301

PHONE: 0120-2540153
FAX: 0120-2542447
URL: www.hsccltd.co.in

GOVT OF INDIA
MINISTRY OF HEALTH & FAMILY WELFARE

SECTION I

NOTICE INVITING TENDER (NIT)


Tender Enquiry No.: HSCC/AIIMS-RAEBARELI/Hospital/3/2019 Dated: 23.12.2019

Bids are invited on behalf of Ministry of Health & Family Welfare through HSCC (India) Ltd from
eligible and qualified tenderers for supply of following Medical Equipments for AIIMS, Raebareli-
229405, U.P., India:-

S. Equipment Details Qty./ Requirements EMD (Rs.)


No.
A Aneasthesia Deptt. At Hospital
Block
1 Blood & Fluid Warming Device 10 no. for Hospital Block 20,000.00

2 Non invasive Ventilator 5 no. for Hospital Block 50,000.00

3 Recovery trolley 15 no. for Hospital Block 90,000.00

4 ICU monitor with CNS (5 nos) 50 no. for Hospital Block 8,00,000.00

5 Recovery ward monitor 30 no. for Hospital Block 1,80,000.00

6 Transport Monitor 7 no. for Hospital Block 32,200.00

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 3 Dated 23.12.2019


HSCC (India) Limited

7 Anesthesia Workstation with Monitor & 15 no. for Hospital Block 9,00,000.00
Ventilator

8 Blood Gas Analyser 2 no. for Hospital Block 34,000.00

9 Nerve Stimulator 4 no. for Hospital Block 8,000.00

10 Fiberoptic bronchoscope with monitor and 2 no. for Hospital Block 52,000.00
recording facility for adult and pediatric

B Cardiology Deptt. At Hospital


Block
1 2 D Echo Cardiography 1 no. for Hospital Block 1,20,000.00

2 TMT Machine with Ergometer or 2 no. for Hospital Block 60,000.00


Treadmill

3 Holter Monitor 4 no. for Hospital Block 28,000.00

4 Tilted Table 1 no. for Hospital Block 10,000.00

C Dentistry Deptt. At Hospital Block

1 ADVANCE ELECTRONIC DENTAL CHAIR 3 no. for Hospital Block 1,08,000.00

2 TABLE TOP AUTOCLAVE 2 no. for Hospital Block 20,000.00

3 DENTAL INTRAORAL X-RAY UNIT 1 no. for Hospital Block 5,000.00

4 DENTAL DIGITAL RADIOGRAPHY SENSOR 1 no. for Hospital Block 5,000.00


SYSTEM WITH SOFTWARE

5 ULTRASONIC CLEANER 1 no. for Hospital Block 5,000.00

6 ELECTROSURGICAL UNIT 1 no. for Hospital Block 5,000.00

7 PHYSIODISPENSER WITH REDUCTION 1 no. for Hospital Block 5,000.00


GEAR HANDPIECE

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 4 Dated 23.12.2019


HSCC (India) Limited

8 DENTAL EXTRACTION INSTRUMENTS 1 set for Hospital Block 8,000.00

9 CRANIOMAXILLOFACIAL TRAUMA 1 set for Hospital Block 20,000.00


INSTRUMENTS

10 GENERAL INSTRUMENTS FOR DENTISTRY – 1 set for Hospital Block 30,000.00


OUT PATIENTS DEPARTMENTS

11 GENERAL MAXILLOFACIAL SURGICAL 1 set for Hospital Block 30,000.00


INSTRUMENTS

12 HAND PIECE CLEANING AND OILING 1 no. for Hospital Block 4,000.00
SYSTEM

13 FIBER OPTIC LIGHT SOURCE 1 no. for Hospital Block 8,000.00

14 ORTHOPANTOMOGRAM (OPG) UNIT 1 no. for Hospital Block 1,00,000.00

15 INSTRUMENT WASHER, DISINFECTOR 1 no. for Hospital Block 8,000.00

D Nephrology Deptt. At Hospital


Block
1 CRRT Machine 1 no. for Hospital Block 30,000.00

2 Automatic PD Cycler 1 no. for Hospital Block 14,000.00

3 Haemodialysis Machine (SLED Mode) 5 no. for Hospital Block 1,50,000.00

4 RO plant 1 no. for Hospital Block 1,00,000.00

5 Dialyser Reprocessor 2 no. for Hospital Block 24,000.00

E Other Equipment in Hospital


Block
1 Drug Cart/Crash Cart 3no. for Cardiology + 6no. 18,000.00
for CTVS + 15no. for
Anesthesia = 24 nos.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 5 Dated 23.12.2019


HSCC (India) Limited

2 Portable Ventilator 5no. for Anesthesia + 2no. 86,000.00


for CTVS + 2no. for
Emergency & Trauma
= 9 nos.
3 ICU Ventilator 30no. for Anesthesia + 5no. 10,00,000.00
for Emergency & Trauma =
35 nos.
4 DVT Pump 20no. for Aneasthesia + 72,000.00
1no. for General Medicine
& Immunology = 21 nos.
5 Patient Warming Unit 1no. for Cardiology + 2no. 1,20,000.00
for CTVS + 1no. for
Neurosurgery + 1no. for
Urology + 10no. for
Anesthesia = 15 nos.
6 Defibrillator with CPR Capability 8 no. for Anesthesia + 2no. 1,40,000.00
for Surgical Oncology +
2no. for Nephrology
= 12 nos.
7 Volumetric Infusion Pump 4no. for Cardiology + 10no. 38,000.00
for CTVS + 2no. for
Neurosurgery + 10no. for
Medical Oncology + 10no.
for Emergency & Trauma
= 36 nos.
8 LED Head Light 2no. for ENT + 6no. for 16,000.00
Dentistry = 8nos.

F Other Equipment For Medical


College Block
1 Mortuary cooler with arrangement to keep 4 Nos. for Human Anatomy 1,20,000.00
bodies Deptt.

2 Exercise Physiology System 1 No. for Physiology Deptt. 60,000.00

3 Gas analyser automatic for CO2, O2, N2 1 No. for Physiology Deptt. 10,000.00

4 Multi channel Physiograph, 3 channels, 2 No. for Physiology Deptt. 14,000.00


complete with accessories

5 Student physiograph, (single channel) with 10No. for Physiology Deptt. 20,000.00
accessories

(1)The bidders are required to be registered at HSCC e-tender portal www.tenderwizard.com/HSCC. Please
log on to www.tenderwizard.com/HSCC only for downloading bid document and for participation through E-
tendering basis. For submission and other details please refer HSCC e-tender portal

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 6 Dated 23.12.2019


HSCC (India) Limited

www.tenderwizard.com/HSCC. For submission of the bids, the bidders are required to have Digital Signature
Certificate (DSC) from the authorized Certifying Authorities.

Complete set of Bid Documents has been made available at E-Tender portal www.tenderwizard.com/HSCC,
www.hsccltd.com , CPPP Portal for downloading from 23.12.2019 to 22.01.2020. Prospective bidders are
advised to regularly scan through HSCC E-tender portal www.tenderwizard.com/HSCC , www.hsccltd.com
& CPPP as corrigendum/modification/amendments, if any, will be notified on these portal only and no
separate advertisement will be made for this.

(2)Tender Enquiry No.: HSCC/AIIMS RAEBARELI/Hospital/3/2019 Dated 23.12.2019


Sl. No. Description Schedule
Dates of sale of tender 24.12.2019 to 22.01.2020
i.
enquiry documents 12.00 hrs to 1700 hrs IST
HSCC (India) Ltd,
Place of sale of Tender
ii. Plot No. 6-A, Block-E, Sector-1, Noida
Enquiry Documents
(U.P)-201301
Cost of the Tender Enquiry
iii. Nil
Document
Pre Bid Meeting Date &
iv. 06.01.2020, 11.00 AM IST
Time
HSCC (India) Ltd,
v. Pre Tender Meeting Venue
Plot No. 6-A, Block-E, Sector-1, Noida
(U.P)-201301
Closing date & time for
vi. 22.01.2020, 1430 hrs IST
receipt of Tender
Time and date of opening of
vii. 22.01.2020, 1500 hrs IST
Techno – Commercial tenders
Venue of Opening of Techno
viii. Same as 2 (ii)
Commercial Tender
2. Interested tenderers may obtain further information about this requirement from this office
inviting the tenders.
3. The prospective bidders who have not registered can register with E-procurement system of
NIC by paying necessary registration charges. The bidders may prepare a banker cheque/Draft
in favour of HSCC (India) Ltd. Office at Noida, payable at Noida/Delhi and deposit it. In order to
submit the bids electronically bidders are required to have type-II Digital Signature Certificate.
Digital Signature can be obtained from any of the certifying agency.

The tender shall be submitted all the necessary documents and in physical form (with
respect to few documents as mentioned in the SIT) in parts/covers as mentioned below:

Part-I In Original Offline (In separate Envelope) & Copy Online


(i) Tender Fee and EMD
(ii) Affidavit as per Section XIX
(iii) Technical compliance for the quoted goods vis-à-vis the Technical specifications and
with all related brochures/catalogues in the tender enquiry, technical bid.
(NOTE : Submit : “Compliance report in a tabulated and point wise manner
clearly highlighting the parameters in technical literature/data sheets
/brochure/ Certificates.)
Part-II Online
Tender Fee and EMD

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 7 Dated 23.12.2019


HSCC (India) Limited

(i) Power of Attorney


(iii)Tender Form as per section X.
(iv)Manufacturers Authorization Form
(iv) Affidavit as per Section XIX
(vi) Proforma A
(vii) Performance statement along with required PO copies and its corresponding end
user‟s satisfactory performance certificate as per section IX.
Technical compliance for the quoted goods vis-à-vis the Technical specifications.
(NOTE : Submit : “Compliance report in a tabulated and point wise manner
clearly highlighting the parameters in technical literature/data sheets
/brochure/ Certificates.)
(viii) Name, address and details of account with respect to bidder and/or beneficiary of
L/C. Copy of PAN. Certificate of Incorporation/Declaration being a proprietary firm.
(x) Audited Annual report of last 3 completed financial years (Balance sheet and Profit &
Loss Account). Certificate of Regn. Issued by Directorate of Industries/NSIC, if SSI unit.
(xi) Quality Control Requirements as per Section VIII
Price Bid (Only online).
- Price Schedule
- CMC Price Schedule
- Turnkey Price Schedule
4. All prospective tenderers may attend the Pre Tender meeting. For all the above tender IDs,
Pre-bid meeting shall be held as mentioned above.

5. To participate in the submission against the tender, it is mandatory for the Applicants to get
digital signature and get themselves registered with e-tendering system.

6. Complete set of Bid Documents has been made available at E-Tender portal
www.tenderwizard.com/HSCC, www.hsccltd.com for downloading. The cost the Tender
Enquiry Document is free of cost. Tenderer may download the tender enquiry documents
from the website and submit its tender online after logging in to their user ID. The bidders are
required to be registered at HSCC e-tender portal www.tenderwizard.com/HSCC. Please log on
to www.tenderwizard.com/HSCC only for uploading its tender on-line for participation
through E-Tendering basis. For submission and other details, please refer HSCC e-tender
portal www.tenderwizard.com/HSCC.

7. Tenderers shall ensure that their tenders, complete in all respects, are submitted online and
desired hard copies in original dropped in the Tender Box located at HSCC (India) Ltd., E-6A,
Sector-1, Noida, U.P.-201301 on or before the closing date and time indicated above, failing
which the tenders will be treated as late and rejected.

8. In the event of any of the above mentioned dates being declared as a holiday /closed day for
the purchase organisation, the physical form of tenders will be received/opened on the next
working day at the appointed time. Bidders are requested to regularly visit website
www.tenderwizard.com/HSCC & www.hsccltd.com for corrigendum/amendments etc., if any,
as these there no separate advertisement for them.
9. Purchaser/HSCC reserves the right to annul the tendering process at any stage without
assigning any reason thereof.
Sr. CGM-I
HSCC (India)
Ltd,NOIDA

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 8 Dated 23.12.2019


HSCC (India) Limited

SECTION - II

GENERAL INSTRUCTIONS TO TENDERERS (GIT)


CONTENTS

Sl.
Topic Page No.
No.
A PREAMBLE
1 Definitions and Abbreviations 08
2 Introduction 09
3 Availability of Funds 10
4 Language of Tender 10
5 Eligible Tenderers 10
6 Eligible Goods and Services 10
7 Tendering Expense 10
B TENDER ENQUIRY DOCUMENTS
8 Contents of Tender Enquiry Documents 10
9 Amendments to Tender Enquiry Documents 11
10 Clarification of Tender Enquiry Documents 11
C PREPARATION OF TENDER
11 Documents Comprising the Tender 11
12 Tender Currencies 12
13 Tender Prices 13
14 Indian Agent 15
15 Firm Price / Variable Price 15
16 Alternative Tenders 15
Documents Establishing Tenderer’s Eligibility and
17 16
Qualifications
Documents Establishing Good’s Conformity to Tender
18 16
Enquiry Document
19 Earnest Money Deposit (EMD) 16

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 9 Dated 23.12.2019


HSCC (India) Limited

20 Tender Validity 17
21 Signing and Sealing of Tender 18
D SUBMISSION OF TENDERS
22 Submission of Tenders 18
23 Late Tender 19
24 Alteration and Withdrawal of Tender 19
E TENDER OPENING
25 Opening of Tenders 19
F SCRUTINY AND EVALUATION OF TENDERS
26 Basic Principle 20
27 Preliminary Scrutiny of Tenders 20
28 Minor Infirmity/Irregularity/Non-Conformity 21
29 Discrepancy in Prices 21
30 Discrepancy between original and copies of Tender 21
31 Qualification Criteria 22
32 Conversion of Tender Currencies to Indian Rupees 22
33 Schedule-wise Evaluation 22
34 Comparison of Tenders 22
Additional Factors and Parameters for Evaluation and 22
35
Ranking of Responsive Tenders
36 Tenderer’s capability to perform the contract 23
37 Contacting the Purchaser 23
G AWARD OF CONTRACT
Purchaser’s Right to Accept any Tender and to Reject 23
38
any or All Tenders
39 Award Criteria 23
40 Variation of Quantities at the Time of Award 23
41 Notification of Award 24
42 Issue of Contract 24
Non-receipt of Performance Security and Contract by 24
43
the Purchaser/Consignee
44 Return of EMD 25
45 Publication of Tender Result 25
46 Corrupt or Fraudulent Practices 25

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 10 Dated 23.12.2019


HSCC (India) Limited

GENERAL INSTRUCTIONS TO TENDERERS (GIT)

A. PREAMBLE

1. Definitions and Abbreviations


1.1 The following definitions and abbreviations, which have been used in these documents
shall have the meanings as indicated below:

1.2. Definitions:

(i) “Purchaser” means the organization purchasing goods and services as


incorporated in the Tender Enquiry document i.e. Director, AIIMS, Munshiganj,
Raebareli-229405, U.P., India.
(ii) “Tender” means Bids / Quotation / Tender received from a Firm / Tenderer /
Bidder.
(iii) “Tenderer” means Bidder/ the Individual or Firm submitting Bids / Quotation /
Tender
(iii) “Supplier” means the individual or the firm supplying the goods and services as
incorporated in the contract.
(iv) “Goods” means the instruments, machinery, equipment, medical equipment, etc.
which the supplier is required to supply to the purchaser under the contract.
(v) “Services” means services allied and incidental to the supply of goods, such as
transportation, installation, commissioning, provision of technical assistance,
training, after sales service, maintenance service and other such obligations of
the supplier covered under the contract.
(vi) “Earnest Money Deposit” (EMD) means Bid Security/ monetary or financial
guarantee to be furnished by a tenderer along with its tender.
(vii) “Contract” means the written agreement entered into between the purchaser
and/or consignee and the supplier, together with all the documents mentioned
therein and including all attachments, annexure etc. therein.
(viii) “Performance Security” means monetary or financial guarantee to be furnished
by the successful tenderer for due performance of the contract placed on it.
Performance Security is also known as Security Deposit.
(ix) “Consignee” means Director, AIIMS Raebareli/person to whom the goods are
required to be delivered as specified in the Contract. If the goods are required to
be delivered to a person as an interim consignee for the purpose of despatch to
another person as provided in the Contract then that “another” person is the
consignee, also known as ultimate consignee.
(x) HSCC (India) Ltd is the executing agency for and on behalf of the Purchaser.
(xi) “Specification” means the document/standard that prescribes the requirement
with which goods or service has to conform.
(xii) “Inspection” means activities such as measuring, examining, testing, gauging one
or more characteristics of the product or service and comparing the same with
the specified requirement to determine conformity.
(xiii) “Day” means calendar day.

1.3 Abbreviations:

(i) “TE Document” means Tender Enquiry Document


(ii) “NIT” means Notice Inviting Tenders.
(iii) “GIT” means General Instructions to Tenderers

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 11 Dated 23.12.2019


HSCC (India) Limited

(iv) “SIT” means Special Instructions to Tenderers


(v) “GCC” means General Conditions of Contract
(vi) “SCC” means Special Conditions of Contract
(vii) “DGS&D” means Directorate General of Supplies and Disposals
(viii) “NSIC” means National Small Industries Corporation
(ix) “PSU” means Public Sector Undertaking
(x) “CPSU” means Central Public Sector Undertaking
(xi) “LSI” means Large Scale Industry
(xii) “SSI” means Small Scale Industry
(xiii) “LC” means Letter of Credit
(xiv) “DP” means Delivery Period
(xv) “BG” means Bank Guarantee
(xvi) “ED” means Excise Duty
(xvii) “CD” means Custom Duty
(xviii) “VAT” means Value Added Tax
(xix) “CENVAT” means Central Value Added Tax
(xx) “CST” means Central Sales Tax
(xxi) “RR” means Railway Receipt
(xxii) “BL” means Bill of Lading
(xxiii) “FOB” means Free on Board
(xxiv) “FCA” means Free Carrier
(xxv) “FOR” means Free On Rail
(xxvi) “CIF” means Cost, Insurance and Freight
(xxvii) “CIP (Destinations)” means Carriage and Insurance Paid up to named port of
destination. Additionally the Insurance (local transportation and storage)
would be extended and borne by the Supplier from ware house to the
consignee site for a period including 3 months beyond date of delivery.
(xxviii) “DDP” means Delivery Duty Paid named place of destination (consignee site)
(xxix) “INCOTERMS” means International Commercial Terms as on the date of
Tender Opening
(xxx) “CMC” means Comprehensive maintenance Contract (labour, spare and
preventive maintenance)
(xxxi) “RT” means Re-Tender.

2. Introduction

2.1 The Purchaser has issued these TE documents for purchase of goods and related
services as mentioned in Section – VI – “List of Requirements”, which also indicates,
interalia, the required delivery schedule, terms and place of delivery.
2.2 This section (Section II - “General Instruction Tenderers”) provides the relevant
information as well as instructions to assist the prospective tenderers in preparation
and submission of tenders. It also includes the mode and procedure to be adopted by
the purchaser for receipt and opening as well as scrutiny and evaluation of tenders and
subsequent placement of contract.
2.3 The tenderers shall also read the Special Instructions to Tenderers (SIT) related to this
purchase, as contained in Section III of these documents and follow the same
accordingly. Whenever there is a conflict between the GIT and the SIT, the provisions
contained in the SIT shall prevail over those in the GIT.
2.4 Before formulating the tender and submitting the same to the purchaser, the tenderer
should read and examine all the terms, conditions, instructions, checklist etc. contained
in the TE documents. Failure to provide and/or comply with the required information,

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 12 Dated 23.12.2019


HSCC (India) Limited

instructions etc. incorporated in these TE documents may result in rejection of its


tender.
3. Availability of Funds
3.1 Expenditure to be incurred for the proposed purchase will be met from the funds
available with the purchaser/consignee.
4. Language of Tender
4.1 The tender submitted by the tenderer and all subsequent correspondence and
documents relating to the tender exchanged between the tenderer and the purchaser,
shall be written in the English language, unless otherwise specified in the Tender
Enquiry. However, the language of any printed literature furnished by the tenderer in
connection with its tender may be written in any other language provided the same is
accompanied by an English translation and, for purposes of interpretation of the tender,
the English translation shall prevail.
4.2 The tender submitted by the tenderer and all subsequent correspondence and
documents relating to the tender exchanged between the tenderer and the purchaser,
may also be written in the Hindi language, provided that the same are accompanied by
English translation, in which case, for purpose of interpretation of the tender etc, the
English translations shall prevail.
5. Eligible Tenderers
5.1 This invitation for tenders is open to all suppliers who fulfil the eligibility criteria
specified in these documents.
6. Eligible Goods and Services
6.1 All goods and related services to be supplied under the contract shall have their origin
in India or any other country with which India has not banned trade relations. The term
“origin” used in this clause means the place where the goods are mined, grown,
produced, or manufactured or from where the related services are arranged and
supplied.
7. Tendering Expense
7.1 The tenderer shall bear all costs and expenditure incurred and/or to be incurred by it in
connection with its tender including preparation, mailing and submission of its tender
and for subsequent processing the same. The purchaser will, in no case be responsible
or liable for any such cost, expenditure etc regardless of the conduct or outcome of the
tendering process.

B. TENDER ENQUIRY DOCUMENTS


8. Content of Tender Enquiry Documents
8.1 In addition to Section I – “Notice inviting Tender” (NIT), the TE documents include:
 Section II – General Instructions to Tenderers (GIT)
 Section III – Special Instructions to Tenderers (SIT)
 Section IV – General Conditions of Contract (GCC)
 Section V – Special Conditions of Contract (SCC)
 Section VI – List of Requirements
 Section VII – Technical Specifications
 Section VIII – Quality Control Requirements
 Section IX – Qualification Criteria
 Section X – Tender Form

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 13 Dated 23.12.2019


HSCC (India) Limited

 Section XI – Price Schedules


 Section XII – Questionnaire
 Section XIII – Bank Guarantee Form for EMD
 Section XIV – Manufacturer’s Authorisation Form
 Section XV – Bank Guarantee Form for Performance Security/CMC Security
 Section XVI – Contract Forms A & B
 Section XVII – Proforma of Consignee Receipt Certificate
 Section XVIII – Proforma of Final Acceptance Certificate by the consignee
 Section XIX – Affidavit
 Section XX – Check List
 Section XXI – Consignee
8.2 The relevant details of the required goods and services, the terms, conditions and
procedure for tendering, tender evaluation, placement of contract, the applicable
contract terms and, also, the standard formats to be used for this purpose are
incorporated in the above-mentioned documents. The interested tenderers are
expected to examine all such details etc to proceed further.
9. Amendments to TE documents
9.1 At any time prior to the deadline for submission of tenders, the purchaser may, for any
reason deemed fit by it, modify the TE documents by issuing suitable amendment(s) to
it.
9.2 Such an amendment will be notified in the referred website only.
9.3 In order to provide reasonable time to the prospective tenderers to take necessary
action in preparing their tenders as per the amendment, the purchaser may, at its
discretion extend the deadline for the submission of tenders and other allied time
frames, which are linked with that deadline.
10. Clarification of TE documents
10.1 A tenderer requiring any clarification or elucidation on any issue of the TE documents
may take up the same with the purchaser in writing on or before the due date of pre-
bid meeting. No queries will be entertained later on. The purchaser will respond in
writing to such request as per the schedule.

C. PREPARATION OF TENDERS
11. Documents Comprising the Tender

11.1 The bids shall be submitted online and in physical form in three parts/covers as
mentioned below:
(i) Tender Fee, EMD, Pre-qualification as per Tender Terms and referred in checklist at
section XIX and as mentioned in para A below.
(ii) Technical Bid
(iii) Price Bid (Only online).

Tenderers are requested not to submit the hard copy of Price Bid along with the
physical form of tender. In case the hard copy of price bid is submitted in physical form,
the tender shall be straightway rejected. Also, uploading of the price bid in
prequalification bid or technical bid will result in rejection of the tender.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 14 Dated 23.12.2019


HSCC (India) Limited

A) Techno – Commercial Tender (Un priced Tender)


i) Earnest money furnished in accordance with GIT clause 19.1 alternatively,
documentary evidence as per GIT clause 19.2 for claiming exemption from
payment of earnest money.
ii) Tender Form as per Section X (without indicating any prices).
iii) Documentary evidence, as necessary in terms of clauses 5 and 17 establishing that
the tenderer is eligible to submit the tender and, also, qualified to perform the
contract if its tender is accepted.
iv) Tenderer/Agent who quotes for goods manufactured by other manufacturer shall
furnish Manufacturer’s Authorisation Form.
v) Power of Attorney in favour of signatory of TE documents.
vi) Documents and relevant details to establish in accordance with GIT clause 18 that
the goods and the allied services to be supplied by the tenderer conform to the
requirement of the TE documents.
vii) Performance Statement as per section IX along with relevant copies of orders and
end users’ satisfaction certificate/Installation Reports.
viii) Certificate of Incorporation in the country of origin.

B) Price Tender:

1. Prices are to be quoted in the attached Price Bid format online as per the directionson
the official website.

2. The price should be quoted for the accounting unit indicated on the website.

The bidder shall not submit hard copy of financial bid otherwise his tender shall be
straightway rejected. Also, uploading the price bid in prequalification bid or technical
bid will result in rejection of the tender.

Note:
It is the responsibility of tenderer to go through the TE document to ensure furnishing
all required documents in addition to above, if any.

11.2 A person signing (manually or digitally) the tender form or any documents forming part
of the contract on behalf of another shall be deemed to warrantee that he has authority
to bind such other persons and if, on enquiry, it appears that the persons so signing had
no authority to do so, the purchaser may, without prejudice to other civil and criminal
remedies, cancel the contract and hold the signatory liable for all cost and damages
11.3 A tender, which does not fulfil any of the above requirements and/or gives evasive
information/reply against any such requirement, shall be liable to be ignored and
rejected.
11.4 Tender sent by fax/telex/cable/electronically shall be ignored.

12. Tender currencies


12.1 The tenderer supplying indigenous goods or already imported goods shall quote only in
Indian Rupees.
12.2 For imported goods if supplied directly from abroad, prices shall be quoted in any freely
convertible currency say US Dollar, Euro, GBP or Yen. As regards price(s) for allied
services, if any required with the goods, the same shall be quoted in Indian Rupees only
if such services are to be performed /undertaken in India. Commission for Indian Agent,

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 15 Dated 23.12.2019


HSCC (India) Limited

if any and if payable shall be indicated in the space provided for in the price schedule
and will be payable in Indian Rupees only.
12.3 Tenders, where prices are quoted in any other way shall be treated as non -responsive
and rejected.
13 Tender Prices
13.1 The Tenderer shall indicate on the Price Schedule provided under Section XI all the
specified components of prices shown therein including the unit prices and total tender
prices of the goods and services it proposes to supply against the requirement. All the
columns shown in the price schedule should be filled up as required. If any column does
not apply to a tenderer, same should be clarified as “NA” by the tenderer.
13.2 If there is more than one schedule in the List of Requirements, the tenderer has the
option to submit its quotation for any one or more schedules and, also, to offer special
discount for combined schedules. However, while quoting for a schedule, the tenderer
shall quote for the complete requirement of goods and services as specified in that
particular schedule.
13.3 The quoted prices for goods offered from within India and that for goods offered from
abroad are to be indicated separately in the applicable Price Schedules attached under
Section XI. Bidders must quote the prevailing taxes and duties as applicable.
13.4 While filling up the columns of the Price Schedule, the following aspects should be
noted for compliance:

13.4.1 For domestic goods or goods of foreign origin located within India, the prices in the
corresponding price schedule shall be entered separately in the following manner:
a) the price of the goods, quoted ex-factory/ ex-showroom/ ex-warehouse/ off-the-
shelf, as applicable, including all taxes and duties like sales tax, CST VAT, CENVAT,
Custom Duty, Excise Duty etc. already paid or payable on the components and raw
material used in the manufacture or assembly of the goods quoted ex-factory etc. or
on the previously imported goods of foreign origin quoted ex-showroom etc;
b) any sales or other taxes and any duties including excise duty, which will be payable
on the goods in India if the contract is awarded;
c) charges towards Packing & Forwarding, Inland Transportation, Insurance (local
transportation and storage) would be borne by the Supplier from ware house to the
consignee site for a period including 3 months beyond date of delivery,
Loading/Unloading and other local costs incidental to delivery of the goods to their
final destination as specified in the List of Requirements and Price Schedule;
d) the price of Incidental Services, as mentioned in List of Requirements and Price
Schedule;
e) the prices of Turnkey ( if any), as mentioned in List of Requirements, Technical
Specification and Price Schedule; and
f) the price of annual CMC, as mentioned in List of Requirements, Technical
Specification and Price Schedule.
13.4.2 For goods offered from abroad, the prices in the corresponding price schedule shall be
entered separately in the following manner:
a) The price of goods quoted FOB/FCA port of shipment, as indicated in the List of
Requirements and Price Schedule;
b) the price of goods quoted CIP (name port of destination) in India as indicated in the
List of Requirements, Price Schedule and Consignee List;
c) the charges for Insurance (local transportation and storage) would be extended and
borne by the Supplier from ware house to the consignee site for a period including 3

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 16 Dated 23.12.2019


HSCC (India) Limited

months beyond date of delivery. Other local costs and Incidental costs, as specified
in the List of Requirements and Price Schedule;
d) the charges for Incidental Services, as in the List of Requirements and Price Schedule;
e) the prices of Turnkey ( if any), as mentioned in List of Requirements, Technical
Specification and Price Schedule; and
f) the Total tender price of goods quoted CIP basis at consignee site in India as
indicated in the List of Requirements, Price Schedule and Consignee List + quoted
custom duty + quoted IGST
g) the price of annual CMC, as mentioned in List of Requirements, Technical
Specification and Price Schedule.
13.5 Additional information and instruction on Duties and Taxes:

13.5.1 If the Tenderer desires to ask for excise duty, sales tax/ VAT, Service Tax, Works
Contract Tax etc. to be paid extra, the same must be specifically stated. In the absence of
any such stipulation the price will be taken inclusive of such duties and taxes and no
claim for the same will be entertained later.
13.5.2 Excise Duty:
a) If reimbursement of excise duty is intended as extra over the quoted prices, the
supplier must specifically say so also indicating the rate, quantum and nature of the
duty applicable. In the absence of any such stipulation it will be presumed that the
prices quoted are firm and final and no claim on account of excise duty will be
entertained after the opening of tenders.
b) If a Tenderer chooses to quote a price inclusive of excise duty and also desires to be
reimbursed for variation, if any, in the excise duty during the time of supply, the
tenderer must clearly mention the same and also indicate the rate and quantum of
excise duty included in its price. Failure to indicate all such details in clear terms
may result in rejection of that tender.
c) Subject to sub clauses 13.5.2 (a) & (b) above, any change in excise duty
upward/downward as a result of any statutory variation in excise duty taking place
within contract terms shall be allowed to the extent of actual quantum of excise duty
paid by the supplier. In case of downward revision in excise duty, the actual
quantum of reduction of excise duty shall be reimbursed to the purchaser by the
supplier. All such adjustments shall include all reliefs, exemptions, rebates,
concession etc. if any obtained by the supplier.

13.5.3 Sales Tax:


If a tenderer asks for sales tax/ VAT, Service Tax and Works Contract Tax to be paid
extra, the rate and nature of sales tax applicable should be shown separately. The sales
tax / VAT, Service Tax and Works Contract Tax will be paid as per the rate at which it is
liable to be assessed or has actually been assessed provided the transaction of sale is
legally liable to sales tax / VAT, Service Tax and Works Contract Tax and is payable as
per the terms of the contract. If any refund of Tax is received at a later date, the Supplier
must return the amount forth-with to the purchaser.

13.5.4 Octroi Duty and Local Duties & Taxes:


Normally, goods to be supplied to government departments against government
contracts are exempted from levy of town duty, Octroi duty, terminal tax and other
levies of local bodies. However, on some occasions, the local bodies (like town body,
municipal body etc.) as per their regulations allow such exemptions only on production
of certificate to this effect from the concerned government department. Keeping this in

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 17 Dated 23.12.2019


HSCC (India) Limited

view, the supplier shall ensure that the stores to be supplied by the supplier against the
contract placed by the purchaser are exempted from levy of any such duty or tax and,
wherever necessary, obtain the exemption certificate from the purchaser.
However, if a local body still insists upon payment of such local duties and taxes, the
same should be paid by the supplier to the local body to avoid delay in supplies and
possible demurrage charges and obtain a receipt for the same. The supplier should
forward the receipt obtained for such payment to the purchaser to enable the purchaser
reimburse the supplier and take other necessary action in the matter.
13.5.5 Customs Duty:
The Purchaser will reimburse the Customs duty wherever applicable. Supplier shall be
responsible for customs clearances of the consignments and custom clearance charges
will be borne by the supplier.
13.6 For transportation of imported goods offered from abroad, relevant instructions as
incorporated under GCC Clause 10 shall be followed.
13.7 For insurance of goods to be supplied, relevant instructions as provided under GCC
Clause 11 shall be followed.
13.8 Unless otherwise specifically indicated in this TE document, the terms FCA, FOB, FAS,
CIF, CIP, DDP etc. for imported goods offered from abroad, shall be governed by the
rules & regulations prescribed in the current edition of INCOTERMS, published by the
International Chamber of Commerce, Paris
13.9 The need for indication of all such price components by the tenderers, as required in
this clause (viz., GIT clause 13) is for the purpose of comparison of the tenders by the
purchaser and will no way restrict the purchaser’s right to award the contract on the
selected tenderer on any of the terms offered.

14. Indian Agent

14.1 If a foreign tenderer has engaged an agent in India in connection with its tender, the
foreign tenderer, in addition to indicating Indian agent’s commission, if any, in a
manner described under GIT sub clause 12.2 above, shall also furnish the following
information:

a) The complete name and address of the Indian Agent and its permanent income tax
account number as allotted by the Indian Income Tax authority.
b) The details of the services to be rendered by the agent for the subject requirement.
c) Details of Service outlets in India, nearest to the consignee(s), to render services
during Warranty and CMC period.
d) Copy of the agreement between Indian Agent & their principal detailing the scope
of work/services during warranty & after sales periods.

15. Firm Price

15.1 Unless otherwise specified in the SIT, prices quoted by the tenderer shall remain firm
and fixed during the currency of the contract and not subject to variation on any
account.
15.2 However, as regards taxes and duties, if any, chargeable on the goods and payable, the
conditions stipulated in GIT clause 13 will apply.

16. Alternative Tenders


16.1 Alternative Tenders are not permitted.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 18 Dated 23.12.2019


HSCC (India) Limited

16.2 However the Tenderers can quote alternate models meeting the tender specifications of
same manufacturer with single EMD.
17 Documents Establishing Tenderer’s Eligibility and Qualifications
17.1 Pursuant to GIT clause 11, the tenderer shall furnish, as part of its tender, relevant
details and documents establishing its eligibility to quote and its qualifications to
perform the contract if its tender is accepted.
17.2 The documentary evidence needed to establish the tenderer’s qualifications shall fulfil
the following requirements:
a) in case the tenderer offers to supply goods, which are manufactured by some other
firm, the tenderer has been duly authorised by the goods manufacturer to quote for
and supply the goods to the purchaser. The tenderer shall submit the
manufacturer’s authorization letter to this effect as per the standard form provided
under Section XIV in this document.
b) the tenderer has the required financial, technical and production capability
necessary to perform the contract and, further, it meets the qualification criteria
incorporated in the Section IX in these documents.
c) in case the tenderer is not doing business in India, it is duly represented by an agent
stationed in India fully equipped and able to carry out the required contractual
functions and duties of the supplier including after sale service, maintenance &
repair etc. of the goods in question, stocking of spare parts and fast moving
components and other obligations, if any, specified in the conditions of contract
and/or technical specifications.

18. Documents establishing Good’s Conformity to TE document.


18.1 The tenderer shall provide in its tender the required as well as the relevant documents
like technical data, literature, drawings etc. to establish that the goods and services
offered in the tender fully conform to the goods and services specified by the purchaser
in the TE documents. For this purpose the tenderer shall also provide a clause-by-
clause commentary on the technical specifications and other technical details
incorporated by the purchaser in the TE documents to establish technical
responsiveness of the goods and services offered in its tender.
18.2 In case there is any variation and/or deviation between the goods & services prescribed
by the purchaser and that offered by the tenderer, the tenderer shall list out the same in
a chart form without ambiguity and provide the same along with its tender.
18.3 If a tenderer furnishes wrong and/or misguiding data, statement(s) etc. about technical
acceptability of the goods and services offered by it, its tender will be liable to be
ignored and rejected in addition to other remedies available to the purchaser in this
regard.

19. Earnest Money Deposit (EMD)

19.1 Pursuant to GIT clauses 8.1 and 11.1 the tenderer shall furnish along with its tender,
earnest money for amount as shown in the List of Requirements. The earnest money is
required to protect the purchaser against the risk of the tenderer’s unwarranted
conduct as amplified under sub-clause 19.7 below.
19.2 The tenderers who are currently registered and, also, will continue to remain registered
during the tender validity period with Directorate General of Supplies & Disposals or
with National Small Industries Corporation, New Delhi for the specific goods as per
tender enquiry specification shall be eligible for exemption from EMD. Vague

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 19 Dated 23.12.2019


HSCC (India) Limited

stipulations in the Registration Certificate such as “to customers’ specification” etc. will
not be acceptable for exemption from furnishing of earnest money. In case the tenderer
falls in these categories, it should furnish copy of its valid registration details (with
DGS&D or NSIC, as the case may be)
19.3 The earnest money shall be denominated in Indian Rupees as per GIT clause 12.2. The
earnest money shall be furnished in one of the following forms:
i) Account Payee Demand Draft
ii) Banker’s cheque and
iii) Bank Guarantee
iv) FDR
19.4 The demand draft or banker’s cheque shall be drawn on any commercial bank in India
or country of the tenderer, in favour of the “HSCC (India) Ltd” payable at New
Delhi/Noida. In case of bank guarantee, the same is to be provided from any
commercial bank in India or country of the tenderer as per the format specified under
Section XIII in these documents.
19.5 The earnest money shall be valid for a period of forty-five (45) days beyond the validity
period of the tender. As validity period of Tender as per Clause 20 of GIT is 120 days,
the EMD shall be valid for 165 days from the original last date for submission of the
tender/bid.
19.6 Unsuccessful tenderers’ earnest money will be returned to them without any interest,
after expiry of the tender validity period, but not later than thirty days after conclusion
of the resultant contract. Successful tenderer’s earnest money will be returned without
any interest, after receipt of performance security from that tenderer.
19.7 Earnest Money is required to protect the purchaser against the risk of the Tenderer’s
conduct, which would warrant the forfeiture of the EMD. Earnest money of a tenderer
will be forfeited, if the tenderer withdraws or amends its tender or impairs or derogates
from the tender in any respect within the period of validity of its tender or if it comes to
notice that the information/documents furnished in its tender is incorrect, false,
misleading or forged without prejudice to other rights of the purchaser. The successful
tenderer’s earnest money will be forfeited without prejudice to other rights of
Purchaser if it fails to furnish the required performance security within the specified
period.
19.8 In the case of Bank Guarantee furnished from banks outside India (i.e. foreign Banks), it
should be authenticated and countersigned by any nationalised bank in India by way of
back-to-back counter guarantee.

20. Tender Validity

20.1 If not mentioned otherwise in the SIT, the tenders shall remain valid for acceptance for
a period of 120 days (One hundred and twenty days) after the date of tender opening
prescribed in the TE document. Any tender valid for a shorter period shall be treated as
unresponsive and rejected.
20.2 In exceptional cases, the tenderers may be requested by the purchaser to extend the
validity of their tenders up to a specified period. Such request(s) and responses thereto
shall be conveyed by surface mail or by fax/ telex/cable followed by surface mail. The
tenderers, who agree to extend the tender validity, are to extend the same without any
change or modification of their original tender and they are also to extend the validity
period of the EMD accordingly. A tenderer, however, may not agree to extend its tender
validity without forfeiting its EMD.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 20 Dated 23.12.2019


HSCC (India) Limited

20.3 In case the day up to which the tenders are to remain valid falls on/ subsequently
declared a holiday or closed day for the purchaser, the tender validity shall
automatically be extended up to the next working day.
21. Signing and Sealing of Tender

21.1 The tenderers shall submit their tenders as per the instructions contained in GIT Clause
11.
21.2 The original and other copies of the tender shall either be typed or written in indelible
ink and the same shall be signed by the tenderer or by a person(s) who has been duly
authorized to bind the tenderer to the contract. The letter of authorization shall be by a
written power of attorney, which shall also be furnished along with the tender.
21.3 The tender shall be duly signed at the appropriate places as indicated in the TE
documents and all other pages of the tender including printed literature, if any shall be
initialled by the same person(s) signing the tender. The tender shall not contain any
erasure or overwriting, except as necessary to correct any error made by the tenderer
and, if there is any such correction; the same shall be initialled by the person(s) signing
the tender.
D. SUBMISSION OF TENDERS
22. Submission of Tenders
22.1 The tender shall be submitted online and in physical form (except price bid) in three
parts/covers as mentioned below:

(i) Tender Fee and EMD (Both online and physical)


(ii) Pre-qualification and Technical compliance as per following documents (Online
submissions for all the documents and physical submission only for affidavit as
per point i) below and original Technical brochures/catalogues against point j):
a) Manufacturer‟s authorization in case bid is submitted by an Indian
agent (A declaration must be attached here in case directly quoted by
a manufacturer or a document establishing the relation of the Indian
office with the manufacturer in case quoted by Indian office of the
manufacturer).
b) b) Tender Form as per section X.
c) c) Copy of PAN.
d) Certificate of Incorporation/Declaration being a proprietary firm.
e) Annual report of last 3 years (Balance sheet and Profit & Loss
Account)
f) Name, address and details of account with respect to bidder and/or
beneficiary of L/C.
g) Quality Control Requirements as per Section VIII
h) Performance statement along with required PO copies and its
corresponding end user‟s satisfactory performance certificate as per
section IX.
i) Affidavit as per Section XIX
j) Technical Bid along with clause-by-clause technical compliance
statement for the quoted goods vis-à-vis the Technical specifications
in the tender enquiry (Both online and physical)

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 21 Dated 23.12.2019


HSCC (India) Limited

(iii) Price Bid (Only online).

Bidders are requested not to submit the hard copy of Price Bid along with the physical
form of tender. Uploading of the price bid in prequalification bid or technical bid will
result in rejection of the tender.
Unless otherwise specified, the tenderers are to submit its tender online and deposit
the physical form of tenders in the tender box kept for this purpose at HSCC (India) Ltd.,
E-6A, Sector-1, Noida-201301, ((UP).

22.2 The tenderers must ensure that they deposit their tenders not later than the closing time
and date specified for submission of tenders. It is the responsibility of the tenderer to
ensure that their Tenders whether sent by post or by courier or by person, are dropped
in the Tender Box by the specified clearing date and time. In the event of the specified
date for physical submission of tender falls on /is subsequently declared a holiday or
closed day for the purchaser, the tenders will be received up to the appointed time on
the next working day.

23. Late Tender


23.1 A tender, which is received after the specified date and time for receipt of tenders will
be treated as “late” tender and will be ignored.

24. Alteration and Withdrawal of Tender


24.1 The tenderer, after submitting its tender, is permitted to alter / modify its tender so
long as such alterations / modifications are received duly signed, sealed and marked
like the original tender, within the deadline for submission of tenders. Alterations /
modifications to tenders received after the prescribed deadline will not be considered.
24.2 No tender should be withdrawn after the deadline for submission of tender and before
expiry of the tender validity period. If a tenderer withdraws the tender during this
period, it will result in forfeiture of the earnest money furnished by the tenderer in its
tender.

E. TENDER OPENING
25. Opening of Tenders
25.1 The purchaser will open the tenders at the specified date and time and at the specified
place as indicated in the NIT.

In case the specified date of tender opening falls on / is subsequently declared a holiday
or closed day for the purchaser, the tenders will be opened at the appointed time and
place on the next working day.

25.2 Authorized representatives of the tenderers, who have submitted tenders on time may
attend the tender opening provided they bring with them letters of authority from the
corresponding tenderers.
The tender opening official(s) will prepare a list of the representatives attending the
tender opening. The list will contain the representatives’ names & signatures and
corresponding tenderers’ names and addresses.

25.3 The Techno - Commercial Tenders are to be opened in the first instance, at the
prescribed time and date as indicated in NIT. These Tenders shall be scrutinized and

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 22 Dated 23.12.2019


HSCC (India) Limited

evaluated by the competent committee/ authority with reference to parameters


prescribed in the TE document. During the Techno - Commercial Tender opening, the
tender opening official(s) will read the salient features of the tenders like brief
description of the goods offered, delivery period, Earnest Money Deposit and any other
special features of the tenders, as deemed fit by the tender opening official(s).
Thereafter, in the second stage, the Price Tenders of only the Techno - Commercially
acceptable offers (as decided in the first stage) shall be opened for further scrutiny and
evaluation on a date notified after the evaluation of the Techno – Commercial tender.
The prices, special discount if any of the goods offered etc., as deemed fit by tender
opening official(s) will be read out.

F. SCRUTINY AND EVALUATION OF TENDERS


26. Basic Principle
26.1 Tenders will be evaluated on the basis of the terms & conditions already incorporated
in the TE document, based on which tenders have been received and the terms,
conditions etc. mentioned by the tenderers in their tenders. No new condition will be
brought in while scrutinizing and evaluating the tenders.
27. Scrutiny of Tenders
27.1 The Purchaser will examine the Tenders to determine whether they are complete,
whether any computational errors have been made, whether required sureties have
been furnished, whether the documents have been properly signed stamped and
whether the Tenders are generally in order.
27.2 Purchaser will determine the responsiveness of each Tender to the TE Document
without recourse to extrinsic evidence.
27.3 The tenders will be scrutinized to determine whether they are complete and meet the
essential and important requirements, conditions etc. as prescribed in the TE
document. The tenders, which do not the meet the basic requirements, are liable to be
treated as non – responsive and will be summarily ignored.

27.4 The following are some of the important aspects, for which a tender shall be declared
non – responsive and will be summarily ignored;
(i) Tender form as per Section IX (signed and stamped) not enclosed
(ii) Tender is unsigned.
(iii) Tender validity is shorter than the required period.
(iv) Required EMD (Amount, validity etc.)/ exemption documents have not been
provided.
(v) Tenderer has quoted for goods manufactured by other manufacturer(s) without
the required Manufacturer’s Authorisation Form as per Section XIV.
(vi) Tenderer has not agreed to give the required performance security.
(vii) Goods offered are not meeting the tender enquiry specification.
(viii) Tenderer has not agreed to other essential condition(s) specially incorporated in
the tender enquiry like terms of payment, liquidated damages clause, warranty
clause, dispute resolution mechanism applicable law.
(ix) Poor/ unsatisfactory past performance.
(x) Tenderers who stand deregistered/banned/blacklisted by any Govt. Authorities.
(xi) Tenderer is not eligible as per GIT Clauses 5.1 & 17.1.
(xii) Tenderer has not quoted for the entire quantity as specified in the List of
Requirements in the quoted schedule.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 23 Dated 23.12.2019


HSCC (India) Limited

27.5 The following are some of the important aspects, for which a tender shall be declared
nonresponsive during the evaluation and will be ignored;

(i) The bidder has submitted hard copy of financial bid (only online submission price
bids are allowed).
(ii) Tender validity is shorter than the required period.
(iii) Required EMD (Amount, validity etc.)/ exemption documents have not been
provided.
(iv) Tenderer has quoted for goods manufactured by other manufacturer(s) without
the required Manufacturer‟s Authorisation Form as per Section XIV.
(v) Tenderer has not agreed to give the required performance security of required
amount in an acceptable form in terms of GCC clause 5, read with modification, if
any, in Section - V – “Special Conditions of Contract”, for due performance of the
contract.
(vi) Tenderer has not agreed to other essential condition(s) specially incorporated in
the tender enquiry like terms of payment, liquidated damages clause, warranty
clause, dispute resolution mechanism applicable law.
(vii) Poor/ unsatisfactory past performance.
(viii) Tenderers who stand deregistered/banned/blacklisted by any Govt. Authorities.
(ix) Tenderer is not eligible as per GIT Clauses 5& 17.1.
(x) Tenderer has not quoted for the entire quantity as specified in the List of
Requirements in the quoted schedule.
(xi) Tenderer has not agreed for the delivery terms and delivery schedule.

28. Minor Infirmity/Irregularity/Non-Conformity


28.1 If during the preliminary examination, the purchaser find any minor informality and/or
irregularity and/or non-conformity in a tender, the purchaser will convey its
observation on such ‘minor’ issues to the tenderer by registered/speed post etc. asking
the tenderer to respond by a specified date. If the tenderer does not reply by the
specified date or gives evasive reply without clarifying the point at issue in clear terms,
that tender will be liable to be ignored.
29 Discrepancies in Prices
29.1 If, in the price structure quoted by a tenderer, there is discrepancy between the unit
price and the total price (which is obtained by multiplying the unit price by the
quantity), the unit price shall prevail and the total price corrected accordingly, unless
the purchaser feels that the tenderer has made a mistake in placing the decimal point in
the unit price, in which case the total price as quoted shall prevail over the unit price
and the unit price corrected accordingly.
29.2 If there is an error in a total price, which has been worked out through addition and/or
subtraction of subtotals, the subtotals shall prevail and the total corrected; and
29.3 If there is a discrepancy between the amount expressed in words and figures, the
amount in words shall prevail, subject to sub clause 29.1 and 29.2 above.
29.4 If, as per the judgement of the purchaser, there is any such arithmetical discrepancy in a
tender, the same will be suitably conveyed to the tenderer by registered / speed post. If
the tenderer does not agree to the observation of the purchaser, the tender is liable to
be ignored.
30. Discrepancy between original and copies of Tender
30.1 In case any discrepancy is observed between the text etc. of the original copy and that
in the other copies of the same tender set, the text etc. of the original copy shall prevail.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 24 Dated 23.12.2019


HSCC (India) Limited

Here also, the purchaser will convey its observation suitably to the tenderer by register
/ speed post and, if the tenderer does not accept the purchaser’s observation, that
tender will be liable to be ignored.

31. Qualification Criteria

31.1 Tenders of the tenderers, who do not meet the required Qualification Criteria
prescribed in Section IX, will be treated as non - responsive and will not be considered
further.

31.2 The Purchaser reserves the right to relax the Norms on Prior Experience for Start-ups and
Micro & Small Enterprises in Public Procurement.

The Start-ups are defined in Annexure-A of the “Action Plan for Start-ups in India”. The
same is available on the website of Department of Industrial policy and Promotion
(DIPP), Ministry of Commerce & Industry.

The Notification is available in the below link:

http://www.finmin.nic.in/the_ministry/dept_expenditure/ppcell/RelaxNorms_StarupMedEnterpris
e25072016.pdf

The FAQs are available in the below link:

http://dipp.nic.in/English/Investor/startupindia/FAQs_StartupIndia_30March2016.pdf

Note:- Definition of Start-up (only for the purpose of Government schemes)

(Ref: Ministry of Finance Office Memorandum No. F.20/2/2014-PPD(Pt.) dated 25th July
2016.)

Start-up means an entity, incorporated or registered in India not prior to five years, with
annual turnover not exceeding INR 25 crore in any preceding financial year, working
towards innovation, development, deployment or commercialization of new products,
processes or services driven by technology or intellectual property.

Provided that such entity is not formed by splitting up, or reconstruction, of a business
already inexistence.
Provided also that an entity shall cease to be a Start-up if its turnover for the previous
financial years has exceeded INR 25 crore or it has completed 5 years from the date of
incorporate on/ registration.

Provided further that a Start-up shall be eligible for tax benefits only after it has obtained
certification from the Inter-Ministerial Board, setup for such purpose.
32. Conversion of tender currencies to Indian Rupees
32.1 In case the TE document permits the tenderers to quote their prices in different
currencies, all such quoted prices of the responsive tenderers will be converted to a
single currency viz., Indian Rupees for the purpose of equitable comparison and
evaluation, as per the exchange rates established by the Reserve Bank of India for
similar transactions, as on the date of ‘Techno-commercial Tender’ opening.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 25 Dated 23.12.2019


HSCC (India) Limited

33. Equipment-wise Evaluation

33.1 The tenders will be evaluated and compared separately for each equipment. The tender
for a schedule will not be considered if the complete requirements prescribed in that
schedule are not included in the tender.

34. Comparison of Tenders


34.1 Unless mentioned otherwise in Section – III – Special Instructions to Tenderers and
Section – VI – List of Requirements, the comparison of the responsive tenders shall be
carried out on Delivery on DDP basis at Consignee site basis, inclusive of applicable
taxes, duties, incidental services. The quoted turnkey prices and CMC prices will also be
added for comparison/ranking purpose for evaluation.

35. Additional Factors and Parameters for Evaluation & Ranking of Responsive
Tenders
35.1 Further to GIT Clause 34 above, the purchaser’s evaluation of a tender will include and
take into account the following:
i) In the case of goods manufactured in India or goods of foreign origin already located
in India, sales tax & other similar taxes and excise duty & other similar duties,
Customs Duties, Service Tax, Works Contract Tax etc which will be contractually
payable (to the tenderer), on the goods if a contract is awarded on the tenderer; and
ii) in the case of goods of foreign origin offered from abroad, customs duty and other
similar import duties/taxes, which will be contractually payable (to the tenderer) on
the goods if the contract is awarded on the tenderer.
35.2 The purchaser’s evaluation of tender will also take into account the additional factors, if
any, incorporated in SIT in the manner and to the extent indicated therein.
35.3 The Purchaser reserves the right to give the price preference to small-scale sectors etc.
and purchase preference to central public sector undertakings as per the instruction in
vogue while evaluating, comparing and ranking the responsive tenders.

35.4 Preference to Make in India: As per the Order issued by Department of Industrial
Policy and Promotion (DIPP) vide no. P-45021/2/2017-BE-II dated 15.6.2017 as
attached the Purchaser reserves the right to give preference to the local supplier. A
copy of this order is enclosed which will form a part of the Tender Enquiry Document
for evaluation and ranking of the bids. A local supplier (definition of local supplier is
given in Clause 2 of the aforesaid Order of DIPP) has to submit the following along with
their tenders failing which their bid will be evaluated without considering such
preference mentioned in the DIPP under Order dt. 15.06.207.

a. The local supplier at the time of tender, bidding or solicitation shall be required to
provide self certification that the item offered meets the minimum local content and
shall give details of the location(s) at which the local value addition is made.

b. In cases of procurement for a value in excess of Rs.10.00 crores, the local supplier
shall be required to provide a certificate from the statutory auditor or cost auditor of
the company (in the case of companies) or from a practicing cost accountant or
practicing chartered accountant (in respect of suppliers other than companies) giving
the percentage of local content.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 26 Dated 23.12.2019


HSCC (India) Limited

36. Tenderer’s capability to perform the contract


36.1 The purchaser, through the above process of tender scrutiny and tender evaluation will
determine to its satisfaction whether the tenderer, whose tender has been determined
as the lowest evaluated responsive tender is eligible, qualified and capable in all
respects to perform the contract satisfactorily. If, there is more than one schedule in the
List of Requirements, then, such determination will be made separately for each
schedule.
36.2 The above-mentioned determination will, interalia, take into account the tenderer’s
financial, technical and production capabilities for satisfying all the requirements of the
purchaser as incorporated in the TE document. Such determination will be based upon
scrutiny and examination of all relevant data and details submitted by the tenderer in
its tender as well as such other allied information as deemed appropriate by the
purchaser.
37. Contacting the Purchaser
37.1 From the time of submission of tender to the time of awarding the contract, if a
tenderer needs to contact the purchaser for any reason relating to this tender enquiry
and / or its tender, it should do so only in writing.
37.2 In case a tenderer attempts to influence the purchaser in the purchaser’s decision on
scrutiny, comparison & evaluation of tenders and awarding the contract, the tender of
the tenderer shall be liable for rejection in addition to appropriate administrative
actions being taken against that tenderer, as deemed fit by the purchaser.

G. AWARD OF CONTRACT
38. Purchaser’s Right to accept any tender and to reject any or all tenders
38.1 The purchaser reserves the right to accept in part or in full any tender or reject any or
more tender(s) without assigning any reason or to cancel the tendering process and
reject all tenders at any time prior to award of contract, without incurring any liability,
whatsoever to the affected tenderer or tenderers.

39. Award Criteria


39.1 Subject to GIT clause 38 above, the contract will be awarded to the lowest evaluated
responsive tenderer decided by the purchaser in terms of GIT Clause 36.
40. Variation of Quantities at the Time of Award/ Currency of Contract
40.1 At the time of awarding the contract, the purchaser reserves the right to increase or
decrease by up to twenty five (25) per cent, the quantity of goods and services
mentioned in the schedule (s) in the “List of Requirements” (rounded of to next whole
number) without any change in the unit price and other terms & conditions quoted by
the tenderer.
40.2 If the quantity has not been increased at the time of the awarding the contract, the
purchaser reserves the right to increase by up to twenty five (25) per cent, the quantity
of goods and services mentioned in the contract (rounded of to next whole number)
without any change in the unit price and other terms & conditions mentioned in the
contract, during the currency of the contract after one year from the Date of Notification
of Award.

Further, Purchaser reserves the rights to delete any of the tendered items without
assigning any reason whatsoever. Purchaser as deemed fit, out of the total tendered

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 27 Dated 23.12.2019


HSCC (India) Limited

quantity for the tendered items may place Notification of Award for the quantity as per
the requirements and may defer the balance quantity of the item(s) to be supplied later.

41. Notification of Award

41.1 Before expiry of the tender validity period, the purchaser will notify the successful
tenderer(s) in writing, by registered/speed post/by fax/ telex/cable (to be confirmed
by registered / speed post) that its tender for goods & services, which have been
selected by the purchaser, has been accepted, also briefly indicating therein the
essential details like description, specification and quantity of the goods & services and
corresponding prices accepted. The successful tenderer must furnish to the purchaser
the required performance security within thirty days from the date of dispatch of this
notification, failing which the EMD will forfeited and the award will be cancelled.
Relevant details about the performance security have been provided under GCC Clause
5 under Section IV.

41.2 The Notification of Award shall constitute the conclusion of the Contract.

42. Issue of Contract


42.1 Promptly after notification of award, the Purchaser/Consignee will mail the contract
form (as per Section XV) duly completed and signed, in duplicate, to the successful
tenderer by registered / speed post.
42.2 Within twenty one days from the date of the contract, the successful tenderer shall
return the original copy of the contract, duly signed and dated, to the
Purchaser/Consignee by registered / speed post.
42.3 The Purchaser/Consignee reserves the right to issue the Notification of Award
consignee wise.
43. Non-receipt of Performance Security and Contract by the Purchaser/Consignee
43.1 Failure of the successful tenderer in providing performance security and / or returning
contract copy duly signed in terms of GIT clauses 41 and 42 above shall make the
tenderer liable for forfeiture of its EMD and, also, for further actions by the
Purchaser/Consignee against it as per the clause 24 of GCC – Termination of default.

44. Return of E M D
44.1 The earnest money of the successful tenderer and the unsuccessful tenderers will be
returned to them without any interest, whatsoever, in terms of GIT Clause 19.6.
45. Publication of Tender Result
45.1 The name and address of the successful tenderer(s) receiving the contract(s) will be
mentioned in the notice board/bulletin/web site of the purchaser.
46. Corrupt or Fraudulent Practices
46.1 It is required by all concerned namely the Consignee/Tenderers/Suppliers etc to
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” means the offering, giving, receiving or soliciting of any thing
of value to influence the action of a public official in the procurement process or
in contract execution; and

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 28 Dated 23.12.2019


HSCC (India) Limited

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a


procurement process or the execution of a contract to the detriment of the
Purchaser, and includes collusive practice among Tenderers (prior to or after
Tender submission) designed to establish Tender prices at artificial non-
competitive levels and to deprive the Purchaser of the benefits of free and open
competition;
(b) will reject a proposal for award if it determines that the Tenderer recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract
in question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a contract by the purchaser if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in executing the
contract.

47. Integrity Pact.

The Bidders/bidders may note that it is prescribed to use, practice and observe all the best,
clean, ethical, honest and legal means & behaviour maintaining complete transparency and
fairness in all activities concerning Bidding and performance thereto for which the “Integrity
Pact” shall be executed between Firm and Purchaser as per the format provided as Section
XXI to be attached with the bid duly signed.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 29 Dated 23.12.2019


HSCC (India) Limited

SECTION - III
SPECIAL INSTRUCTIONS TO TENDERERS
(SIT)
Sl. No. GIT Clause Topic SIT Provision Page No.
No.
A 1 to 7 Preamble No Change 26
B 8 to 10 TE documents No Change 26
C 11 to 21 Preparation of Tenders No Change 26
D 22 to24 Submission of Tenders No Change 26
E 25 Tender Opening No Change 26
F 26 to 27 Scrutiny and Evaluation of Tenders No Change 26
G 36 to 46 Award of Contract No Change 26

The following Special Instructions to Tenderers will apply for this purchase. These special
instructions will modify/substitute/supplement the corresponding General Instructions to
Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have
also been indicated in the text below: In case of any conflict between the provision in the
GIT and that in the SIT, the provision contained in the SIT shall prevail.

Submission of Tenders

(i) All the necessary documents as prescribed in the NIT shall be prepared and scanned in
different files (in PDF or JPEG format as prescribed) and uploaded for on-line submission
of Proposal. However, physical documents as per NIT to be submitted in “ORIGINAL” to
HSCC (India) Ltd. before the prescribed date & time for submission of physical tender
restricted to the following documents only.
a) Demand Draft towards Tender Fee in favour of HSCC (India) Ltd.
b) EMD in the prescribed format in favour of HSCC (India) Ltd.
c) Technical Data Sheet and original technical literature/ Brochure (if any)
d) Affidavit as per Section XIX

(ii) All document(s)/ information(s) other than above including the Financial Proposal (i.e.
FORMAT FOR SUBMISSION OF PRICE BID/FINANCIAL PROPOSAL) should be uploaded
online only in the prescribed format given in the website. No other mode of submission
shall be acceptable.

(iii)The prospective bidders may scan the documents in low resolution (75 to 100 DPI)
instead of 200 DPI. The documents may be scanned for further lower resolution (if
possible). This would reduce the size of the Cover and would be uploaded faster.

(iv) The prospective bidders may upload Drawing files, if any, in “.dwf” format so that the
size of document is less. This is a generic format and all software supports this format.

(v) At the time of cover content creation, the prospective bidders would have to define the
document type as “.rar” format.

(vi) The prospective bidders should be asked to zip all the .dwf files to a .rar file & upload it

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 30 Dated 23.12.2019


HSCC (India) Limited

SECTION - IV
GENERAL CONDITIONS OF CONTRACT (GCC)
TABLE OF CLAUSES
Sl No. Topic Page
1 Application 28
2 Use of contract documents and information 28
3 Patent Rights 28
4 Country of Origin 28
5 Performance Security 28
6 Technical Specifications and Standards 29
7 Packing and Marking 29
8 Inspection, Testing and Quality Control 30
9 Terms of Delivery 32
10 Transportation of Goods 32
11 Insurance 32
12 Spare parts 33
13 Incidental services 33
14 Distribution of Dispatch Documents for Clearance/Receipt of Goods 33
15 Warranty 34
16 Assignment 36
17 Sub Contracts 36
18 Modification of contract 36
19 Prices 36
20 Taxes and Duties 36
21 Terms and mode of Payment 37
22 Delay in the supplier’s performance 39
23 Liquidated Damages 40
24 Termination for default 41
25 Termination for insolvency 41
26 Force Majeure 41
27 Termination for convenience 42
28 Governing language 42
29 Notices 42
30 Resolution of disputes 42
31 Applicable Law 43
32 With-holding & Lien 43
33 General/Miscellaneous Clauses 43
Additional Factors & Parameters for Evaluation & Ranking of 44
34
Responsive Tenders

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 31 Dated 23.12.2019


HSCC (India) Limited

GENERAL CONDITIONS OF CONTRACT (GCC)


1. Application
1.1 The General Conditions of Contract incorporated in this section shall be applicable for this
purchase to the extent the same are not superseded by the Special Conditions of Contract
prescribed under Section V, List of requirements under Section VI and Technical
Specification under Section VII of this document.
All documents submitted physically or uploaded as scanned copies must be self-attested,
legible and numbered.
2. Use of contract documents and information
2.1 The supplier shall not, without the purchaser’s prior written consent, disclose the contract
or any provision thereof including any specification, drawing, sample or any information
furnished by or on behalf of the purchaser in connection therewith, to any person other
than the person(s) employed by the supplier in the performance of the contract emanating
from this TE document. Further, any such disclosure to any such employed person shall be
made in confidence and only so far as necessary for the purposes of such performance for
this contract.
2.2 Further, the supplier shall not, without the purchaser’s prior written consent, make use of
any document or information mentioned in GCC sub-clause 2.1 above except for the sole
purpose of performing this contract.
2.3 Except the contract issued to the supplier, each and every other document mentioned in
GCC sub-clause 2.1 above shall remain the property of the purchaser and, if advised by the
purchaser, all copies of all such documents shall be returned to the purchaser on
completion of the supplier’s performance and obligations under this contract.
3. Patent Rights
3.1 The supplier shall, at all times, indemnify and keep indemnified the purchaser, free of cost,
against all claims which may arise in respect of goods & services to be provided by the
supplier under the contract for infringement of any intellectual property rights or any
other right protected by patent, registration of designs or trademarks. In the event of any
such claim in respect of alleged breach of patent, registered designs, trade marks etc. being
made against the purchaser, the purchaser shall notify the supplier of the same and the
supplier shall, at his own expenses take care of the same for settlement without any
liability to the purchaser.
4. Country of Origin
4.1 All goods and services to be supplied and provided for the contract shall have the origin in
India or in the countries with which the Government of India has trade relations.
4.2 The word “origin” incorporated in this clause means the place from where the goods are
mined, cultivated, grown, manufactured, produced or processed or from where the
services are arranged.
4.3 The country of origin may be specified in the Price Schedule
5. Performance Security
5.1 Within fifteen (15) days from date of the issue of notification of award by the
Purchaser/Consignee, the supplier, shall furnish performance security to the
Purchaser/Consignee for an amount equal to ten percent (10%) of the total value of the
contract, valid up to sixty (60) days after the date of completion of all contractual
obligations by the supplier, including the warranty obligations, initially valid for a period of
minimum 66 months (as applicable warranty period of 5 years) from the date of
Notification of Award.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 32 Dated 23.12.2019


HSCC (India) Limited

5.2 The Performance security shall be denominated in Indian Rupees or in the currency of the
contract as detailed below:
a) It shall be in any one of the forms namely Account Payee Demand Draft or Fixed
Deposit Receipt drawn from any Scheduled bank in India or Bank Guarantee
issued by a Scheduled bank in India, in the prescribed form as provided in
section XV of this document in favour of the Purchaser/Consignee. The validity
of the Fixed Deposit receipt or Bank Guarantee will be for a period up to sixty
(60) days beyond Warranty Period.
5.3 In the event of any failure /default of the supplier with or with out any quantifiable loss to
the government including furnishing of consignee wise Bank Guarantee for CMC security as
per Proforma in Section XV, the amount of the performance security is liable to be
forfeited. The Administration Department may do the needful to cover any failure/default
of the supplier with or without any quantifiable loss to the Government.
5.4 In the event of any amendment issued to the contract, the supplier shall, within twenty-one
(21) days of issue of the amendment, furnish the corresponding amendment to the
Performance Security (as necessary), rendering the same valid in all respects in terms of
the contract, as amended.
5.5 The supplier shall enter into Annual Comprehensive Maintenance Contract as per the
‘Contract Form – B’ in Section XVI with respective consignees, 3 (three) months prior to the
completion of Warranty Period. The CMC will commence from the date of expiry of the
Warranty Period.
5.6 Subject to GCC sub – clause 5.3 above, the Purchaser/Consignee will release the
Performance Security without any interest to the supplier on completion of the supplier’s
all contractual obligations including the warranty obligations & after receipt of Consignee
wise bank guarantee for CMC security in favour of Head of the Hospital/ Institute/ Medical
College of the consignee as per the format in Section XV.
6. Technical Specifications and Standards
6.1 The Goods & Services to be provided by the supplier under this contract shall conform to
the technical specifications and quality control parameters mentioned in ‘Technical
Specification’ and ‘Quality Control Requirements’ under Sections VII and VIII of this
document.

Please ensure the following compliances are met for the Medical equipment:

1. For Radiology equipment i.e. X-Ray, Ultrasound, MRI & CT-Scan etc.

a. Equipment should be DICOM (Digital Imaging and Communications


in Medicine) enabled DICOM provides reliable protocols for
integration of image data between imaging, non-imaging
modalities, devices and systems.

b. Equipment complied with HL7 (Health Level Seven) standards

c. Capable to link with PACS & HMIS. Any Hardware/lock/software


license required for interfacing with PACS & HMIS should be
supplied with the equipment/device.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 33 Dated 23.12.2019


HSCC (India) Limited

2. For Laboratory Equipment/device:

a. Equipment communicates in one of the following ways:

A. TCP/IP
B RS-232
C. USB

Any type of cable/hardware/lock/software/license required for integration with


HMIS system should be provided.
Please provide configuration parameters to connect with HMIS
successfully.
b. Data accepted/send by the device/equipment should be readable as
standard data Type in ANSI C/C++.

c. Comprehensive list of all data structures imported and exported by the


device should be documented with examples.

d. API of equipment should be provided.

e. Technical interface specification should be provided.

Above standards are required for interfacing of equipment with PACS (Picture Archiving &
Communication System) & HMIS (Hospital Management & Information System) during the
computerization of the Hospital.
7. Packing and Marking
7.1 The packing for the goods to be provided by the supplier should be strong and durable
enough to withstand, without limitation, the entire journey during transit including
transhipment (if any), rough handling, open storage etc. without any damage, deterioration
etc. As and if necessary, the size, weights and volumes of the packing cases shall also take
into consideration, the remoteness of the final destination of the goods and availability or
otherwise of transport and handling facilities at all points during transit up to final
destination as per the contract.
7.2 The quality of packing, the manner of marking within & outside the packages and provision
of accompanying documentation shall strictly comply with the requirements as provided in
Technical Specifications and Quality Control Requirements under Sections VII and VIII and
in SCC under Section V. In case the packing requirements are amended due to issue of any
amendment to the contract, the same shall also be taken care of by the supplier
accordingly.
7.3 Packing instructions:
Unless otherwise mentioned in the Technical Specification and Quality Control
Requirements under Sections VII and VIII and in SCC under Section V, the supplier shall
make separate packages for each consignee (in case there is more than one consignee
mentioned in the contract) and mark each package on three sides with the following-g with
indelible paint of proper quality:
a. contract number and date
b. brief description of goods including quantity

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 34 Dated 23.12.2019


HSCC (India) Limited

c. packing list reference number


d. country of origin of goods
e. consignee’s name and full address and
f. supplier’s name and address
8. Inspection, Testing and Quality Control
8.1 The purchaser and/or its nominated representative(s) will, without any extra cost to the
purchaser, inspect and/or test the ordered goods and the related services to confirm their
conformity to the contract specifications and other quality control details incorporated in
the contract. The purchaser shall inform the supplier in advance, in writing, the
purchaser’s programme for such pre-dispatch inspections, inspections and, also the
identity of the officials to be deputed for this purpose. The cost towards the transportation,
boarding & lodging will be borne by the purchaser and/or its nominated representative(s).
8.2 The Technical Specification and Quality Control Requirements incorporated in the contract
shall specify what inspections and tests are to be carried out and, also, where and how they
are to be conducted. If such inspections and tests are conducted in the premises of the
supplier or its subcontractor(s), all reasonable facilities and assistance, including access to
relevant drawings, design details and production data, shall be furnished by the supplier to
the purchaser’s inspector at no charge to the purchaser.
8.3 If during such inspections and tests the contracted goods fail to conform to the required
specifications and standards, the purchaser’s inspector may reject them and the supplier
shall either replace the rejected goods or make all alterations necessary to meet the
specifications and standards, as required, free of cost to the purchaser and resubmit the
same to the purchaser’s inspector for conducting the inspections and tests again.
8.4 In case the contract stipulates pre-despatch inspection of the ordered goods at supplier’s
premises, the supplier shall put up the goods for such inspection to the purchaser’s
inspector well ahead of the contractual delivery period, so that the purchaser’s inspector is
able to complete the inspection within the contractual delivery period.
8.5 If the supplier tenders the goods to the purchaser’s inspector for inspection at the last
moment without providing reasonable time to the inspector for completing the inspection
within the contractual delivery period, the inspector may carry out the inspection and
complete the formality beyond the contractual delivery period at the risk and expense of
the supplier. The fact that the goods have been inspected after the contractual delivery
period will not have the effect of keeping the contract alive and this will be without any
prejudice to the legal rights and remedies available to the purchaser under the terms &
conditions of the contract.
8.6 The purchaser’s/consignee’s contractual right to inspect, test and, if necessary, reject the
goods after the goods’ arrival at the final destination shall have no bearing of the fact that
the goods have previously been inspected and cleared by purchaser’s inspector during pre-
despatch inspection mentioned above.
8.7 Goods accepted by the purchaser/consignee and/or its inspector at initial inspection and
in final inspection in terms of the contract shall in no way dilute purchaser’s/consignee’s
right to reject the same later, if found deficient in terms of the warranty clause of the
contract, as incorporated under GCC Clause 15.
8.8 Principal/ Foreign supplier shall also have the equipment inspected by recognised/
reputed agency like SGS, Lloyd, Bureau Veritas, TUV prior to despatch at the supplier’s cost
and furnish necessary certificate from the said agency in support of their claim.
8.9 Third Party Inspection to include only Physical & Relevant records Inspection of the Ordered
Goods. However, Dispatch Clearance Certificate is issued without prejudice to the Purchaser’s
right to accept/reject the Ordered Goods after it's arrival at site/destination, if not found in

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 35 Dated 23.12.2019


HSCC (India) Limited

accordance with the Purchase Order during the installation and testing at site and during the
performance guarantee period. This dispatch clearance certificate will not absolve manufacturer
from his responsibility to ensure that the Ordered Goods supplied are totally in accordance with
the Purchase Order/Notification of Award.
8.10. The stores (both Indian & Import origin goods) should be dispatched only after the
equipment inspected by recognized/reputed agency like SGS, Lloyd, TUV & Bureau
Veritas prior to dispatch prior to dispatch at the supplier’s cost and furnish necessary
Certificate from the said agency in support of their claim.

To enable HSCC to issue Dispatch Clearance Certificate, supplier/manufacture is to


furnish following documents:
1. Copy of supplier’s invoice showing contract number, goods description, quantity,
unit price & total amount.
2. Country of Origin Certificate
3. Quality & Quantity Certificate
4. Packing List with Complete contents.
5. Internal Factory Inspection Report
6. Warranty Certificate
7. Inspection certificate for the dispatched equipments issued by
recognized/reputed agency like SGS, Lloyd, TUV & Bureau Veritas, prior to dispatch.

All such Certificates/Reports as mentioned above shall be addressed as:

Sr. CGM - I, HSCC (India) Ltd, E-6 (A) Sector -1 , Noida – 201301, UP INDIA

After scrutiny, if the documents found in order, Dispatch Clearance Certificate


shall be issued to the supplier.

No goods (both Indians & Import origin goods) shall be dispatched before
issue of Dispatch Clearance Certificate by HSCC.

9. Terms of Delivery
9.1 Goods shall be delivered by the supplier in accordance with the terms of delivery specified
in the contract.
10. Transportation of Goods
10.1 Instructions for transportation of imported goods offered from abroad:
The supplier shall not arrange part-shipments and/or transhipment without the
express/prior written consent of the purchaser. The supplier is required under the
contract to deliver the goods under CIP (Named port of destination) terms; the shipment
shall be made by Indian flag vessel or by vessels belonging to the conference lines in which
India is a member country through India’s forwarding agents/coordinators. In case the
forwarding agent/coordinators are unable to provide timely adequate space in Indian flag
vessel or by vessels belonging to the conference lines, the supplier shall arrange shipment
through any available vessel to adhere to the delivery schedule given in the contract.
In case of airlifting of imported goods offered from abroad, the same will be done only
through the National Carrier i.e. Air India wherever applicable. In case the National Carrier
is not available, any other airlines available for early delivery may be arranged.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 36 Dated 23.12.2019


HSCC (India) Limited

10.2 Instructions for transportation of domestic goods including goods already imported by the
supplier under its own arrangement:
In case no instruction is provided in this regard in the SCC, the supplier will arrange
transportation of the ordered goods as per its own procedure.
11. Insurance:
11.1 Unless otherwise instructed in the SCC, the supplier shall make arrangements for insuring
the goods against loss or damage incidental to manufacture or acquisition, transportation,
storage and delivery in the following manner:

i) in case of supply of domestic goods on Consignee site basis, the supplier


shall be responsible till the entire stores contracted for arrival in good
condition at destination. The transit risk in this respect shall be covered by
the Supplier by getting the stores duly insured for an amount equal to 110%
of the value of the goods from ware house to ware house (consignee site) on
all risk basis. The insurance cover shall be obtained by the Supplier and
should be valid till 3 months after the receipt of goods by the Consignee.
ii) in case of supply of the imported goods on CIP Named port of Destination
Basis, the additional extended Insurance (local transportation and storage)
would be borne by the Supplier from the port of entry to the consignee site
for a period including 3 months beyond date of delivery for an amount equal
to 110% of the overall expenditure to be incurred by the purchaser from
ware house to ware house (consignee site) on all risk basis.

If the equipment is not commissioned and handed over to the consignee within 3 months,
the insurance will be got extended by the supplier at their cost till the successful
installation, testing, commissioning and handing over of the goods to the consignee. In case
the delay in the installation and commissioning is due to handing over of the site to the
supplier by the consignee, such extensions of the insurance will still be done by the
supplier, but the insurance extension charges at actuals will be reimbursed.
12. Spare parts
12.1 If specified in the List of Requirements and in the resultant contract, the supplier shall
supply/provide any or all of the following materials, information etc. pertaining to spare
parts manufactured and/or supplied by the supplier:
a) The spare parts as selected by the Purchaser/Consignee to be purchased from the
supplier, subject to the condition that such purchase of the spare parts shall not
relieve the supplier of any contractual obligation including warranty obligations;
and
b) In case the production of the spare parts is discontinued:
i) Sufficient advance notice to the Purchaser/Consignee before such
discontinuation to provide adequate time to the purchaser to purchase the
required spare parts etc., and

ii) Immediately following such discontinuation, providing the


Purchaser/Consignee, free of cost, the designs, drawings, layouts and
specifications of the spare parts, as and if requested by the
Purchaser/Consignee.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 37 Dated 23.12.2019


HSCC (India) Limited

12.2 Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares
for the goods so that the same are supplied to the Purchaser/Consignee promptly on
receipt of order from the Purchaser/Consignee.

13. Incidental services


13.1 Subject to the stipulation, if any, in the SCC (Section – V), List of Requirements (Section –
VI) and the Technical Specification (Section – VII), the supplier shall be required to
perform the following services.
i) Installation & commissioning, Supervision and Demonstration of the goods
ii) Providing required jigs and tools for assembly, minor civil works required for the
completion of the installation.
iii) Training of Consignee’s Doctors, Staff, operators etc. for operating and
maintaining the goods
iv) Supplying required number of operation & maintenance manual for the goods
14. Distribution of Dispatch Documents for Clearance/Receipt of Goods
The supplier shall send all the relevant despatch documents well in time to the
Purchaser/Consignee to enable the Purchaser/Consignee clear or receive (as the case may
be) the goods in terms of the contract.

Unless otherwise specified in the SCC, the usual documents involved and the drill to be
followed in general for this purpose are as follows.

A) For Domestic Goods, including goods already imported by the supplier under its
own arrangement

Within 24 hours of despatch, the supplier shall notify the purchaser, consignee, and
others concerned if mentioned in the contract, the complete details of despatch and also
supply the following documents to them by registered post / speed post (or as
instructed in the contract):
(i) Four copies of supplier’s invoice showing contract number, goods description,
quantity, unit price and total amount;
(ii) Consignee Receipt Certificate as per Section XVI in original issued by the authorized
representative of the consignee;
(iii) Two copies of packing list identifying contents of each package;
(iv) Inspection certificate issued by the nominated Inspection agency, if any.
(v) Certificate of origin;
(vi) Insurance Certificate as per GCC Clause 11.
(vii) Manufacturers/Supplier’s warranty certificate & In-house inspection certificate.

B) For goods imported from abroad


Within 24 hours of despatch, the supplier shall notify the purchaser, consignee, and others
concerned if mentioned in the contract, the complete details of despatch and also supply
the following documents to them by registered post / speed post (or as instructed in the
contract). Any delay or demurrage occurred during the customs clearance on account of
the non-availability of technical support/ clarifications /documents from the supplier shall
be borne by the supplier:
(i) Four copies of supplier’s invoice showing contract number, goods description,
quantity, unit price and total amount;

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 38 Dated 23.12.2019


HSCC (India) Limited

(ii) Original and four copies of the negotiable clean, on-board Bill of Lading/Airway bill,
marked freight pre paid and four copies of non-negotiable Bill of Lading/Airway
bill;
(iii) Four Copies of packing list identifying contents of each package;
(iv) Insurance Certificate as per GCC Clause 11.
(v) Manufacturer’s/Supplier’s warranty certificate;
(vi) Inspection Certificate for the despatched equipments issued by recognized/
reputed agency like SGS, Lloyd, Bureau Veritas, TUV prior to despatch
(vii) Manufacturer’s own factory inspection report;
(viii) Certificate of origin
(ix) Port of Loading;
(x) Port of Discharge and
(xi) Expected date of arrival.

15. Warranty
15.1 The supplier warrants comprehensively that the goods supplied under the contract is new,
unused and incorporate all recent improvements in design and materials unless prescribed
otherwise by the purchaser in the contract. The supplier further warrants that the goods
supplied under the contract shall have no defect arising from design, materials (except
when the design adopted and / or the material used are as per the Purchaser’s/Consignee’s
specifications) or workmanship or from any act or omission of the supplier, that may
develop under normal use of the supplied goods under the conditions prevailing in India.

15.2 The warranty shall remain valid for 60 months from the date of installation &
commissioning followed by a CMC for a period of 5 (Five) Years for all the equipments
after the goods or any portion thereof as the case may be, have been delivered to the final
destination and installed and commissioned at the final destination and accepted by the
purchaser/CONSIGNEE in terms of the contract, unless specified otherwise in the SCC.

a. No conditional warranty will be acceptable.


b. Warranty as well as Comprehensive Maintenance contract will be inclusive of all
accessories and Turnkey work and it will also cover the following:-

 X-ray and CT tubes and high-tension cables.


 Helium replacement
 Any kind of motor.
 Plastic & Glass Parts against any manufacturing defects.
 All kind of sensors including oxygen sensors.
 All kind of coils, probes and transducers
 All kind of flat panel sensors and cassettes for DR & CR systems and patients
handling trolleys etc
 Printers and imagers including laser and thermal printers with all parts.
 UPS including the replacement of batteries.
 Air-conditioners

c. Replacement and repair will be under taken for the defective goods.
d. Proper marking has to be made for all spares for identification like printing of
installation and repair dates.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 39 Dated 23.12.2019


HSCC (India) Limited

15.3 In case of any claim arising out of this warranty, the Purchaser/Consignee shall promptly
notify the same in writing to the supplier. The period of the warranty will be as per G.C.C
clause number 15.2 above irrespective of any other period mentioned elsewhere in the
bidding documents.
15.4 Upon receipt of such notice, the supplier shall, within 8 hours on a 24(hrs) X 7 (days) X 365
(days) basis respond to take action to 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 after providing their replacements and no claim, whatsoever shall lie on the
purchaser for such replaced parts/goods thereafter. The penalty clause for non
rectification will be applicable as per tender conditions
15.5 In the event of any rectification of a defect or replacement of any defective goods during
the warranty period, the warranty for the rectified/replaced goods shall be extended to a
further period of sixty (60) months from the date such rectified / replaced goods starts
functioning to the satisfaction of the purchaser.
15.6 If the supplier, having been notified, fails to respond to take action to repair or replace the
defect(s) within 8 hours on a 24(hrs) X 7 (days) X 365 (days) basis, the purchaser may
proceed to take such remedial action(s) as deemed fit by the purchaser, at the risk and
expense of the supplier and without prejudice to other contractual rights and remedies,
which the purchaser may have against the supplier.
15.7 During Warranty period, the supplier is required to visit at each consignee’s site at least
once in 3 months commencing from the date of the installation for preventive maintenance
of the goods
15.8 The Purchaser/Consignee reserve the rights to enter into Annual Comprehensive
Maintenance Contract between Consignee and the Supplier for the period as mentioned in
Section VII, Technical Specifications after the completion of warranty period.
15.9 The supplier along with its Indian Agent and the CMC provider shall ensure continued
supply of the spare parts for the machines and equipments supplied by them to the
purchaser for 10 years from the date of installation and handing over.
15.10 The Supplier along with its Indian Agent and the CMC Provider shall always accord most
favoured client status to the Purchaser vis-à-vis its other Clients/Purchasers of its
equipments/machines/goods etc. and shall always give the most competitive price for its
machines/equipments supplied to the Purchaser/Consignee.
16. Assignment
16.1 The Supplier shall not assign, either in whole or in part, its contractual duties,
responsibilities and obligations to perform the contract, except with the Purchaser’s prior
written permission.
17. Sub Contracts
17.1 The Supplier shall notify the Purchaser in writing of all sub contracts awarded under the
contract if not already specified in its tender. Such notification, in its original tender or
later, shall not relieve the Supplier from any of its liability or obligation under the terms
and conditions of the contract.
17.2 Sub contract shall be only for bought out items and sub-assemblies.
17.3 Sub contracts shall also comply with the provisions of GCC Clause 4 (“Country of Origin”).
18. Modification of contract
18.1 If necessary, the purchaser may, by a written order given to the supplier at any time during
the currency of the contract, amend the contract by making alterations and modifications
within the general scope of contract in any one or more of the following:

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 40 Dated 23.12.2019


HSCC (India) Limited

a) Specifications, drawings, designs etc. where goods to be supplied under the


contract are to be specially manufactured for the purchaser,
b) Mode of packing,
c) Incidental services to be provided by the supplier
d) Mode of despatch,
e) Place of delivery, and
f) Any other area(s) of the contract, as felt necessary by the purchaser depending on
the merits of the case.
18.2 In the event of any such modification/alteration causing increase or decrease in the cost of
goods and services to be supplied and provided, or in the time required by the supplier to
perform any obligation under the contract, an equitable adjustment shall be made in the
contract price and/or contract delivery schedule, as the case may be, and the contract
amended accordingly. If the supplier doesn’t agree to the adjustment made by the
Purchaser/Consignee, the supplier shall convey its views to the Purchaser/Consignee
within twenty-one days from the date of the supplier’s receipt of the
Purchaser’s/Consignee’s amendment / modification of the contract.
19. Prices
19.1 Prices to be charged by the supplier for supply of goods and provision of services in terms
of the contract shall not vary from the corresponding prices quoted by the supplier in its
tender and incorporated in the contract except for any price adjustment authorised in the
SCC.

20. Taxes and Duties

20.1 Supplier shall be entirely responsible for all taxes, duties, fees, levies etc. incurred until
final acceptance of the contracted goods to the purchaser. However, for goods directly
imported shall be guided by the INCOTERM.
20.2 Further instruction, if any, shall be as provided in the SCC.
21. Terms and Mode of Payment
21.1 Payment Terms
Payment shall be made subject to recoveries, if any, by way of liquidated damages or
any other charges as per terms & conditions of contract in the following manner.
A) Payment for Domestic Goods or Foreign Goods Located within India
Payment shall be made in Indian Rupees as specified in the contract in the following
manner:
a) On delivery:
80% payment of the contract price shall be paid on receipt of goods in good condition
and upon the submission of the following documents:
(i) Four copies of supplier’s invoice showing contract number, goods description,
quantity, unit price and total amount;
(ii) Consignee Receipt Certificate as per Section XVI in original issued by the authorized
representative of the consignee;
(iii) Two copies of packing list identifying contents of each package;
(iv) Inspection certificate issued by the nominated Inspection agency, if any.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 41 Dated 23.12.2019


HSCC (India) Limited

(v) Insurance Certificate as per GCC Clause 11 and documents also to be submitted for
payment confirming that dispatch documents has already been sent to all
concerned as per the contract within 24 hours;
(vi) Certificate of origin.
(vii) Dispatch Clearance Certificate issued by HSCC.

b) On Acceptance:
Balance 20% payment would be made against ‘Final Acceptance Certificate’ as per
Section XVIII of goods to be issued by the consignees subject to recoveries, if any,
either on account of non-rectification of defects/deficiencies not attended by the
Supplier or otherwise. Final acceptance certificate will be released by the consignee
on completion of installation, commissioning, training, successful running of
equipment (at least 2-3 weeks) and handing over the equipment to the consignee.
B) Payment for Imported Goods:
Payment for foreign currency portion shall be made in the currency as specified in the
contract in the following manner:
a) On Shipment:
80% of the net CIP price (CIP price less Indian Agency commission) of the goods
shipped shall be paid through irrevocable, non-transferable Letter of Credit (LC)
opened in favour of the supplier in a bank in his country and upon submission of
documents specified hereunder:
(i) Four copies of supplier’s invoice showing contract number, goods description,
quantity, unit price and total amount;
(ii) Original and four copies of the negotiable clean, on-board Bill of Lading/ Airway
bill, marked freight pre paid and four copies of non-negotiable Bill of
Lading/Airway bill;
(iii) Four Copies of packing list identifying contents of each package;
(iv) Insurance Certificate as per GCC Clause 11 and documents also to be submitted
for payment of LC confirming that dispatch documents has already been sent to
all concerned as per the contract within 24 hours;
(v) Manufacturer’s/Supplier’s warranty certificate;
(vi) Inspection certificate issued by the nominated inspection agency, if applicable as
per contract;
(vii) Manufacturer’s own factory inspection report and
(viii) Certificate of origin by the chamber of commerce of the concerned country;
(ix) Inspection Certificate for the despatched equipments issued by recognized/
reputed agency like SGS, Lloyd, TUV & Beauru Varitus, prior to despatch.
(x) Dispatch Clearance Certificate issued by HSCC.

b) On Acceptance:
Balance payment of 20% of net CIP price of goods would be made against ‘Final
Acceptance Certificate’ as per Section XVII to be issued by the consignees through
irrevocable, non-transferable Letter of Credit (LC) opened in favour of the Foreign
Principal in a bank in his country, subject to recoveries, if any. Final acceptance
certificate will be released by the consignee on completion of installation,
commissioning, training, successful running of equipment (at least 2-3 weeks) and
handing over the equipment to the consignee.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 42 Dated 23.12.2019


HSCC (India) Limited

c) Payment of Incidental Costs till consignee site & Incidental Services (including
Installation & Commissioning, Supervision, Demonstration and Training) will be paid in
Indian Rupees to the Indian Agent on proof of final installation, commission and
acceptance of equipment by the consignee.
d) Payment of Indian Agency Commission: Indian Agency commission will be paid to
the manufacturer‟s agent in the local currency for an amount in Indian rupees
indicated in the relevant Price Schedule (as per prevailing rate of exchange ruling on
the date of Contract) and shall not be subject to further escalation / exchange variation.

C) Payment of Turnkey, if any:


Turnkey payment will be made to the manufacturer’s agent in Indian rupees indicated in
the relevant Price Schedule (as per prevailing rate of exchange ruling on the date of
Contract) and shall not be subject to further escalation / exchange variation.

D) Payment for Annual Comprehensive Maintenance Contract Charges:


The consignee will enter into CMC with the supplier at the rates as stipulated in the
contract. The payment of CMC will be made on six monthly basis after satisfactory
completion of said period, duly certified by the consignee on receipt of bank guarantee for
an amount equivalent to 2.5 % of the cost of the equipment as per contract in the
prescribed format given in Section XV valid till 2 months after expiry of entire CMC period.
21.2 The supplier shall not claim any interest on payments under the contract.
21.3 Where there is a statutory requirement for tax deduction at source, such deduction
towards income tax and other tax as applicable will be made from the bills payable to the
Supplier at rates as notified from time to time.
21.4 Irrevocable & non – transferable LC shall be opened by the respective consignees.
However, if the supplier requests specifically to open confirmed LC, the extra charges
would be borne by the supplier. If LC is required to be extended and/or amended for
reasons not attributable to the purchaser/consignee, the charges thereof shall be borne by
the supplier.
21.5 The payment shall be made in the currency / currencies authorised in the contract.
21.6 The supplier shall send its claim for payment in writing, when contractually due, along
with relevant documents etc., duly signed with date, to respective consignees.
21.7 While claiming payment, the supplier is also to certify in the bill that the payment being
claimed is strictly in terms of the contract and all the obligations on the part of the supplier
for claiming that payment has been fulfilled as required under the contract.
21.8 While claiming reimbursement of duties, taxes etc. (like sales tax, excise duty, custom duty)
from the Purchaser/Consignee, as and if permitted under the contract, the supplier shall
also certify that, in case it gets any refund out of such taxes and duties from the concerned
authorities at a later date, it (the supplier) shall refund to the Purchaser/Consignee
forthwith.
21.9 In case where the supplier is not in a position to submit its bill for the balance payment for
want of receipted copies of Inspection Note from the consignee and the consignee has not
complained about the non-receipt, shortage, or defects in the supplies made, balance
amount will be paid by the paying authority without consignee’s receipt certificate after
three months from the date of the preceding part payment for the goods in question,
subject to the following conditions:
(a) The supplier will make good any defect or deficiency that the consignee (s) may report
within six months from the date of despatch of goods.
(b) Delay in supplies, if any, has been regularized.
(c) The contract price where it is subject to variation has been finalized.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 43 Dated 23.12.2019


HSCC (India) Limited

(d) The supplier furnishes the following undertakings:

“I/We, __________ certify that I/We have not received back the Inspection Note duly receipted by
the consignee or any communication from the purchaser or the consignee about non-receipt,
shortage or defects in the goods supplied. I/We ______ agree to make good any defect or deficiency
that the consignee may report within three months from the date of receipt of this balance
payment.
22. Delivery/Delay in the supplier’s performance
22.1 The supplier shall deliver of the goods and perform the services under the contract within
the time schedule specified by the Purchaser/Consignee in the List of Requirements and as
incorporated in the contract. The time for and the date of delivery of the goods stipulated
in the schedule shall be deemed to be of the essence of the contract and the delivery must
be completed not later than the date (s) as specified in the contract.
22.2 Subject to the provision under GCC clause 26, any unexcused delay by the supplier in
maintaining its contractual obligations towards delivery of goods and performance of
services shall render the supplier liable to any or all of the following sanctions:
(i) imposition of liquidated damages,
(ii) forfeiture of its performance security and
(iii) termination of the contract for default.
22.3 If at any time during the currency of the contract, the supplier encounters conditions
hindering timely delivery of the goods and performance of services, the supplier shall
promptly inform the Purchaser/Consignee in writing about the same and its likely
duration and make a request to the Purchaser/Consignee for extension of the delivery
schedule accordingly. On receiving the supplier’s communication, the Purchaser/
Consignee shall examine the situation as soon as possible and, at its discretion, may agree
to extend the delivery schedule, with or without liquidated damages for completion of
supplier’s contractual obligations by issuing an amendment to the contract.
22.4 When the period of delivery is extended due to unexcused delay by the supplier, the
amendment letter extending the delivery period shall, interalia contain the following
conditions:
(a) The Purchaser/Consignee shall recover from the supplier, under the provisions
of the clause 23 of the General Conditions of Contract, liquidated damages on the
goods and services, which the Supplier has failed to deliver within the delivery
period stipulated in the contract.
(b) That no increase in price on account of any ground, whatsoever, including any
stipulation in the contract for increase in price on any other ground and, also
including statutory increase in or fresh imposition of customs duty, excise duty,
sales tax/ VAT, Service Tax and Works Contract Tax or on account of any other tax
or duty which may be levied in respect of the goods and services specified in the
contract, which takes place after the date of delivery stipulated in the contract shall
be admissible on such of the said goods and services as are delivered and
performed after the date of the delivery stipulated in the contract.
(c) But nevertheless, the Purchaser/Consignee shall be entitled to the benefit of any
decrease in price on account of reduction in or remission of customs duty, excise
duty, sales tax/ VAT, Service Tax and Works Contract Tax or any other duty or tax
or levy or on account of any other grounds, which takes place after the expiry of the
date of delivery stipulated in the contract.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 44 Dated 23.12.2019


HSCC (India) Limited

22.5 The supplier shall not dispatch the goods after expiry of the delivery period. The supplier is
required to apply to the Purchaser/Consignee for extension of delivery period and obtain
the same before despatch. In case the supplier dispatches the goods without obtaining an
extension, it would be doing so at its own risk and no claim for payment for such supply
and / or any other expense related to such supply shall lie against the purchaser.

22.6 Passing of Property:


22.6.1 The property in the goods shall not pass to the purchaser unless and until the goods have
been delivered to the consignee in accordance with the conditions of the contract.
22.6.2 Where there is a contract for sale of specific goods and the supplier is bound to do
something to the goods for the purpose of putting them into a deliverable state the
property does not pass until such thing is done.
22.6.3 Unless otherwise agreed, the goods remain at the supplier‟s risk until the property therein
is transferred to the purchaser.
23. Liquidated damages
23.1 Subject to GCC clause 26, if the supplier fails to deliver any or all of the goods or fails to
perform the services within the time frame(s) incorporated in the contract, the
Purchaser/Consignee shall, without prejudice to other rights and remedies available to the
Purchaser/Consignee under the contract, deduct from the contract price, as liquidated
damages, a sum equivalent to 0.5% per week of delay or part thereof on delayed supply of
goods and/or services until actual delivery or performance subject to a maximum of 10%
of the contract price. Once the maximum is reached Purchaser/Consignee may consider
termination of the contract as per GCC 24.
During the above-mentioned delayed period of supply and / or performance, the
conditions incorporated under GCC sub-clause 22.4 above shall also apply.
23.2 In the event of delay in submission of Proforma Invoice beyond 7 working days from the
date of notification of award, the delay shall be to the account of supplier & Purchaser shall
deduct Liquidated damages, as per clause 23.1. Proforma Invoice should be strictly as per
the terms & conditions mentioned in Notification of Award / Tender Conditions.

23.3 Proforma Invoice submitted by supplier is found to be deficient, because of which


purchaser is unable to open the letter of credit, delay shall be to the account of supplier &
purchaser shall deduct liquidated damages as per clause 23.1.

24. Termination for default


24.1 The Purchaser/Consignee , without prejudice to any other contractual rights and remedies
available to it (the Purchaser/Consignee ), may, by written notice of default sent to the
supplier, terminate the contract in whole or in part, if the supplier fails to deliver any or all
of the goods or fails to perform any other contractual obligation(s) within the time period
specified in the contract, or within any extension thereof granted by the
Purchaser/Consignee pursuant to GCC sub-clauses 22.3 and 22.4.
24.2 In the event of the Purchaser/Consignee terminates the contract in whole or in part,
pursuant to GCC sub-clause 24.1 above, the Purchaser/Consignee may procure goods
and/or services similar to those cancelled, with such terms and conditions and in such
manner as it deems fit and the supplier shall be liable to the Purchaser/Consignee for the
extra expenditure, if any, incurred by the Purchaser/Consignee for arranging such
procurement.
24.3 Unless otherwise instructed by the Purchaser/Consignee, the supplier shall continue to
perform the contract to the extent not terminated.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 45 Dated 23.12.2019


HSCC (India) Limited

25. Termination for insolvency


25.1 If the supplier becomes bankrupt or otherwise insolvent, the purchaser reserves the right
to terminate the contract at any time, by serving written notice to the supplier without any
compensation, whatsoever, to the supplier, subject to further condition that such
termination will not prejudice or affect the rights and remedies which have accrued and /
or will accrue thereafter to the Purchaser/Consignee.
26. Force Majeure
26.1 Notwithstanding the provisions contained in GCC clauses 22, 23 and 24, the supplier shall
not be liable for imposition of any such sanction so long the delay and/or failure of the
supplier in fulfilling its obligations under the contract is the result of an event of Force
Majeure.
26.2 For purposes of this clause, Force Majeure means an event beyond the control of the
supplier and not involving the supplier’s fault or negligence and which is not foreseeable
and not brought about at the instance of , the party claiming to be affected by such event
and which has caused the non – performance or delay in performance. Such events may
include, but are not restricted to, acts of the Purchaser/Consignee either in its sovereign or
contractual capacity, wars or revolutions, hostility, acts of public enemy, civil commotion,
sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes excluding by
its employees , lockouts excluding by its management, and freight embargoes.
26.3 If a Force Majeure situation arises, the supplier shall promptly notify the
Purchaser/Consignee in writing of such conditions and the cause thereof within twenty
one days of occurrence of such event. Unless otherwise directed by the
Purchaser/Consignee in writing, the supplier shall continue to perform its obligations
under the contract as far as reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the Force Majeure event.
26.4 If the performance in whole or in part or any obligation under this contract is prevented or
delayed by any reason of Force Majeure for a period exceeding sixty days, either party may
at its option terminate the contract without any financial repercussion on either side.
26.5 In case due to a Force Majeure event the Purchaser/Consignee is unable to fulfil its
contractual commitment and responsibility, the Purchaser/Consignee will notify the
supplier accordingly and subsequent actions taken on similar lines described in above sub-
paragraphs.
27. Termination for convenience
27.1 The Purchaser/Consignee reserves the right to terminate the contract, in whole or in part
for its (Purchaser’s/Consignee ’s) convenience, by serving written notice on the supplier at
any time during the currency of the contract. The notice shall specify that the termination
is for the convenience of the Purchaser/Consignee. The notice shall also indicate interalia,
the extent to which the supplier’s performance under the contract is terminated, and the
date with effect from which such termination will become effective.
27.2 The goods and services which are complete and ready in terms of the contract for delivery
and performance within thirty days after the supplier’s receipt of the notice of termination
shall be accepted by the Purchaser/Consignee following the contract terms, conditions and
prices. For the remaining goods and services, the Purchaser/Consignee may decide:
a) To get any portion of the balance completed and delivered at the contract terms,
conditions and prices; and / or
b) To cancel the remaining portion of the goods and services and compensate the
supplier by paying an agreed amount for the cost incurred by the supplier towards
the remaining portion of the goods and services.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 46 Dated 23.12.2019


HSCC (India) Limited

28. Governing language


28.1 The contract shall be written in English language following the provision as contained in
GIT clause 4. All correspondence and other documents pertaining to the contract, which
the parties exchange, shall also be written accordingly in that language.

29. Notices
29.1 Notice, if any, relating to the contract given by one party to the other, shall be sent in
writing or by cable or telex or facsimile and confirmed in writing. The procedure will also
provide the sender of the notice, the proof of receipt of the notice by the receiver. The
addresses of the parties for exchanging such notices will be the addresses as incorporated
in the contract.
29.2 The effective date of a notice shall be either the date when delivered to the recipient or the
effective date specifically mentioned in the notice, whichever is later.
30. Resolution of disputes
30.1 If dispute or difference of any kind shall arise between the Purchaser/Consignee and the
supplier in connection with or relating to the contract, the parties shall make every effort
to resolve the same amicably by mutual consultations.
30.2 If the parties fail to resolve their dispute or difference by such mutual consultation within
twenty-one days of its occurrence, then, unless otherwise provided in the SCC, either the
Purchaser/Consignee or the supplier may give notice to the other party of its intention to
commence arbitration, as hereinafter provided the applicable arbitration procedure will be
as per the Arbitration and Conciliation Act, 1996 of India. In the case of a dispute or
difference arising between the Purchaser/Consignee and a domestic Supplier relating to
any matter arising out of or connected with the contract, such dispute or difference shall be
referred to the sole arbitration of an officer in the Ministry of Law and Justice, appointed to
be the arbitrator by AIIMS Raebareli. The award of the arbitrator shall be final and
binding on the parties to the contract subject to the provision that the Arbitrator shall give
reasoned award in case the value of claim in reference exceeds Rupees One lakhs (Rs.
1,00,000/-)
30.3 Venue of Arbitration: The venue of arbitration shall be the place from where the contract
has been issued, i.e., New Delhi, India.
30.4 Jurisdiction of the court will be from the place where the tender enquiry document has
been issued, i.e., New Delhi, India
31. Applicable Law
The contract shall be governed by and interpreted in accordance with the laws of India for
the time being in force.
32 Withholding and Lien in respect of sums claimed
Whenever any claim for payment arises under the contract against the supplier the
purchaser shall be entitled to withhold and also have a lien to retain such sum from the
security deposit or sum of money arising out of under any other contract made by the
supplier with the purchaser, pending finalization or adjudication of any such claim. It is an
agreed term of the contract that the sum of money so withheld or retained under the lien
referred to above, by the purchaser, will be kept withheld or retained till the claim arising
about of or under the contract is determined by the Arbitrator or by the competent court
as the case may be, and the supplier will have no claim for interest or damages whatsoever
on any account in respect of such withholding or retention.

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 47 Dated 23.12.2019


HSCC (India) Limited

33. General/ Miscellaneous Clauses


33.1 Nothing contained in this Contract shall be constructed as establishing or creating between
the parties, i.e. the Supplier/its Indian Agent/CMC Provider on the one side and the
Purchaser on the other side, a relationship of master and servant or principal and agent.
33.2 Any failure on the part of any Party to exercise right or power under this Contract shall not
operate as waiver thereof.
33.3 The Supplier shall notify the Purchaser/Consignee /the Government of India of any
material change would impact on performance of its obligations under this Contract.
33.4 Each member/constituent of the Supplier/its Indian Agent/CMC Provider, in case of
consortium shall be jointly and severally liable to and responsible for all obligations
towards the Purchaser/Consignee/Government for performance of contract/services
including that of its Associates/Sub Contractors under the Contract.
33.5 The Supplier/its Indian Agent/CMC Provider shall at all times, indemnify and keep
indemnified the Purchaser/Government of India against all claims/damages etc. for any
infringement of any Intellectual Property Rights (IPR) while providing its services under
CMC or the Contract.
33.6 The Supplier/its Agent/CMC Provider shall, at all times, indemnify and keep indemnified
the Purchaser/Consignee/Government of India against any claims in respect of any
damages or compensation payable in consequences of any accident or injury sustained or
suffered by its employees or agents or by any other third party resulting from or by any
action, omission or operation conducted by or on behalf of the supplier/its
associate/affiliate etc.
33.7 All claims regarding indemnity shall survive the termination or expiry of the contract.

34. Additional Factors and Parameters for Evaluation and Ranking of Responsive Tenders
34.1 Further to GIT Clause 34 above, the purchaser’s evaluation of a tender will include and take into
account the following:
i) In the case of goods manufactured in India or goods of foreign origin already located in India,
sales tax & other similar taxes and excise duty & other similar duties, Customs Duties,
Service Tax, Works Contract Tax etc which will be contractually payable (to the tenderer), on
the goods if a contract is awarded on the tenderer; and
ii) in the case of goods of foreign origin offered from abroad, customs duty and other similar
import duties/taxes, which will be contractually payable (to the tenderer) on the goods if the
contract is awarded on the tenderer.
34.2 The purchaser’s evaluation of tender will also take into account the additional factors, if any,
incorporated in SIT in the manner and to the extent indicated therein.

34.3 i. The Purchaser reserves the right to give the price preference to small-scale sectors etc. and
purchase preference to central public sector undertakings as per the instruction in vogue while
evaluating, comparing and ranking the responsive tenders.
i. In exercise of powers conferred in Section 11 of the Micro, Small and Medium Enterprises
Development (MSMED) Act 2006, the Government has notified a new Public Procurement
Policy for Micro & Small Enterprises effective from 1 st April 2012. The policy mandates that
20% of procurement of annual requirement of goods and services by all Central
Ministries/Public Sector Undertakings will be from the micro and small enterprises. The
Government has also earmarked a sub-target of 4% procurement of goods & services from
MSEs owned by SC/ST entrepreneurs out of above said 20% quantity.
ii. In accordance with the above said notification, the participating Micro and Small

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 48 Dated 23.12.2019


HSCC (India) Limited

Enterprises (MSEs) in a tender, quoting price within the band of L 1+15% would also be
allowed to supply a portion of the requirement by bringing down their price to the L 1 price, in
a situation where L 1 price is from someone other than an MSE. Such MSEs would be allowed
to supply up to 20% of the total tendered value. In case there are more than one such eligible
MSE, the 20% supply will be shared equally. Out of 20% of the quantity earmarked for supply
from MSEs, 4% quantity is earmarked for procurement from MSEs owned by SC/ST
entrepreneurs. However, in the event of failure of such MSEs to participate in the tender
process or meet the tender requirements and the L 1 price, the 4% quantity earmarked for
MSEs owned by SC/ST entrepreneurs will be met from other participating MSEs.
iii. The MSEs fulfilling the prescribed eligibility criteria and participating in the tender
shall enclose with their tender a copy of their valid registration certificate with District
Industries Centres or Khadi and Village Industries Commission or Khadi and Village
Industries Board or Coir Board or National Small Industries Corporation or any other
body specified by
Ministry of Micro and Small enterprises in support of their being an MSE, failing which
their tender will be liable to be ignored.

iv. Special provision for Micro and Small Enterprise owned by women. Out of the total annual
procurement from Micro and Small Enterprises, 3 per cent from within the 25 per cent target shall
be earmarked for procurement from Micro and Small Enterprises owned by women.

Note: “If the bidder is a MSME, it shall declare in the bid document the Udyog Aadhar Memorandum
Number issued to it under the MSMED Act, 2006. If a MSME bidder do not furnish the UAM Number
along with bid documents, such MSME unit will not be eligible for the benefits available under
Public Procurement Policy for MSEs Order 2012.”

34.4 Preference to Make in India:

As per the order issued by

i) Department of Industrial Policy and Promotion (DIPP) vide No. P-45021/2/2017-BE-II


dated 15.06.2017 &

ii) Department of Pharmaceuticals vide No. F- 31026/36/2016-MD dated 18.05.2018 and


the subsequent orders thereof; the purchaser reserves the right to give preference to the
local supplier. A copy of this order is enclosed at Appendix-A which will form a part of this
TED for evaluation and ranking of bids. (copy attached)

HSCC/AIIMS RAEBARELI/Hospital/3/2019 Page No. 49 Dated 23.12.2019


HSCC (India) Limited

SECTION – V

SPECIAL CONDITIONS OF CONTRACT (SCC)

The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding
clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been
incorporated below.

These Special Conditions will modify/substitute/supplement the corresponding (GCC) clauses.


Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision
contained in the SCC shall prevail.

HSCC/AIIMS-RAEBARELI//HOSPITAL/3/2019 Dated 23.12.2019


HSCC (India) Limited

SECTION - VI
LIST OF REQUIREMENTS
Part I

S. Equipment Details Qty./ Requirements EMD (Rs.)


No.
A Aneasthesia Deptt. At Hospital
Block
1 Blood & Fluid Warming Device 10 no. for Hospital Block 20,000.00

2 Non invasive Ventilator 5 no. for Hospital Block 50,000.00

3 Recovery trolley 15 no. for Hospital Block 90,000.00

4 ICU monitor with CNS (5 nos) 50 no. for Hospital Block 8,00,000.00

5 Recovery ward monitor 30 no. for Hospital Block 1,80,000.00

6 Transport Monitor 7 no. for Hospital Block 32,200.00

7 Anesthesia Workstation with Monitor & 15 no. for Hospital Block 9,00,000.00
Ventilator

8 Blood Gas Analyser 2 no. for Hospital Block 34,000.00

9 Nerve Stimulator 4 no. for Hospital Block 8,000.00

10 Fiberoptic bronchoscope with monitor and 2 no. for Hospital Block 52,000.00
recording facility for adult and pediatric

B Cardiology Deptt. At Hospital


Block
1 2 D Echo Cardiography 1 no. for Hospital Block 1,20,000.00

2 TMT Machine with Ergometer or 2 no. for Hospital Block 60,000.00


Treadmill

3 Holter Monitor 4 no. for Hospital Block 28,000.00

HSCC/AIIMS-RAEBARELI//HOSPITAL/3/2019 Dated 23.12.2019


HSCC (India) Limited

4 Tilted Table 1 no. for Hospital Block 10,000.00

C Dentistry Deptt. At Hospital Block

1 ADVANCE ELECTRONIC DENTAL CHAIR 3 no. for Hospital Block 1,08,000.00

2 TABLE TOP AUTOCLAVE 2 no. for Hospital Block 20,000.00

3 DENTAL INTRAORAL X-RAY UNIT 1 no. for Hospital Block 5,000.00

4 DENTAL DIGITAL RADIOGRAPHY SENSOR 1 no. for Hospital Block 5,000.00


SYSTEM WITH SOFTWARE

5 ULTRASONIC CLEANER 1 no. for Hospital Block 5,000.00

6 ELECTROSURGICAL UNIT 1 no. for Hospital Block 5,000.00

7 PHYSIODISPENSER WITH REDUCTION 1 no. for Hospital Block 5,000.00


GEAR HANDPIECE

8 DENTAL EXTRACTION INSTRUMENTS 1 set for Hospital Block 8,000.00

9 CRANIOMAXILLOFACIAL TRAUMA 1 set for Hospital Block 20,000.00


INSTRUMENTS

10 GENERAL INSTRUMENTS FOR DENTISTRY – 1 set for Hospital Block 30,000.00


OUT PATIENTS DEPARTMENTS

11 GENERAL MAXILLOFACIAL SURGICAL 1 set for Hospital Block 30,000.00


INSTRUMENTS

12 HAND PIECE CLEANING AND OILING 1 no. for Hospital Block 4,000.00
SYSTEM

13 FIBER OPTIC LIGHT SOURCE 1 no. for Hospital Block 8,000.00

14 ORTHOPANTOMOGRAM (OPG) UNIT 1 no. for Hospital Block 1,00,000.00

HSCC/AIIMS-RAEBARELI//HOSPITAL/3/2019 Dated 23.12.2019


HSCC (India) Limited

15 INSTRUMENT WASHER, DISINFECTOR 1 no. for Hospital Block 8,000.00

D Nephrology Deptt. At Hospital


Block
1 CRRT Machine 1 no. for Hospital Block 30,000.00

2 Automatic PD Cycler 1 no. for Hospital Block 14,000.00

3 Haemodialysis Machine (SLED Mode) 5 no. for Hospital Block 1,50,000.00

4 RO plant 1 no. for Hospital Block 1,00,000.00

5 Dialyser Reprocessor 2 no. for Hospital Block 24,000.00

E Other Equipment in Hospital


Block
1 Drug Cart/Crash Cart 3no. for Cardiology + 6no. 18,000.00
for CTVS + 15no. for
Anesthesia = 24 nos.
2 Portable Ventilator 5no. for Anesthesia + 2no. 86,000.00
for CTVS + 2no. for
Emergency & Trauma
= 9 nos.
3 ICU Ventilator 30no. for Anesthesia + 5no. 10,00,000.00
for Emergency & Trauma =
35 nos.
4 DVT Pump 20no. for Aneasthesia + 72,000.00
1no. for General Medicine
& Immunology = 21 nos.
5 Patient Warming Unit 1no. for Cardiology + 2no. 1,20,000.00
for CTVS + 1no. for
Neurosurgery + 1no. for
Urology + 10no. for
Anesthesia = 15 nos.
6 Defibrillator with CPR Capability 8 no. for Anesthesia + 2no. 1,40,000.00
for Surgical Oncology +
2no. for Nephrology
= 12 nos.
7 Volumetric Infusion Pump 4no. for Cardiology + 10no. 38,000.00
for CTVS + 2no. for
Neurosurgery + 10no. for
Medical Oncology + 10no.

HSCC/AIIMS-RAEBARELI//HOSPITAL/3/2019 Dated 23.12.2019


HSCC (India) Limited

for Emergency & Trauma


= 36 nos.

8 LED Head Light 2no. for ENT + 6no. for 16,000.00


Dentistry = 8nos.

F Other Equipment For Medical


College Block
1 Mortuary cooler with arrangement to keep 4 Nos. for Human Anatomy 1,20,000.00
bodies Deptt.

2 Exercise Physiology System 1 No. for Physiology Deptt. 60,000.00

3 Gas analyser automatic for CO2, O2, N2 1 No. for Physiology Deptt. 10,000.00

4 Multi channel Physiograph, 3 channels, 2 No. for Physiology Deptt. 14,000.00


complete with accessories

5 Student physiograph, (single channel) with 10No. for Physiology Deptt. 20,000.00
accessories

Part II: Required Delivery Schedule:


a) For Indigenous goods or for imported goods if supplied from India:
60 days from date of Notification of Award except, for MRI, CT Scan, DR System, DRF System,
DSA, Gamma Knife, Gamma Camera, PET CT, Cath Lab. for which the delivery period will be 90
days from date of Notification of Award. The date of delivery will be the date of delivery at
consignee site (Tenderers may quote earliest delivery period).
b) For Imported goods directly from foreign:
60 days from date of opening of L/C except, for MRI, CT Scan, DR System, DRF System, DSA,
Gamma Knife, Gamma Camera, PET CT, Cath Lab. for which the delivery period will be 90 days
from date of opening of L/C. The date of delivery will be the date of Bill of Lading/Airway Bill.
(Tenderers may quote earliest delivery period).

c) Installation & commissioning within 15 days of receipt of goods at site except for MRI, CT
Scan, DR System, DRF System, DSA, Gamma Knife, Gamma Camera, PET CT, Cath Lab. for which
installation & commissioning to be done within 60 days of receipt of goods at site.

Note: Indigenous goods or imported goods if supplied from India (offered in INR) which are
linked with supply of directly imported goods are to be supplied within the contractual delivery
period as stated in para b) above.

For delayed delivery and/ or installation and commissioning liquidated damages will get applied
As per GCC clause 23.

Part III: Scope of Incidental Services:

HSCC/AIIMS-RAEBARELI//HOSPITAL/3/2019 Dated 23.12.2019


HSCC (India) Limited

Installation & Commissioning, Supervision, Demonstration, Trial run and Training etc. as
specified in GCC Clause 13

Part IV:
Turnkey (if any) as per details in Technical Specification.

Part V:
Warranty & Comprehensive Maintenance Contract (CMC) as per bid document.

Part VI:
Required Terms of Delivery and Destination.
a) For Indigenous goods or for imported goods if supplied from India:
At Consignee Site – Specified in the List of Requirements
Insurance (local transportation and storage) would be borne by the Supplier from ware house to
the consignee site for a period including 3 months beyond date of delivery

b) For Imported goods directly from abroad:


The foreign tenderers are required to quote their rates on CIP Named Port of Destination Basis
giving break up of the price as per the Proforma prescribed in the Price Schedule. Purchaser will
place the order on Consignee site basis. The shipping arrangements shall be made by the
supplier accordingly.
Insurance (local transportation and storage) would be extended and borne by the Supplier from
ware house to the consignee site for a period including 3 months beyond date of delivery.

NOTE: For goods to be imported from abroad the Tender shall submit Proforma Invoice
within 07 working days from the date of Award for establishing Letter of Credit process else
Liquidated Damages as per tender conditions will be applied.

Consignee/destination details as mentioned in Section-XXI.

Turnkey Works:
The Tenderer shall examine the existing site where the equipment is to be installed to assess the site
condition for Equipment placement and installation. Whether the scope of Turnkey Works is mentioned
in the Technical Specifications or not, the bidder’s offer should be on a “Turn Key” basis including all
costs associated with the supply, installation and commissioning of the equipment.

For equipment, the major Turnkey work to be carried out are given at the end of Technical Specification.
The Tenderer to quote prices indicating break-up of prices of the Machine and Turnkey Job of
Hospital/Institution/Medical College. The Turnkey costs to be quoted in Indian Rupee will be added for
Ranking Purpose. The taxes to be paid extra, to be specifically stated. In the absence of any such
stipulation the price will be taken inclusive of such duties and taxes and no claim for the same will be
entertained later. The Turnkey Work should completely comply with AERB requirement, if any.

Bidders must take into consideration in its bid, the costs to be incurred for any additional work
pertaining to civil, Electrical, Plumbing, sanitary, Radiation protection as per Govt. regulation, furniture,
servo stabilizers, U.P.S. etc. required for successful installation testing and commissioning of the
Medical Equipment and the “All inclusive lump sum price” should include all such costs, each
schedule/package is to be considered a package in itself and suppliers to execute the order package on a

HSCC/AIIMS-RAEBARELI//HOSPITAL/3/2019 Dated 23.12.2019


HSCC (India) Limited

“turn key basis” including all civil, electrical, air – conditioning & allied requirement for the equipment,
at the site.

For X-Ray and related equipment, bidders who have Type Approval/NOC of AERB/BARC shall only be
considered with documentary evidence. It shall be bidder’s responsibility to get the equipment installed
and commissioned as per AERB / BARC guidelines and installed and commission on “Turn Key basis”.

Bidders must take into consideration in its bid the costs to be incurred for any additional work viz.
Electrical cabling, plugs of suitable ratings from the source, Electrical points of suitable ratings, water
connection, water drainage, plumbing, air-conditioning, Radiation protection/shielding, mechanical &
allied requirement for the equipment etc. required for successful installation, commissioning and running
of the Equipment and the quoted “All inclusive lump sum price” should include all such costs.

HSCC/AIIMS-RAEBARELI//HOSPITAL/3/2019 Dated 23.12.2019


HSCC (India) Limited

Section – VII

Technical Specifications

Enclosed as Annexure-A

HSCC/AIIMS-RAEBARELI//HOSPITAL/3/2019 Dated 23.12.2019


HSCC (India) Limited

Section – VIII
Quality Control Requirements
(Proforma for equipment and quality control employed by the manufacturer(s)
Tender Reference No.
Date of opening
Time
Name and address of the Tenderer:
Note: All the following details shall relate to the manufacturer(s) for the goods quoted for.

01 Name of the manufacturer


a. full postal address
b. full address of the premises
c. telegraphic address
d. telex number
e. telephone number
f. fax number

02 Plant and machinery details


03 Manufacturing process details
04 Monthly (single shift) production capacity of goods quoted for
a. normal
b. maximum

05 Total annual turn-over (value in Rupees)


06 Quality control arrangement details
a. for incoming materials and bought-out components
b. for process control
c. for final product evaluation

07 Test certificate held


a . type test
b . BIS/ISO certification
c . any other

08 Details of staff
a. technical
b. b skilled
c. c unskilled

Signature and seal of the Tenderer

HSCC/AIIMS-RAEBARELI//HOSPITAL/3/2019 Dated 23.12.2019


HSCC (India) Limited

Section – IX
Qualification Criteria
1. The tenderer must be a manufacturer. In case the manufacturer does not quote directly,
they may authorize an agent as per Proforma of Manufacturer authorization form as given
in the tender enquiry document to quote and enter into a contractual obligation.

2(a) The Manufacturer should have supplied and installed in last Five years from the date
of Tender Opening, at least 25% of the quoted quantity (rounded off to next whole
number) of the similar equipment meeting major parameters of technical specification
which is functioning satisfactorily.

2(b) The Tenderers quoting as authorized representative of the manufacturer meeting the
above criteria should have executed at least one contract in the last five years from the
date of tender opening of medical equipment anywhere in India of the same
manufacturer.

The bidders/ firms identifying as MSME and or start-up firms are exempted from
fulfilling criteria at S. No. 2 (a) and 2(b) stated above. However, this does not exempt
any bidder/ firm/ manufacturer from fulfilling the quality requirements.
Note: “If the bidder is a MSME, it shall declare in the bid document the Udyog Aadhar
Memorandum Number issued to it under the MSMED Act, 2006. If a MSME bidder
do not furnish the UAM Number along with bid documents, such MSME unit will
not be eligible for the benefits available under Public Procurement Policy for
MSEs Order 2012.” Traders/resellers/distributors/authorized agents will not be
considered for availing benefits under PP Policy 2012 for MSEs as per MSE
guidelines issued by MoMSME.

Note
1. The tenderer shall give an affidavit as per Section-XIX of the TE document.

2. In support of 2(a) & 2(b), the Tenderer shall furnish Performance statement in the
enclosed Proforma ‘A’.

The manufacturer/Indian Agent as Tenderer shall furnish Satisfactory Performance


Certificate/Installation Reports in respect of above, duly notarized in the country of
origin, along with the tender.

The Tenderer shall furnish a brief write-up, packed with adequate data explaining and
establishing his available capacity/capability (both technical and financial) to perform
the Contract (if awarded) within the stipulated time period, after meeting all its
current/present commitments. The Tenderer shall also furnish details of Equipment
and Quality Control in the enclosed Section VIII.

3. Notwithstanding anything stated above, the Purchaser reserves the right to assess
the Tenderer’s capability and capacity to perform the contract satisfactorily before
deciding on award of Contract, should circumstances warrant such an assessment in
the overall interest of the Purchaser.

HSCC/AIIMS-RAEBARELI//HOSPITAL/3/2019 Dated 23.12.2019


HSCC (India) Limited

4. Tender shall submit audited balance sheets for the last three years. Annual Turnover
statements should be certified by chartered accountant bearing their membership
No.

5. The Purchaser reserves the right to ask for a free demonstration of the quoted
equipment at a pre determined place acceptable to the purchaser for technical
acceptability as per the tender specifications, before the opening of the Price Tender.

6. The Tenderer shall furnish copy of all Purchase Orders (complete with specifications
and prices) in their Technical Bid for the same model supplied to Govt. Hospitals/PSU
Hospitals/UN Agencies/Govt. Labs/Corporate Hospitals in the last one year from the
date of Technical Bid opening.

HSCC/AIIMS-RAEBARELI//HOSPITAL/3/2019 Dated 23.12.2019


HSCC (India) Limited

PROFORMA ‘A’
PROFORMA FOR PERFORMANCE STATEMENT
(For the period of last five years)

Tender Reference No. : _________________________________

Date of opening : _________________________________

Time : _________________________________

Name and address of the Tenderer : _________________________________

Name and address of the manufacturer : _________________________________

Order Order Description Value Date of Remarks Have the


placed by number and quantity of completion of indicating goods been
(full and date of ordered order Contract reasons functioning
address of goods and (Rs.) As per Actual for delay if Satisfactorily
Purchaser services contract any (attach
/ documentary
Consignee) proof)**
1 2 3 4 5 6 7 8

We hereby certify that if at any time, information furnished by us is proved to be false or incorrect,
we are liable for any action as deemed fit by the purchaser in addition to forfeiture of the earnest
money.

Signature and seal of the Tenderer

** 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.

HSCC/AIIMS-RAEBARELI//HOSPITAL/3/2019 Dated 23.12.2019


HSCC (India) Limited

Section – X
TENDER FORM
Date__________
To

Sr. CGM - I,
HSCC (India) Ltd
E-6 (A) Sector -1 ,
Noida - 201301
UP INDIA

Ref. Your TE document No. _________dated ___________

We, the undersigned have examined the above mentioned TE document, including
amendment/corrigendum No. __________, dated ________, the receipt of which is hereby confirmed.

We now offer to supply and deliver___________ (Description of goods and services) in conformity
with your above referred document for the sum as shown in the price schedule(s), attached
herewith and made part of this tender.

If our tender is accepted, we undertake to supply the goods and perform the services as
mentioned above, in accordance with the delivery schedule specified in the List of Requirements.
We further confirm that, if our tender is accepted, we shall provide you with a performance
security of required amount in an acceptable form in terms of GCC clause 5, read with
modification, if any, in Section - V – “Special Conditions of Contract”, for due performance of the
contract.

We agree to keep our tender valid for acceptance as required in the GIT clause 20, read with
modification, if any in Section - III – “Special Instructions to Tenderers” or for subsequently
extended period, if any, agreed to by us. We also accordingly confirm to abide by this tender up to
the aforesaid period and this tender may be accepted any time before the expiry of the aforesaid
period. We further confirm that, until a formal contract is executed, this tender read with your
written acceptance thereof within the aforesaid period shall constitute a binding contract
between us.

We further understand that you are not bound to accept the lowest or any tender you may
receive against your above-referred tender enquiry.
We confirm that we do not stand deregistered/banned/blacklisted by any Govt. Authorities.
We confirm that we fully agree to the terms and conditions specified in above mentioned TE
document, including amendment/ corrigendum if any

(Signature with date)

(Name and designation) Duly authorised to sign tender for and on behalf of

HSCC/PUR/AIIMS RAEBARELI/Hospital/3/2019Page No. 62 Dated 23.12.2019


HSCC (India) Ltd
SECTION – XI PRICE SCHEDULE
A) PRICE SCHEDULE FOR DOMESTIC GOODS or GOODS OF FOREIGN ORIGIN LOCATED WITHIN INDIA
1 2 3 4 5 6
Schedule Brief Country of Quantity Price per unit (Rs.) Total Price
Description Origin (Nos.) Incidental Services Unit Price (at (at
of Goods Ex - factory/ Packing and
Inland Transportation, (including Installation Consignee Site) Consignee
Ex - Forwarding
Insurance for a period & Commissioning, basis (Rs.) Site) basis
warehouse charges
including 3 months beyond Supervision, (Rs.)
/Ex- GST
date of delivery, loading/ Demonstration and
showroom (b)
unloading and Incidental Training) at the
/Off - the
costs till consignee’s site Consignee’s site
shelf
(d) (f) =a+b+c+d
(a) (c)
(e) +e 4 x 5(f)

Total Tender price in Rupees: ________________________________________________________________________________________________


In words: ____________________________________________________________________________________________________________________________

Note: -
1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail.
2. The charges for Annual CMC after warranty shall be quoted separately as per Section – XI – Price Schedule C
3. Specify HSN Codes: ( )
Name________________________
Business Address________________________
Place: ___________________________ Signature of Tenderer________________________
Date: _________________________ Seal of the Tenderer________________________

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 63 Dated 23.12.2019


HSCC (India) Ltd

SECTION – XI PRICE SCHEDULE


B) PRICE SCHEDULE FOR GOODS TO BE IMPORTED FROM ABROAD
1 2 3 4 5 6
Schedule Brief Country Quantity Price per unit (Currency)
Description of Origin (Nos.)
of Goods
Loading & unloading Unit Price on
Incidental Total price on CIP
at name place/port CIP Port of
FOB/FCA Services Port of destination
Carriage & of entry in India + destination +
price at (including + Extended
Insurance CIP Price (name local transportation Extended
port/ airport installation, Insurance+ local
(port of place/port of and storage to the Insurance+
of Lading commissioning, transportation and
loading to destination in consignee site + local
supervision, storage at
port of India Extended Insurance transportation
demonstration & consignee site)
destination) (c) =a+b for a period including and storage at
training) at
and other 3 months beyond consignee site)
consignee’s site in 4X 5 (f)
Incidental date of delivery in
(a) INR
costs (b) INR (f)=c+d+e
(e)
(d)

Total CIP Price in words: __________________________________________________________________________

Bidder must specify Custom Duty : INR..................................

Bidder must specify IGST: INR..................................


Note: -
1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail.
2. The charges for Annual CMC after warranty shall be quoted separately as per Section – XI – Price Schedule C
3. The Tenderer will be fully responsible for the safe arrival of the goods at destination (consignee site) in good condition as per CIP at Consignee’s site
4. Custom Duty & IGST quoted as applicable as per Item HSN Code will be added to Total CIP Price to arrive at Price at consignee site for evaluation purpose.
5. Specify HSN Codes : ( ).

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 64 Dated 23.12.2019


HSCC (India) Ltd
Indian Agency Commission - ___% of FOB/FCA.

Name________________________
Business Address________________________
Place: ___________________________ Signature of Tenderer________________________
Date: ____________________________ Seal of the Tenderer________________________

For price bid evaluation bidder must quote actual custom duty and IGST as applicable on the imported equipment offered.

Note : Reimbursement of Custom Duty & IGST: The Custom Duty & IGST amount as mentioned in the price schedule in INR will be compared with the actual
total Custom Duty amount paid to custom department & actual IGST paid and the same will be reimbursed to the supplier as per the following:

a). If the custom duty & IGST amount as mentioned in the price schedule is equal to the actual total custom duty amount levied by the custom department &
actual IGST paid, the actual total custom duty amount levied by custom department & actual IGST paid shall prevail and reimbursed to the supplier in INR
accordingly on submission of original documentary evidence.

b). If the custom duty & IGST amount as mentioned in the price schedule is more than the actual total custom duty amount levied by the custom department,
the actual total custom duty amount levied by custom department & actual IGST paid shall prevail and reimbursed to the supplier in INR accordingly on
submission of original documentary evidence.

c). If the custom duty & IGST amount as mentioned in the price schedule is less than the actual total custom duty amount levied by the custom department and
the actual IGST paid, the custom duty amount and IGST as mentioned in the price schedule shall prevail only and reimbursed to the supplier in INR accordingly.

d). Any upward/downward change in custom duty & IGST as a result of any statutory variation in custom duty & IGST taking place within the contract terms
shall be allowed to the extent of actual quantum of custom duty paid by the supplier. In case of downward revision in the custom duty, the actual quantum of
reduction shall be reimbursed to the purchaser by the supplier. All such adjustments shall include all reliefs, exemptions, rebates, concessions etc. Obtained by
the supplier.

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 65 Dated 23.12.2019


HSCC (India) Ltd

Section XI - Price Schedule for Items mentioned as – Optional or To be Quoted Separately


Sr Name of Part Part Qty Unit price inclusive of all Total price inclusive of all taxes, duties,
no. No. taxes, duties, transportation, transportation, incidental cost etc. up to
incidental cost etc. up to Consignee Site (Any currency)
Consignee Site (Any currency)
S. No. & Name of
Equipment –
1
2
3
4
5
6
7
8
9
10
11
12
13
Total
Total Price (In words):
Name of Tenderer ___________________________________________
Business Address _________________________________________________________
_______
Place: _ Signature of tenderer ______________________________________________________________
_______
Date: ____ Seal of the tenderer ____________________________________________________________-

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 66 Dated 23.12.2019


HSCC (India) Ltd

SECTION – XI PRICE SCHEDULE


C) PRICE SCHEDULE FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT AFTER WARRANTY PERIOD
1 2 3 4 5
Annual Comprehensive
Maintenance Contract Cost for Total Annual Comprehensive
Schedule BRIEF DESCRIPTION QUANTITY. Each Unit year wise*. Maintenance Contract Cost for 5
No. OF GOODS (Nos.) Years
1st 2nd 3rd 4th 5th
[3 x (4a+4b+4c+4d+4e)]
a B c d E

* After completion of Warranty period


NOTE:-
1. In case of discrepancy between unit price and total prices, THE UNIT PRICE shall prevail.
2. The cost of Comprehensive Maintenance Contract (CMC) which includes preventive maintenance including testing & calibration as per
technical/ service /operational manual, labour and spares, after satisfactory completion of Warranty period may be quoted for next 5
years on yearly basis for complete equipment and Turnkey (if any).
3. The cost of CMC may be quoted along with taxes applicable on the date of Tender Opening. The taxes to be paid extra, to be specifically
stated. In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained
later.
4. Cost of CMC will be added for Ranking/Evaluation purpose.
5. The payment of CMC will be made as per clause GCC clause 21.1 (D).
6. The uptime warranty will be 98 % on 24 (hrs) X 7 (days) X 365 (days) basis or as stated in Technical Specification of the TE document.
7. All software updates should be provided free of cost during CMC period.
8. The stipulations in Technical Specification will supersede above provisions
9. The supplier shall keep sufficient stock of spares required during Annual Comprehensive Maintenance Contract period. In case the
spares are required to be imported, it would be the responsibility of the supplier to import and get them custom cleared and pay all
necessary duties.
Name________________________
Business Address________________________
Place: ___________________________ Signature of Tenderer________________________
Date: ___________________________ Seal of the Tenderer________________________

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 67 Dated 23.12.2019


HSCC (India) Ltd
SECTION XI– PRICE SCHEDULE
D) PRICE SCHEDULE FOR TURNKEY

BRIEF TURNKEY
Schedule CONSIGNEE Turnkey price
DESCRIPTION OF
No.
GOODS

Note: -

1. The cost of Turnkey as per Technical Specification (Section VII) may be quoted on lump sum along with taxes applicable on the date of Tender
Opening. The taxes to be paid extra, to be specifically stated. In the absence of any such stipulation the price will be taken inclusive of such taxes
and no claim for the same will be entertained later.
2. Cost of Turnkey will be added for Ranking/Evaluation purpose.
3. The payment of Turnkey will be made as per clause GCC clause 21.1 (c).
4. The stipulations in Technical Specification will supersede above provisions

Name________________________
Business Address________________________
Place: ___________________________ Signature of Tenderer________________________
Date: ____________________________ Seal of the Tenderer________________________

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 68 Dated 23.12.2019


HSCC (India) Ltd

SECTION – XII
QUESTIONNAIRE

Fill up the Section XX – Check List for Tenderers and enclose with the Tender
1. The tenderer should furnish specific answers to all the questions/issues mentioned in
the Checklist. In case a question/issue does not apply to a tenderer, the same should be
answered with the remark “not applicable”.

2. Wherever necessary and applicable, the tenderer shall enclose certified copy as
documentary proof/ evidence to substantiate the corresponding statement.

3. In case a tenderer furnishes a wrong or evasive answer against any of the


question/issues mentioned in the Checklist, its tender will be liable to be ignored.

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 69 Dated 23.12.2019


HSCC (India) Ltd

SECTION – XIII
BANK GUARANTEE FORM FOR EMD

Whereas ______________________________ (hereinafter called the “Tenderer”) has submitted its


quotation dated ___________________ for the supply of _____________________________ (hereinafter called
the “tender”) against the purchaser’s tender enquiry No. __________________________________ Know all
persons by these presents that we ______________________________ of _______________________________
(Hereinafter called the “Bank”) having our registered office at ________________________________ 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 _______ 20____. The conditions of this obligation are:
(1) If the Tenderer withdraws or amends, impairs or derogates from the tender in any
respect within the period of validity of this tender.
(2) If the Tenderer having been notified of the acceptance of his tender by the Purchaser
during the period of its validity:-
a) fails or refuses to furnish the performance security for the due performance of
the contract.
or
b) fails or refuses to accept/execute the contract.
or
c) if it comes to notice that the information/documents furnished in its tender is
incorrect, false, misleading or forged

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 it owing to the occurrence of one
or both the two conditions, specifying the occurred condition(s).
This guarantee will remain in force for a period of forty-five days after the period of tender
validity and any demand in respect thereof should reach the Bank not later than the above date.
(Signature of the authorised officer of the Bank)

Name and designation of the officer


Seal, name & address of the Bank and address of the Branch

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 70 Dated 23.12.2019


HSCC (India) Ltd

SECTION – XIV
MANUFACTURER’S AUTHORISATION FORM

To

Sr. CGM - I,
HSCC (India) Ltd
E-6 (A) Sector -1 ,
Noida - 201301
UP INDIA

Dear Sirs,
Ref. Your TE document No ____________, dated _____________
We, ___________________________________ who are proven and reputable manufacturers
of___________________________(name and description of the goods offered in the tender) having
factories at_______________________________, hereby authorise Messrs______________________________(name
and address of the agent) to submit a tender, process the same further and enter into a contract
with you against your requirement as contained in the above referred TE documents for the
above goods manufactured by us.
We further confirm that no supplier or firm or individual other than Messrs.
__________________________ (name and address of the above agent) is authorised to submit a tender,
process the same further and enter into a contract with you against your requirement as
contained in the above referred TE documents for the above goods manufactured by us.
We also hereby extend our full warranty, CMC as applicable as per clause 15 of the General
Conditions of Contract, read with modification, if any, in the Special Conditions of Contract for the
goods and services offered for supply by the above firm against this TE document.
Yours faithfully,

[Signature with date, name and designation]


for and on behalf of Messrs___________________________

[Name & address of the manufacturers]


Note: 1. This letter of authorisation should be on the letter head of the manufacturing firm and
should be signed by a person competent to legally bind the manufacturer.
2. Original letter may be sent.

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 71 Dated 23.12.2019


HSCC (India) Ltd

SECTION – XV

BANK GUARANTEE FORM FOR PERFORMANCE SECURITY/ CMC SECURITY

Sr. CGM - I,
HSCC (India) Ltd
E-6 (A) Sector -1 ,
Noida - 201301
UP INDIA

WHEREAS _____________________________ (Name and address of the supplier) (Hereinafter called


“the supplier”) has undertaken, in pursuance of contract no________________________ dated
_____________ to supply (description of goods and services) (herein after 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 scheduled commercial bank recognised by you for the sum
specified therein as security for compliance with its obligations in accordance with the contract;
AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW 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 undertake 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
limits 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.

We hereby waive the necessity of your demanding the said debt from the supplier before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the contract
to be performed there under or of any of the contract documents which may be made between
you and the supplier shall in any way release us from any liability under this guarantee and we
hereby waive notice of any such change, addition or modification.

This guarantee shall be valid up to 30/66 months from the date of Notification of Award i.e. up
to ----------- (indicate date)

…………………………….
(Signature with date of the authorised officer of the Bank)
………………………………………………………….
Name and designation of the officer
………………………………………………………….
………………………………………………………….
Seal, name & address of the Bank and address of the Branch

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 72 Dated 23.12.2019


HSCC (India) Ltd

SECTION – XVI
CONTRACT FORM - A

CONTRACT FORM FOR SUPPLY, INSTALLATION, COMMISSIONING, HANDING OVER, TRIAL


RUN, TRAINING OF OPERATORS & WARRANTY OF GOODS

(Address of the Purchaser’s/Consignee’s


office issuing the contract)

Contract No___________ dated______________


This is in continuation to this office’s Notification of Award No_______ dated ______
1. Name & address of the Supplier: ______________________________
2. Purchaser’s TE document No________ dated____________ and subsequent Amendment
No____________, dated_________ (if any), issued by the purchaser
3. Supplier’s Tender No_________ dated__________ and subsequent communication(s) No____________
dated _________ (if any), exchanged between the supplier and the purchaser in connection with
this tender.
4. In addition to this Contract Form, the following documents etc, which are included in the
documents mentioned under paragraphs 2 and 3 above, shall also be deemed to form and be
read and construed as integral part of this contract:

(i) General Conditions of Contract;


(ii) Special Conditions of Contract;
(iii) List of Requirements;
(iv) Technical Specifications;
(v) Quality Control Requirements;
(vi) Tender Form furnished by the supplier;
(vii) Price Schedule(s) furnished by the supplier in its tender;
(viii) Manufacturers’ Authorisation Form (if applicable for this tender);
(ix) Purchaser’s Notification of Award

Note: The words and expressions used in this contract shall have the same meanings as are
respectively assigned to them in the conditions of contract referred to above. Further, the
definitions and abbreviations incorporated under clause 1 of Section II – ‘General Instructions
to Tenderers’ of the Purchaser’s TE document shall also apply to this contract.
5. Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced
below for ready reference:
(i) Brief particulars of the goods and services which shall be supplied/ provided by the
supplier are as under:
Schedule Brief description Accounting Quantity Unit Total Terms of
No. of goods/services unit to be Price price delivery
supplied

Any other additional services (if applicable) and cost thereof: _____________________

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 73 Dated 23.12.2019


HSCC (India) Ltd

Total value (in figure) ____________ (In words) ___________________________


2. Delivery schedule
(iii) Details of Performance Security
(iv) Quality Control
(a) Mode(s), stage(s) and place(s) of conducting inspections and tests.
(b) Designation and address of purchaser’s inspecting officer
(v) Destination and despatch instructions
(vi) Consignee, including port consignee, if any
3. Warranty clause
4. Payment terms
5. Paying authority
____________________________
(Signature, name and address
of the Purchaser’s/Consignee’s authorised official)
For and on behalf of__________________
Received and accepted this contract
(Signature, name and address of the supplier’s executive
duly authorised to sign on behalf of the supplier)
For and on behalf of _________________________
(Name and address of the supplier)
(Seal of the supplier)
Date: _________________________

Place: _________________________

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 74 Dated 23.12.2019


HSCC (India) Ltd

SECTION – XVI
CONTRACT FORM – B
CONTRACT FORM FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT
Annual CM Contract No._______________________ dated_________________
Between

(Address of Head of Hospital/Institute/Medical College)


And

(Name & Address of the Supplier)


Ref: Contract No___________ dated______________ (Contract No. & date of Contract for supply,
installation, commissioning, handing over, Trial run, Training of operators &
warranty of goods)
In continuation to the above referred contract

6. The Contract of Annual Comprehensive Maintenance is hereby concluded as


under: -
1 2 3 4 5
Annual
Comprehensive Total Annual
Maintenance Contract Comprehensive
BRIEF Cost for Each Unit year
Schedule QUANTITY. Maintenance Contract
DESCRIPTION wise*.
No. (Nos.) Cost for 5 Years
OF GOODS
2 n 3r [3 x
1st 4th 5th
d d (4a+4b+4c+4d+4e)]
a b c d e

Total value (in figure) ____________ (In words) ___________________________


b) The CMC commence from the date of expiry of all obligations under Warranty i.e.
from______________ (date of expiry of Warranty) and will expire on ______________ (date of
expiry of CMC)
c) The cost of Annual Comprehensive Maintenance Contract (CMC) which includes
preventive maintenance, labour and spares, after satisfactory completion of Warranty
period may be quoted for next 5 years as contained in the above referred contract on
yearly basis for complete equipment (including X ray tubes, Helium for MRI, Batteries for
UPS, other vacuumatic parts, _____ & _____) and Turnkey (if any).
d) There will be 98% uptime warranty during CMC period on 24 (hrs) X 7 (days) X 365
(days) basis, with penalty, to extend CMC period by double the downtime period.
e) During CMC period, the supplier shall visit at each consignee’s site for preventive
maintenance including testing and calibration as per the manufacturer’s service/
technical/ operational manual. The supplier shall visit each consignee site as
recommended in the manufacturer’s manual, but at least once in 6 months commencing
from the date of the successful completion of warranty period for preventive maintenance
of the goods.
f) All software updates should be provided free of cost during CMC.

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 75 Dated 23.12.2019


HSCC (India) Ltd

g) The bank guarantee valid till ______________ [(fill the date) 2 months after expiry of entire
CMC period] for an amount of Rs. _______________ [(fill amount) equivalent to 2.5 % of the
cost of the equipment as per contract] shall be furnished in the prescribed format given in
Section XV of the TE document, along with the signed copy of Annual CMC within a period
of 21 (twenty one) days of issue of Annual CMC failing which the proceeds of Performance
Security shall be payable to the Purchaser/Consignee.
h) If there is any lapse in the performance of the CMC as per contract, the proceeds
Annual CMC bank guarantee for an amount of Rs. __________ (equivalent to 2.5 % of the
cost of the equipment as per contract) shall be payable to the Consignee.
i) Payment terms: The payment of Annual CMC will be made against the bills raised to
the consignee by the supplier on six monthly basis after satisfactory completion of said
period, duly certified by the HOD concerned. The payment will be made in Indian
Rupees.
j) Paying authority: ______________________ (name of the consignee i.e. Hospital/ Institute
/Medical College’s authorised official)
____________________________
(Signature, name and address
of Hospital/Institute/Medical College’s authorised official)
For and on behalf of__________________
Received and accepted this contract
(Signature, name and address of the supplier’s executive
duly authorised to sign on behalf of the supplier)
For and on behalf of _________________________
(Name and address of the supplier)
(Seal of the supplier)
Date: _________________________
Place: _________________________

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 76 Dated 23.12.2019


HSCC (India) Ltd

SECTION – XVII
CONSIGNEE RECEIPT CERTIFICATE
(To be given by consignee’s authorized representative)

The following store (s) has/have been received in good condition:

1) Contract No. & date :______________________________

2) Supplier’s Name :______________________________

3) Consignee’s Name & Address with


telephone No. & Fax No. : ______________________________

4) Name of the item supplied :______________________________

5) Quantity Supplied :______________________________

6) Date of Receipt by the Consignee :______________________________

7) Name and designation of


Authorized Representative of
Consignee :______________________________

8) Signature of Authorized
Representative of Consignee with
date :______________________________

9) Seal of the Consignee :______________________________

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 77 Dated 23.12.2019


HSCC (India) Ltd

SECTION – XVIII
Proforma of Final Acceptance Certificate by the Consignee
No_______________
Date_______________

To
M/s _______________________
_______________________
_______________________

Subject: Certificate of commissioning of equipment/plant.

This is to certify that the equipment(s)/plant(s) as detailed below has/have been


received in good conditions along with all the standard and special accessories and a
set of spares (subject to remarks in Para no.02) in accordance with the
contract/technical specifications. The same has been installed and commissioned.
(a) Contract No______________________________________ dated__________________
(b) Description of the equipment(s)/plants: _____________________________________
(c) Equipment(s)/ plant(s) nos.:_______________________________________________
(d) Quantity: ________________________________________________________________
(e) Bill of Loading/Air Way Bill/Railway
Receipt/ Goods Consignment Note no_______________ dated _________________
(f) Name of the vessel/Transporters:___________________________________________
(g) Name of the Consignee:___________________________________________________
(h) Date of commissioning and proving test:____________________________________

Details of accessories/spares not yet supplied and recoveries to be made on that


account.
Sl. Description of Item Quantity Amount to be recovered No.
No.

The proving test has been done to our entire satisfaction and operators have been trained to
operate the equipment(s)/plant(s).
The supplier has fulfilled its contractual obligations satisfactorily ## or
The supplier has failed to fulfil its contractual obligations with regard to the following:
He has not adhered to the time schedule specified in the contract in dispatching the
documents/drawings pursuant to ‘Technical Specifications’.
He has not supervised the commissioning of the equipment(s)/plant(s)in time, i.e. within the

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 78 Dated 23.12.2019


HSCC (India) Ltd

period specified in the contract from date of intimation by the Purchaser/Consignee in respect
of the installation of the equipment(s)/plant(s).
The supplier as specified in the contract has not done training of personnel.

The extent of delay for each of the activities to be performed by the supplier in terms of the
contract is
The amount of recovery on account of non-supply of accessories and spares is given under
Para no.02.
The amount of recovery on account of failure of the supplier to meet his contractual
obligations is__________________ (here indicate the amount).
Signature
Name
Designation with stamp

## Explanatory notes for filling up the certificate:

i.He has adhered to the time schedule specified in the contract in dispatching the
documents/drawings pursuant to ‘Technical Specification’.

ii.He has supervised the commissioning of the equipment(s)/plant(s) in time, i.e. within the time
specified in the contract from date of intimation by the Purchaser/Consignee in respect of the
installation of the equipment(s)/plant(s).

iii.Training of personnel has been done by the supplier as specified in the contract

iv.In the event of documents/drawings having not been supplied or installation and commissioning of
the equipment(s)/plant(s) having been delayed on account of the supplier, the extent of delay should
always be mentioned in clear terms.

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 79 Dated 23.12.2019


HSCC (India) Ltd

SECTION – XIX
AFFIDAVIT/UNDERTAKING
I/ We have read and understood the instructions and the terms and conditions contained in the
document. I/We accordingly accept all terms and conditions of the tender enquiry document including
the essential conditions specially incorporated in the tender enquiry like terms of terms of payment,
liquidated damages clause, warranty clause, dispute resolution mechanism applicable law. I/ We confirm
that we do not stand deregistered/debarred/banned/blacklisted by any Govt. Authorities. I/ We do
hereby declare that the information furnished/ uploaded is correct to the best of my/our knowledge and
belief. I/We hereby certify that the prices offered by us in this tender is not higher than the prices we
had offered to any other Govt. of India Organisation(s)/PSU(s) during the last one year and shall provide
the justification for reasonableness of our offered price whenever asked during evaluation of our
submitted bid. I/ We also hereby certify that if at any time, information furnished by us is proved to be
false or incorrect; I/ We are liable for any action as deemed fit by the purchaser in addition to forfeiture
of the earnest money.

Date: (Signature of the bidder)


NAME & ADDRESS OF THE BIDDER

NOTE: To be submitted on non-judicial stamp paper of Rs. 10/- duly certified by Public Notary

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 80 Dated 23.12.2019


HSCC (India) Ltd

SECTION – XX
CHECKLIST
Name of Tenderer:
Name of Manufacturer:

Page No. in
Yes/ No/
Sl No. Activity the TE Remarks
NA
document
1. a. Have you enclosed EMD of required
amount for the quoted schedules?
b. In case EMD is furnished in the form of
Bank Guarantee, has it been furnished as
per Section XIII?
c. In case Bank Guarantee is furnished, have
you kept its validity of 165 days from
Techno Commercial Tender Opening date
as per clause 19 of GIT?
2. a. Have you enclosed duly filled Tender
Form as per format in Section X?
b. Have you enclosed Power of Attorney in
favour of the signatory?
3. Are you a SSI unit, if yes have you
enclosed certificate of registration issued
by Directorate of Industries/NSIC
4. a. Have you enclosed clause-by-clause
technical compliance statement for the
quoted goods vis-à-vis the Technical
specifications?
b. In case of Technical deviations in the
compliance statement, have you identified
and marked the deviations?

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 81 Dated 23.12.2019


HSCC (India) Ltd

Page No. in
Yes/ No/
Sl No. Activity the TE Remarks
NA
document
5. a. Have you submitted satisfactory
performance certificate/ Installation
Reports as per the Proforma for
performance statement in Sec. IX of TE
document in respect of all orders?
b. Have you submitted copy of the order(s)
and end user certificate/ Installation
Reports?
6. Have you submitted manufacturer’s
authorization as per Section XIV?
7. Have you submitted prices of goods,
turnkey (if any), CMC etc. in the Price
Schedule as per Section XI?
8. Have you kept validity of 120 days from
the Techno Commercial Tender Opening
date as per the TE document?
9. a. In case of Indian Tenderer, have you
furnished Income Tax Account No. as
allotted by the Income Tax Department of
Government of India?
b. In case of Foreign Tenderer, have you
furnished Income Tax Account No. of your
Indian Agent as allotted by the Income
Tax Department of Government of India?
10. Have you intimated the name an full
address of your Banker (s) along with
your Account Number
11. Have you fully accepted payment terms as
per TE document?
12. Have you fully accepted delivery period as
per TE document?

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 82 Dated 23.12.2019


HSCC (India) Ltd

Page No. in
Yes/ No/
Sl No. Activity the TE Remarks
NA
document
13. Have you submitted the certificate of
incorporation?
14. Have you accepted the warranty as per TE
document?
15. Have you accepted terms and conditions
of TE document?
16. Have you furnished documents
establishing your eligibility & qualification
criteria as per TE documents?
17. Have you furnished Annual Report
(Balance Sheet and Profit & Loss Account)
for last three years prior to the date of
Tender opening duly certified by
chartered accountant bearing their
membership no.?
18. Have you enclosed the Affidavit as per
Section XIX of the TE Document?

N.B.
1. All pages of the Tender should be page numbered and indexed.
2. The Tenderer may go through the checklist and ensure that all the
documents/confirmations listed above are enclosed in the tender and no column is left
blank. If any column is not applicable, it may be filled up as NA.
2. It is the responsibility of tendered to go through the TE document to ensure furnishing
all required documents in addition to above, if any.
(Signature with date)

(Full name, designation & address of the person duly authorised sign on behalf of
the Tenderer)
For and on behalf of

(Name, address and stamp of the tendering firm)

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 83 Dated 23.12.2019


HSCC (India) Limited

Section – XXI
Consignee List
Consignee Medical Institutions Contact Address.
Director, AIIMS,
Director, AIIMS, Director, AIIMS,
Munshiganj,
Raebareli-229405. U.P., Raebareli-229405. U.P.,
Raebareli-229405. U.P.,
India. India.
India.

NB: The Purchaser/consignee will ensure timely issue of CDEC, Octroi


Exemption Certificates, Road Permits & Entry Tax Exemption Certificates,
wherever applicable, to the suppliers.

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 3 Dated 23.12.2019


HSCC (India) Limited

INTEGRITY PACT
Section – XXII

To,
…………………
………………….
………………….

Sub: NIT No. …………………………………. for the work ……………...................

Dear Sir,

It is here by declared that the Medical Superintendent, AIIMS Raebareli (Purchaser) is


committed to follow the principle of transparency, equity and competitiveness in public
procurement.
The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that
the Bidder will sign the integrity Agreement, which is an integral part of tender/bid
documents, failing which the tenderer/bidder will stand disqualified from the tendering
process and the bid of the bidder would be summarily rejected.
This declaration shall form part and parcel of the Integrity Agreement and signing of the
same shall be deemed as acceptance and signing of the Integrity Agreement on behalf of the
Purchaser.

Yours faithfully

Medical Superintendent,
AIIMS, Raebareli

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 4 Dated 23.12.2019


HSCC (India) Limited

To,

Medical Superintendent,
AIIMS Raebareli

Sub: Submission of Tender for the work of ………………………....……………....

Dear Sir,
I/We acknowledge that the AIIMS Raebareli (Purchaser) is committed to follow the
principles thereof as enumerated in the Integrity
Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process.
I/We acknowledge that the making of the bid shall be regarded as an unconditional and
absolute acceptance of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit
and further agree that execution of the said Integrity Agreement shall be separate and distinct
from the main contract, which will come into existence when tender/bid is finally accepted by
the Purchaser. I/We acknowledge and accept the duration of the Integrity Agreement, which
shall be in the line with Article 1 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, the Purchaser / HSCC (India) Limited shall have
unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject the
tender/bid in accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 5 Dated 23.12.2019


HSCC (India) Limited

To be signed by the bidder and same signatory competent / authorized to sign the
relevant contract on behalf of the Purchaser

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ......... day of ......... 20....

BETWEEN

AIIMS Raebareli (Hereinafter referred as the “Purchaser”, which expression shall unless
repugnant to the meaning or context hereof include its successors and permitted assigns)
AND
.......................................................................(Name and Address of the
Individual/firm/Company)Through…............................................... (Details of duly
authorized signatory)………… (Hereinafter referred to as the “Bidder/Supplier” and which
expression shall unless repugnant to the meaning or context hereof include its successors and
permitted assigns)

Preamble
WHEREAS HSCC on behalf of Purchaser has floated the Tender (NIT No.
................................) (Hereinafter referred to as “Tender/Bid”) and intends to award, under
laid down organizational procedure, contract for
...........................................................................(Name of work)hereinafter referred to as the
“Contract”.
AND WHEREAS the Purchaser values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness/transparency in its relation with
its Bidder(s) and Supplier(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into
this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Bid
documents and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witnesses as under:

Article 1: Commitment of the Purchaser/ HSCC

(1) The Purchaser commits itself to take all measures necessary to prevent corruption and
to observe the following principles:
(a) No employee of the Purchaser/ HSCC, personally or through any of his/her family
members, will in connection with the Tender, or the execution of the Contract,
demand, take a promise for or accept, for self or third person, any material or
immaterial benefit which the person is not legally entitled to.
(b) The Purchaser/ HSCC will, during the Tender process, treat all Bidder(s) with
equity and reason. The Purchaser will, in particular, before and during the Tender
process, provide to all Bidder(s) the same information and will not provide to any
Bidder(s) confidential / additional information through which the Bidder(s) could
obtain an advantage in relation to the Tender process or the Contract execution.
(c) The Purchaser/ HSCC shall endeavor to exclude from the Tender process any
person, whose conduct in the past has been of biased nature.

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 6 Dated 23.12.2019


(2) If the Purchaser obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act,
1988 (PC Act) or is in violation of the principles herein mentioned or if there be a
substantive suspicion in this regard, the Purchaser will inform the Chief Vigilance
Officer of the Purchaser/ HSCC and in addition can also initiate disciplinary actions
as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Supplier(s)

(1) It is required that each Bidder/Supplier (including their respective officers, employees
and agents) adhere to the highest ethical standards, and report to the Government /
Department all suspected acts of fraud or corruption or Coercion or Collusion of
which it has knowledge or becomes aware, during the tendering process and
throughout the negotiation or award of a contract.
(2) The Bidder(s)/ Supplier (s) commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the Tender process and during the Contract execution:
(a) The Bidder(s)/ Supplier (s) will not, directly or through any other person or firm,
offer, promise or give to any of the Purchaser’s/ HSCC’s employees involved in
the Tender process or execution of the Contract or to any third person any
material or other benefit which he/she is not legally entitled to, in order to obtain
in exchange any advantage of any kind whatsoever during the Tender process or
during the execution of the Contract.
(b) The Bidder(s)/ Supplier (s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in
particular to prices, specifications, certifications, subsidiary contracts, submission
or non-submission of bids or any other actions to restrict competitiveness or to
cartelize in the bidding process.
(c) The Bidder(s)/ Supplier (s) will not commit any offence under the relevant IPC/PC
Act. Further the Bidder(s)/Contractor(s) will not use improperly, (for the purpose
of competition or personal gain), or pass on to others, any information or
documents provided by the Purchaser as part of the business relationship,
regarding plans, technical proposals and business details, including information
contained or transmitted electronically.
(d) The Bidder(s)/ Supplier (s) of foreign origin shall disclose the names and
addresses of agents/ representatives in India, if any. Similarly Bidder(s)/ Supplier
(s) of Indian Nationality shall disclose names and addresses of foreign
agents/representatives, if any. Either the Indian agent on behalf of the foreign
principal or the foreign principal directly could bid in a tender but not both.
Further, in cases where an agent participate in a tender on behalf of one
manufacturer, he shall not be allowed to quote on behalf of another manufacturer
along with the first manufacturer in a subsequent/parallel tender for the same
item.
(e) The Bidder(s)/ Supplier (s) will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers or
any other intermediaries in connection with the award of the Contract.
(3) The Bidder(s)/ Supplier (s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
(4) The Bidder(s)/ Supplier (s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of facts

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 7 Dated 23.12.2019


or submission of fake/forged documents in order to induce public official to act in
reliance thereof, with the purpose of obtaining unjust advantage by or causing damage
to justified interest of others and/or to influence the procurement process to the
detriment of the Government interests.
(5) The Bidder(s)/ Supplier (s) will not, directly or through any other person or firm use
Coercive Practices (means the act of obtaining something, compelling an action or
influencing a decision through intimidation, threat or the use of force directly or
indirectly, where potential or actual injury may befall upon a person, his/ her
reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Purchaser/ HSCC under law or
the Contract or its established policies and laid down procedures, the Purchaser shall have
the following rights in case of breach of this Integrity Pact by the Bidder(s)/ Supplier (s)
and the Bidder/ Supplier accepts and undertakes to respect and uphold the Purchaser’s
absolute right:
(1) If the Bidder(s)/ Supplier (s), either before award or during execution of Contract has
committed a transgression through a violation of Article 2 above or in any other form,
such as to put his reliability or credibility in question, the Purchaser after giving 14
days’ notice to the Supplier shall have powers to disqualify the Bidder(s)/ Supplier (s)
from the Tender process or terminate/determine the Contract, if already executed or
exclude the Bidder/ Supplier from future contract award processes.
The imposition and duration of the exclusion will be determined by the severity of
transgression and determined by the Purchaser. Such exclusion may be forever or for
a limited period as decided by the Purchaser.
(2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Purchaser has
disqualified the Bidder(s) from the Tender process prior to the award of the Contract
or terminated/determined the Contract or has accrued the right to terminate/determine
the Contract according to Article 3(1), the Purchaser apart from exercising any legal
rights that may have accrued to the Purchaser, may in its considered opinion forfeit
the entire amount of Earnest Money Deposit, Performance Guarantee and Security
Deposit of the Bidder/Supplier.
(3) Criminal Liability: If the Purchaser obtains knowledge of conduct of a Bidder or
Supplier, or of an employee or a representative or an associate of a Bidder or Supplier
which constitutes corruption within the meaning of IPC Act, or if the Purchaser has
substantive suspicion in this regard, the Purchaser will inform the same to law
enforcing agencies for further investigation.

Article 4: Previous Transgression

(1) The Bidder declares that no previous transgressions occurred in the last 5 years with
any other Company in any country confirming to the anticorruption approach or with
Central Government or State Government or any other Central/State Public Sector
Enterprises in India that could justify his exclusion from the Tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings/ holiday listing
of the Bidder/ Supplier as deemed fit by the Principal/ Owner.

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 8 Dated 23.12.2019


(3) If the Bidder/ Supplier can prove that he has resorted / recouped the damage caused by
him and has installed a suitable corruption prevention system, the Purchaser may, at
its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/ Supplier /Subsuppliers

(1) The Bidder(s)/ Supplier (s) undertake(s) to demand from all subsuppliers a
commitment in conformity with this Integrity Pact. The Bidder/ Supplier shall be
responsible for any violation(s) of the principles laid down in this agreement/Pact by
any of its Subsuppliers/sub-vendors.
(2) The Purchaser will enter into Pacts on identical terms as this one with all Bidders and
Suppliers.
(3) The Purchaser will disqualify Bidders, who do not submit, the duly signed Pact
between the Principal/ Owner and the bidder, along with the Tender or violate its
provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact

The validity of this Integrity Pact shall be from the date of its signing and extend upto 5
years or the complete execution of the Contract to the satisfaction of both the Purchaser
and Bidder/ Supplier, including warranty period, whichever is later. In case Bidder is
unsuccessful, this Integrity Pact shall expire after six months from the date of signing of
the Contract.
If any claim is made/lodged during the time, the same shall be binding and continue to be
valid despite the lapse of this Pacts as specified above, unless it is discharged/determined
by the Competent Authority.

Article 7- Other Provisions

(1) This Pact is subject to Indian Law, place of performance and jurisdiction is the
Headquarters of the Purchaser, who has floated the Tender.
(2) Changes and supplements need to be made in writing. Side agreements have not been
made.
(3) If the Supplier is a partnership or a consortium, this Pact must be signed by all the
partners or by one or more partner holding power of attorney signed by all partners
and consortium members. In case of a Company, the Pact must be signed by a
representative duly authorized by board resolution.
(4) Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement to
their original intentions.
(5) It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action taken by
the Owner/Principal in accordance with this Integrity Agreement/ Pact or
interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights
and remedies belonging to such parties under the Contract and/or law and the same shall
be deemed to be cumulative and not alternative to such legal rights and remedies

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 9 Dated 23.12.2019


aforesaid. For the sake of brevity, both the Parties agree that this Integrity Pact will have
precedence over the Tender/Contract documents with regard any of the provisions covered under
this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and
date first above mentioned in the presence of following witnesses:

............................................................... (For
and on behalf of Purchaser)

................................................................ (For
and on behalf of Bidder/Supplier)

WITNESSES:

1. ..............................................
(signature, name and address)

2. ...............................................
(signature, name and address)

Place: Date:

HSCC/AIIMS RAEBARELI/HOSPITAL/3/2019 Page No. 10 Dated 23.12.2019


Medical College Departmental Equipments for ANATOMY & PHYSIOLOGY

1 Department of ANATOMY

Item No. 1 Mortuary cooler / refrigerator with arrangement to keep 8 bodies


Specification for cold storage chambers for dead bodies

1. Corrosion free interior and exterior.


2. Audio visual alarm for high and low temperature.
3. Designed for long storage of cadaverous.
4. PUF insulation on all sides.
5. Special design ensuring best hygiene with washing & draining facility.
6. Reliable
7. Special loading trolley.
8. Energy efficient and sturdy construction.
9. Light weight.
10. Digital temperature indication.
11. Low maintenance.
12. Microprocessor based / PLC temperature control.
13. Double walled cooling units.
14. Outer body of the mortuary chamber is constructed out of thick S.S
sheets. The inner chamber made of heavy gauge stainless steel sheet of
SS-304 grade. The 100mm gap between the walls filled high grade poly
urethane insulation, which ensures maximum thermal efficiency.
15. The doors connected by very sturdy chrome plate hinges and fitted
with hard chrome plated lubricated latches for opening of the door.
16. The doors made of galvanized steel sheets, lined with stainless steel for
extra protection and long life.
17. All the doors fitted with high quality neoprene rubber gaskets for
airtight fittings with very sturdy casters.
18. CFC free compressors, conforming to latest international standards
and guidelines. Twin compressors of which one is standby.
19. Vapor proof lamp inside.
20. Temperature range -2 to 4 deg C with temp failure alarms.
21. Suitable Voltage automatic stabilizer O/P 230 +/-10% I/P 150 – 280Volts.
22. The Product should be US FDA / European CE with 4 digit notified body
number / BIS Certified.

23. Warranty : 5 Years


2. Department of PHYSIOLOGY DEPT

Item No. 1. EXERCISE PHYSIOLOGY SYSTEM WITH ALL Accessories

 The system should measure VO2, VCO2, RQ, VE, spirometry/ flow volume with
other physiological parameters like VO2 Max etc.

 The system should be able to record & measure VO2, VCO2, VE Expired minute
volume, RER respiratory exchange ratio, ECG, HRV, Body Temperature and Pressure
Saturate BTPS, Standard Temperature and Pressure Dry STPD, (VE / VO2), (VE /
VCO2) etc. and should generates many Metabolic graphs.

 The system for wired and wireless should have a simultaneous recording for all the
signals and the have Sampling rate .

 Simple Plug and play USB connection with software controlled sampling rates,
range, filter setting with continuously record and display up to 32 channels of data

 System should be supplied with Pulse PPG, blood pressure, ECG, Pulse Transit time,
Digital microphone for heart & lung sounds studies. Pulse Wave velocity, Deep
breathing test, Valsalva Maneuver, Dynamometer to study Hand Grip Test.

 Wireless system to record noise free multichannel ECG, R-R interval, Heart Rate,
Respiration rate Skin temp, GSR, Oxygen saturation(SPO2), Accelerometer (XYZ)
activity integrated with metabolic parameters should be supplied with 6 belts of
different sizes or 2 shirts.

 Facility to perform complete heart rate variability analysis (Time & Frequency
domains analysis), ECG Analysis interpretation, PQRST amplitudes and ST elevation,
cardiac axis analysis during exercise.

 The Gas Analysis should have high sensitive oxygen and carbon dioxide sensor with
adequate variable flow range for best performance and results and physical mixing
chamber suitable for extremely high and low ventilation ranges, provided with small
and medium size mouth piece an head cap and Douglas bags.

 The wired and the wireless components should work independently and
simultaneously to record and analyze all the required parameter in a single screen and
same software for interpretation and computation of results.
.
 Free Software upgrades and updates should be provided for next 5 years.

 Software for multiple PCs for analysis and acquisition should be provided for all the
computer of the lab.

 Manufacturer/Supplier should have ISO certification for quality standards

 Demonstration of the equipment and necessary training to be provided by the


experts.

The Product should be European CE with 4 digit notified body number / US-FDA/ BIS
certified.
 Warranty: 5 Years
ITEM No. 2. Gas Analyzer – automatic for CO2, O2, N2

Record & measure VO2 oxygen consumption, VCO2 carbon dioxide production, VE
Expired minute volume, RER respiratory exchange ratio, ECG, HRV, Body temperature
and Pressure saturate BTPS, Standard temperature and pressure Dry STPD,
(VE/VO2), (VE/VCO2) etc. and should generate a number of graphs like Metabolic log
window, VE (BTPS) vs. VO2, VE (BTPS) vs. VCO2, VCO2 vs. VO2, RER vs. time, VO2
vs. time, VCO2 vs. time, VE(BTPS) vs. time.

High speed USB based recording unit along with Gas analyzers, spirometer amplifier,
flow-head and other transducers and accessories.

Have oxygen sensor with minimum range of 5-100% oxygen and resolution of at least
0.02%, and the carbon dioxide sensor with minimum range 0-8% of carbon dioxide
and resolution of at least0.1%and variable flow range of 0-185 ml/min for best
performance and results.

To perform online and offline analysis up to 32 channels. Supplied with breathing


accessories and Douglas bags. To plot real time flow & volume loops.

ECG switch bow (lead I, II, III aVL, aVF, aVR and V1 to V6) for real time cardiac axis
and vector analysis. IEC 60601-1 & ISO 9001:2008certified & making them safe for
use with human subjects.

An obligatory demonstration of the equipment and necessary training.


To be supplied with Bicycle ergometer, branded computer & UPS.

The Product should be European CE with 4 digit notified body number / US FDA/ BIS
certified.

Warranty: 5 Years
ITEM NO. 3. Multichannel Physiograph, 3 channel, complete with accessories

The software should have step by step instructions, protocol and experimental design
for performing various experiments in physiology teaching applications. It should have
sample data for animal experiments for demonstrating to the students.

1. The System should include hardware software and other related accessories for
Pulse transducer, respiration , Blood pressure, Grip force, ECG,HRV, GSR,
Temp etc.
2. Individually selectable input sensitivities, analog output for stimulation or pulse
generation, high speed USB, built- in isolated stimulator, built-in dual bio-
amplifier and a powerful internal processor along with low- and high-pass
filters.
3. ECG ( Lead I, II, III, aVL, aVF, aVRetc for real time cardiac axis & vector
analysis.
4. ADC Configuration: Resolution: 16 bit, each channel has its own ADC.
5. Maximum sampling rates: 400 KHz (aggregate)
6. Filter – Low Pass: 1, 2, 5, 10, 20, 50, 100, 200, 500, 1000, 2000 Hz and anti-
alias, high-pass filters, Band Pass Notch, Mains Digital.
7. Bio-Amplifier: - 3 Channels, Range:- ±20mV to 100μV.
8. It should have various automatic analysis modules for ECG, HRV, Blood
Pressure. Shall be supplied with all transducers.
9. Online & offline analysis with various export options like MATLAB, Excel,
QuickTime, Text etc.
10. Isolated Stimulator Output.
11. Pulse duration: 50–200 μs (software-selectable) & Output current: 0–20 mA.
12. Pulse rate: Software-selectable, to a maximum of 20 Hz and 200 μs for safety.
13. Shall be provided with computer with following configuration. : i 5 /7th
generation Windows 10 ,Professional 64 bit, Processor: Core2Duo of higher,
RAM: 4GB or higher, 250 GB hard disk or HDD, CD/DVD Optical Drive, Screen
Resolution 1024x768 or higher.
14. Power input to be 220-240VAC, 50Hz.
15. Product Should be ISO certified
16. The Product should be European CE with 4 digit notified body number / US-
FDA/ BIS certified.
4. PHYSIOGRAPH SINGLE CHANNEL WITH STANDARD ACCESSORIES

Should be able to record, Pulse, respiration, BP & Bio-Electrical Potentials like


ECG,EMG, EEg
It should be made of light metal for compactness and lightness.
Student Physiograph should be single channel console with 9 speed
(.5,1,2,5,10,20,25,30 & 50 mm/sec) chart drive, time & event markers and appropriate
transducers and stimulator

 Couplers:
 Strain guage : 1 No.
 Isotonic : 1 No
 Pulse respiration : 1 No
 Temperature : 1 No.
 EKG (Clinical) with electrodes, 5 Pin junction box & jelly.
 Biopotential: 1 No (with electrodes, 3 pin junction box, pastes and
electrodes for action potential)

Transducer:
 Pressure – 1 No.
 Volume – 1 No.
 Muscle activity / Force – 1 No.
 Isotonic fine movement – 1 No
 Pulse – 1 no
 Respiration transducer along with belt – 1 No
 Temperature - 1 No

Accessories Spares and consumables


 Extra pen with Cradles – 1 No.
 Earth Lead
 Ink bottle
 EP to EP lead
 Perpex Pen
 Steel wire
 Motor belt
 III pin junction box, action potential electrode
 V- pin junction box
 Chart paper Z fold (2 packets)
 Fuse
 Machine Cover
 Instruction manual
Power Supply
Power input to be 220-240VAC, 50Hz
Product should be ISO Certified

The Product should be European CE with 4 digit notified body number / US FDA/ BIS
certified.
Warranty: 5 Years
DIGITAL PHYSIOGRAPH:-

The System Should be able to record the Pulse, respiration, Biopotentials like (EEG,
ECG, EMG, EOG etc), , BP, heart sound , NCV, HRV, Hand dynamometer, Sway
analysis, Reflex & reaction time, Peak Analysis, Pulse Transit Time and
plethysmography etc.

Technical Specifications:-

• Number of inputs 4 channels.


• 2 amplifiers for recording bio-potentials &2 general purpose amplifiers
channels.
• 1 stimulation unit capable of delivering square wave pulse of user defined
parameters, Voltage range 0-10V, pulse duration range 1-1000msec,
frequency range 0-100Hz, Current range 0- 20mA,Integrated and
synchronised with software.
• Data Sampling frequency more than 10Khz and linked to the computer
through high speed USB2 port
• Facility for ECG leads (I, II, III, aVL, aVF, aVR etc) with real time cardiac
axis and vector analysis.
• Four force sensor balance board for body sway analysis that communicate
with the software.
• Software with step by step instructions, protocol and experimental design
for performing various experiments in physiology teaching applications.
Also should have sample data for animal experiments for demonstrating to
the students.
• Online facility for students to preview and analyse the data from anywhere
outside the laboratory through internet would be preferable.(Optional)
• Licensed Software: It should have various automatic analysis modules for
ECG, HRV, Blood Pressure, Peak analysis, spike histogram etc
• Real time data streaming with Excel, MatLab and other common formats.
• Necessary certificate for safe use for human.
• Dual core i3 processor based desktop computers with DVD RW, 4 GB RAM,
HDD 500 GB, 19” LED Monitor, Original Windows OS, UPS and suitable
printer should be supplied.
• Demonstration and training at site
• ISO, IEC and other safety and quality certificate
 The Product should be European CE with 4 digit notified body number /
US FDA/ BIS certified.
Scanned with CamScanner
Scanned with CamScanner
Scanned with CamScanner
Scanned with CamScanner
Scanned with CamScanner
Scanned with CamScanner

You might also like