amended nit no-8 mmu - rajswasthya.nic.inrajswasthya.nic.in/amended nit no-8 mmu as on...

38
- { PAGE } -

Upload: others

Post on 29-Oct-2019

18 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

Page 2: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

TENDER FOR PROCUREMENT OF MMU

INDEX

Sr.No. Description Page No.

1 NIT of MMU in Hindi & English & Corrigendum 3-8

2 General Instruction for Tenderer /Bidder in Hindi & English 9-10

3 Check List of the tender 11-12

4 Tender Form 13

5 Declaration Form (Anne-A) 14

6 Terms & Conditions including Spe. T&C (Anne-B) 15-28

7 Performa for Financial Bid (Annex.-D) 29

8 Technical Specification (Annex.-C) 30-32

9 Undertaking for Fabricating Capacity of Vehicles/MMU

Annexure- E

33

10 Undertaking for Latest technology and reasonability of rates

Annexure-F

34

11 Undertaking for availability of spare parts & consumables

Annexure-G

35

12 Undertaking for acceptance of Warranty & Comprehensive

Guarantee Annexure-H

36

13 Tentative Diagram of MMU 37

Signature of Tenderer with seal

Page 3: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

j k tLF kk u lj dkjj k tLF kk u lj dkjj k tLF kk u lj dkjj k tLF kk u lj dkj fu ns' kk y; fp fdRl k , o a Lo kLF; l so k ;sa j k tLFk k u] t;i q jfu ns' kk y; fp fdRl k , o a Lo kLF; l so k ;sa j k tLFk k u] t;i q jfu ns' kk y; fp fdRl k , o a Lo kLF; l so k ;sa j k tLFk k u] t;i q jfu ns' kk y; fp fdRl k , o a Lo kLF; l so k ;sa j k tLFk k u] t;i q j

Ø ekad % M h , e, p, l @,l i h v ks@bZ , .M v k bZ @,e- , e-;w- @ ,uv kb ZVh & 8@0 7& 08 @1 3 55 fnukad 0 7-0 5 -0 8

%& f ufo nk l a'k k s/ ku lwp uk& %%& f ufo nk l a'k k s/ ku lwp uk& %%& f ufo nk l a'k k s/ ku lwp uk& %%& f ufo nk l a'k k s/ ku lwp uk& %

f u n s ' k k y ; } k j k j k" V ª h ; x z ke h .k L o k L F ; f e 'k u d k ; Z dz e d s vU r x Z r , e , e ; w g s r q p s l hl i j ck W Mh Q s f c z d s ' k u , o a ,0 l h 0 o v U; vk bZ V e d s f y; s t k j h f u f o n k l w p u k Ø e k a d % ,l ih vk s @ , e -, e - ; w -@ , u vk bZ V h& 8 @ 0 7 &0 8 @ 9 3 8 f n u k a d 2 5 - 0 3 -0 8 , o a f u f o n k l a ' kk s /k u l w p u k d z e k a d % 1 2 6 6 fn u k a d 2 9 - 0 4 -0 8 d s dz e e s a f u f o n k Q k eZ f c Ø h , o a i z k f Ir d h vf Ur e f r f Fk f u Eu k u q l k j l a' k k s f / kr d h t k r h g S % & S.

No.

Details Previous date/ time Amended Date/ time

1 Last date of Sale of tender form Upto12.05.08 at 11.30 AM Upto17.05.08 at 11.30 AM

2 Last date of receipt of tender Upto 12.05.08 at 3.00 PM Upto 17.05.08 at 3.00 PM

3 Date of opening of Technical Bid 12.05.08 at 3.30 PM 17.05.08 at 3.30 PM

l a'k ksf/kr fuf on k iz i= @ fo Lr ` r foo j .k ¼l a' kksf /k r fu fo n k 'kr sZ ,o a

Lisfl fQds'k u ½ oscl kbZ V "www.dipronline.org" ij ;k l fpo Hk .Mkj dz ;.k lax B u

¼d e j k ua0 1 2 4 ½ esa n s [k k tk l dr k gS A fuf on k ;sa l a'kksf /kr fu fo nk iz i= es gh

Lo hdk j dh tk osax hA

f u ns'k d ¼t u Lo kLF ;½

fp fd Rl k ,oa Lo kLF ; l s o k;sa j k tLFk ku t ;iq j

Page 4: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

j k tLF kk u lj dkjj k tLF kk u lj dkjj k tLF kk u lj dkjj k tLF kk u lj dkj fu ns' kk y; fp fdRl k , o a Lo kLF; l so k ;sa j k tLFk k u] t;i q jfu ns' kk y; fp fdRl k , o a Lo kLF; l so k ;sa j k tLFk k u] t;i q jfu ns' kk y; fp fdRl k , o a Lo kLF; l so k ;sa j k tLFk k u] t;i q jfu ns' kk y; fp fdRl k , o a Lo kLF; l so k ;sa j k tLFk k u] t;i q j

Ø e kad % ,l ih vk s@, e - ,e -;w -@ , u vk bZ V h &8 @ 0 7 &0 8 @ 1 2 6 6 fn u kad 2 9 -04 -0 8

%& f ufo nk l a'k k s/ ku lwp uk& %%& f ufo nk l a'k k s/ ku lwp uk& %%& f ufo nk l a'k k s/ ku lwp uk& %%& f ufo nk l a'k k s/ ku lwp uk& %

f u n s ' k k y ; } k j k j k" V ª h ; x z ke h .k L o k L F ; f e 'k u d k ; Z dz e d s vU r x Z r , e , e ; w g s r q p s l hl i j ck W Mh Q s f c z d s ' k u , o a ,0 l h 0 o v U; vk bZ V e d s f y; s t k j h f u f o n k l w p u k Ø e k a d % ,l ih vk s @ , e -, e - ; w -@ , u vk bZ V h& 8 @ 0 7 &0 8 @ 9 3 8 f n u k a d 2 5 - 0 3 -0 8 e sa i z h &f c M d s n k S j ku g q ; s f o p k j f o e ' k Z m ij k U r f u f o n k ' k r k s Z ,o a r d u h dh L i s f l f Q d s ' k u e s a v k o ' ; d l a ' k k s / ku f d ; s x ; s g S A fu f o n k Q k e Z f c Øh ,o a i z k f I r dh v f U r e f r fF k fu E u ku q l kj j g s x h %& S.

No.

Details Previous date/ time Amended Date/ time

1 Last date of Sale of tender form Upto 30-04-08 at 11.30 AM Upto12.05.08 at 11.30 AM

2 Last date of receipt of tender Upto 30-04-08 at 3.00 PM Upto 12.05.08 at 3.00 PM

3 Date of opening of Technical Bid 30-04-08 at 3.30 PM 12.05.08 at 3.30 PM

l a'k ksf/kr fu fon k iz i=@ f oLr ` r fo o j .k oscl kbZ V "www.dipronline.org" ij ;k

l fpo Hk.Mkj dz ;.k l ax B u ¼d ej k ua0 1 2 4 ½ esa n s[k k tk l drk gS A fu fo n k;sa

l a'kksf /kr fu fo n k iz i= es gh L o hdk j dh tk osax hA

f u ns'k d ¼t u Lo kLF ;½

fp fd Rl k ,oa Lo kLF ; l s o k;sa j k tLFk ku t ;iq j

Page 5: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

j k tLF kk u lj dkjj k tLF kk u lj dkjj k tLF kk u lj dkjj k tLF kk u lj dkj

fu ns' kk y; fp fdRl k , o a Lo kLF; l so k ;sa j k tLFk k u] t;i q jfu ns' kk y; fp fdRl k , o a Lo kLF; l so k ;sa j k tLFk k u] t;i q jfu ns' kk y; fp fdRl k , o a Lo kLF; l so k ;sa j k tLFk k u] t;i q jfu ns' kk y; fp fdRl k , o a Lo kLF; l so k ;sa j k tLFk k u] t;i q j

Ø ek ad % ,lih vks@,e -,e -;w-@,uvkbZ Vh &8 @07 &08 @9 3 8 fn ukad %25 -0 3 -0 8

&%&%&%&% f uf o n k v kae=. k lwp uk f uf o n k v kae=. k lwp uk f uf o n k v kae=. k lwp uk f uf o n k v kae=. k lwp uk % &% &% &% &

eq [ ; fp f d Rl k ,o a L o k LF; vf /kdkf j ;ksa ds Hk .Mkj ij l Eiw.kZ (Complete)

e ksck by e sfMd y ;wfu V ~ l ¼, e, e;w½ m iy C/k dj kus gsr q Mhth,l , .MMh dh pkyw vFk ok o "kZ 2 0 0 6 l s 2 0 0 8 dh n j laf on k ij mi yC/k psl hl [O ghy csl &3 8 0 0 ,e, e l s 4 4 0 0 ,e, e r Fkk ftl ds L isfl fQds’ ku ¼ Mhth ,l , .MMh dh n j s o vU ; 'k r sZ ykx w Mhth ,l , .MMh dh n j s o vU ; 'k r sZ ykx w Mhth ,l , .MMh dh n j s o vU ; 'k r sZ ykx w Mhth ,l , .MMh dh n j s o vU ; 'k r sZ ykx w

u g h g ksx h½u g h g ksx h½u g h g ksx h½u g h g ksx h½ m D r o f.k Zr Mhth,l , .MMh dh nj l afon k ds vu q l k j gk sxs] ij ckW Mh Qsf cz ds’k u e; m Dr L is fl fQds’k u d s psl hl ] , e, e;w ds fy;s m i ;q Dr , 0l h0 ,o a y | q vkbZV El dh vkiwfr Z r Fkk fp fd Rl dh; m i dj .kk s@ vkbZ V El d h LF kki uk ¼Fixing½ dk;Z ds f y;s Q sfcz dsV ~ l Z ¼ pk j l s v f /kd i fg;k sa d s o kg u ks d s c kW¼ pk j l s v f /kd i fg;k sa d s o kg u ks d s c kW¼ pk j l s v f /kd i fg;k sa d s o kg u ks d s c kW¼ pk j l s v f /kd i fg;k sa d s o kg u ks d s c kW Mh Mh Mh Mh

Q sf cz dsV l Z ½Q sf cz dsV l Z ½Q sf cz dsV l Z ½Q sf cz dsV l Z ½ l s e ksgj can fu fo nk; sa vkeaf =r dh tkr h g SA f oHkk x } kj k ,e, e;w esa LF kkf ir dj ok ;s tk u s o kys fp fd Rl dh; m i dj .k@ vkbZ V El ¼ psl hl ,o a , 0l h 0 dks psl hl ,o a , 0l h 0 dks psl hl ,o a , 0l h 0 dks psl hl ,o a , 0l h 0 dks

N ksMdjN ksMdjN ksMdjN ksMdj ½ g h m iy C/k dj o k;s tk ;sax s %&

S.

No

Name of the

equipments

Specification Qty. Estimated Cost

(in lac)

EMD (in

Rs.)

1 Mobile Medical Unit As per tender

document

52 598.00 11.96 lacs

f uf on k Q ke Z fcØh iz kj EHk d jus dh fr f Fk & 0 1 -0 4 -0 8 iw ok Z Ug 1 1 -3 0 cts ls f uf on k Q ke Z fcdz h dh v fUr e fr fFk ,oa le; 3 0 -0 4 -0 8 iw ok Z Ug 1 1 -3 0 cts rd f uf on k iz kf Ir dh v fUr e fr f Fk ,oa le ; 3 0 -0 4 -0 8 v ij kUg 3 -00 cts r d r duhdh fcM [kk syus dh f r fF k 3 0 -0 4 -0 8 v ij kUg 3 -30 cts

1 fu f on k dk foL r r̀ fo oj .k t u l Ei dZ fu ns'kk y; j k tLFkk u l j dkj dh o sc l kbZ V & "www. dipronline.org." ij ;k l fpo ] Hk.Mkj dz ; l ax Bu ¼d ej k ua&1 2 4 ½ f u ns'kk y; fp fd Rl k ,oa L okL F; l sok ;sa] j ktLF kku t;iqj esa n s[k k tk l drk g S A

2 iz h &f cM eh fV ax dk vk ;kst u f u n s’kk y; fp fd Rl k ,oa Lo kLF ; l so k,sa] j ktLF kku ] t ;iq j ds dkaQ sz Ul gkW y iz Fk e esa fn u k ad 1 0 -0 4 -0 8 dk s n ksig j 2 -3 0 cts f d ;k tk ; sx kA

f u ns'k d ¼t u Lo kLF ;½ fp fd Rl k ,oa Lo kLF ; l s o k;sa

j k tLFk ku t ;iq j

Page 6: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

Government of Rajasthan

Directorate of Medical & Health Services, Rajasthan, Jaipur

No. DMHS/SPO/E&I/MMU/NIT N0-8/07-08/1355 Dated: 07-05-08

-: Corrigendum Notice :-

In reference to tender notice no. No. DMHS/SPO/E&I/MMU//NIT N0-8/07-

08/938 Dated: 25-03-08 & Corrigendum notice no. 1266 dated 29-04-08 for supply of

Chassis, body fabrication & supply of suitable A.C./Other Items. The time schedule of

tender is amended as mentioned below :-

S.

No.

Details Previous date/ time Amended Date/ time

1 Last date of Sale of tender form Upto12.05.08 at 11.30 AM Upto17.05.08 at 11.30 AM

2 Last date of receipt of tender Upto 12.05.08 at 3.00 PM Upto 17.05.08 at 3.00 PM

3 Date of opening of Technical Bid 12.05.08 at 3.30 PM 17.05.08 at 3.30 PM

Amendments (Amended terms, condition & Specification )are available on

Website- "www. dipronline. Org." or in the office of the secretary, Store Purchase

Organization room no. 124.

Tender will be accepted in Revised Tender Form only.

Director (PH)

Medical & Health Services

Rajasthan, Jaipur.

Page 7: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

Government of Rajasthan

Directorate of Medical & Health Services, Rajasthan, Jaipur

No. DMHS/SPO/E&I/MMU/NIT N0-8/07-08/1266 Dated: 29/4/2008

-: Corrigendum Notice :-

Amendments are made in Terms & Conditions and Technical Specifications with

regard to pre-bid meeting (which was held in reference to tender notice no. No.

DMHS/SPO/E&I/MMU//NIT N0-8/07-08/938 Dated: 25-03-08) for supply of Chassis,

body fabrication & supply of suitable A.C./Other Items. The time schedule of tender will

be remain as mentioned below :-

S.

No.

Details Previous date/ time Amended Date/ time

1 Last date of Sale of tender form Upto 30-04-08 at 11.30 AM Upto12.05.08 at 11.30 AM

2 Last date of receipt of tender Upto 30-04-08 at 3.00 PM Upto 12.05.08 at 3.00 PM

3 Date of opening of Technical Bid 30-04-08 at 3.30 PM 12.05.08 at 3.30 PM

Amendments are available on Website- "www. dipronline. Org." or in the office

of the secretary, Store Purchase Organization room no. 124.

Tender will be accepted in Revised Tender Form only.

Director (PH)

Medical & Health Services

Rajasthan, Jaipur.

Page 8: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

Government of Rajasthan

Directorate of Medical & Health Services, Rajasthan, Jaipur

DMHS/SPO/E&I/MMU//NIT N0-8/07-08/938 Dated: 25-03-08

-: Notice Inviting Tender :-

1- Sealed Tenders are invited from Fabricators (Body Fabricators of vehicles more than

four wheels) only, for supply of chassis [W.B. 3800mm to 4400mm, chassis available

on DGS&D rate contract current/ 2006 to 2008 & specification (Rates & other Term

& conditions of DGS&D RC will not apply) of chassis as per above DGS&D rate

contract] & body Fabrication on the chassis for the supply of complete MMU to the

store of CM&HO's. Supply of suitable A.C., minor items for MMU, body fabrication

work & fixing/Installation of Medical Equipments/ Other Items on the Chassis is to

be done by the fabricator. Only medical equipment & other items (except chassis,

A.C. & minor items) will be provided by the Department:-

S.

No

Name of the

equipments

Specification Qty. Estimated Cost

(in lac)

EMD (in

Rs.)

1 Mobile Medical Unit As per tender

document

52 598.00 11.96 lacs

Date of selling of tender form 01-04-08 from 11.30 A.M

Last Date for sale of tender form- 30-04-08 upto 11.30 A.M.

Last Date of receipt of tender- 30-04-08 upto 3.00 P.M.

Date of opening of technical Bid- 30-04-08 at 3.30 P.M.

2- Detailed particulars of the tender may be seen on the govt. of Rajasthan Public

Relations Department's Website- "www. dipronline. Org." or in the office of the

secretary, Store Purchase Organization. Room No.-124.

3 A Pre-Bid Meeting will be held on 10-04-08 at 2.30 PM in the Conference Hall of

Directorate of Medical & Health Services, Rajasthan, Jaipur.

Director (PH)

Medical & Health Services

Rajasthan, Jaipur.

Page 9: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

fuf onk d s lk ek U; v uq n s’kfuf onk d s lk ek U; v uq n s’kfuf onk d s lk ek U; v uq n s’kfuf onk d s lk ek U; v uq n s’k

fu f on k Q keZ Hkj u s ,o a iz Lr q r dj us l s iwo Z f u fo n k 'k rksZ ,o a 'kj k ;r ks r F kk fu Eu f u n sZ 'kksa dk x E Hkh jr k l s v/ ;;u dj fy; k tko s r kf d fu f on k fuj Lr u gk sA 1 fu f on k n Lrk ost dh 'kr k sZ dk l ko /k ku h iwo Z d iafD r ok j v/ ;;u dj m u dk

Hkko kF kZ l e> sA 2 fu f on k dh 'kr ksZ ds r gr vko ';d iz ek. k i= @ yk bZ l sal @ n Lr ko st iw.k Z r F kk

vk fn u kad gk su s pkfg ,A 3 fu f on k ;sa fu /k kZ fj r fu fo n k QkeZ es fu fon k Qk eZ e; ok afN r n Lr ko st ds

fo Hkkx h; iz fØ ;k ,o a f u fo n k 'k r ksZ a ds vu q l kj vyx & vyx f yQkQ ksa ¼d oj &, ] r d u hdh fcM ,oa do j &ch] f oÙ kh; fc M+½ es gksu k r Fkk mD r n ksu ksa l hYM fyQ kQksa dks , d f y QkQ s e s l hYM dj r F kk fyQk Qs ij ^ ^, e^ ^, e^ ^, e^ ^, e ---- , e, e, e, e ---- ;w;w;w;w ---- l Iyk bZ l Iyk bZ l Iyk bZ l Iyk bZ

gsr q f u fo n k* *gsr q f u fo n k* *gsr q f u fo n k* *gsr q f u fo n k* * izL r qr dj u k vk o';d g S A 4 fu f on k Qk eZ ,oa fu f on k 'k r sZ a tks l fpo] Hk .Mkj Ø ;.k lax B u ] fpfd Rl k ,oa

Lok LF; f u n s'kk y;] j kt 0 t ;iq j ds dk; kZ y; l s fdl h Hkh dk ;Z fn o l dk s : - 1 1 0 0 @ & ¼: i ;s , d gtkj , d l kS ek=½ u xn @ fMe k.M Mª k¶V ¼ u kWu fj QUMsc y½ } kj k Hkqx r ku dj iz k Ir fd ;k tk l dr k g S ] fu f on k iz i= fu o snu ij j f tLV ª h@LihM ik sL V l s : - 1 0 0 @ & ¼ : - , d l kS ek= ½ ds vf r fj Dr Hkq x r ku ij Hkh Hksts tk l dsax s] ij Ur q bl dk;k Z y; ls iz i= ig q ap u s es ik sLV y es n sj h ;k u gh a iz kIr gksu s ij fo Hk kx dh dk sbZ ft Eesn kj h u gha g ksx h] l kF k gh fu f on k iz i= t u l Ei dZ fun s'k ky; j k t0 lj dk j dh osc l kbZ V &"www. dipronline.org." ls Hk h Mk mu yksM fd ;s tk ldr s gS rFkk fu fon k iz i= dh dh er : - 1 1 0 0 @ & cSad Mª k¶ V } k j k f ufo n k iz Lr q r dj rs l e; f u fo n k ¼do j ^, *½ d s l kFk t ek dj kbZ tk l dr h gS A

5 fu f on k 'kq Yd ,o a ve ku r j kf'k ¼bZ ,e Mh ½ dk Mh-Mh-@ch-l h vyx &vyx fu f on k ds l kF k iz Lr q r dj u k gksx kA

6 fu /kk Z fj r l e; ,o a fn u k ad ds i ’pkr iz kIr fufo n kvksa ij f opkj u gha f d ;k tko sax kA

7 fu f on k iz i=] vkosn u i= ds l k Fk o kgu @ ,e ,e ;w ds ckW Mh Q sfcz ds ’k u dk u oh u hd̀r Qsfcz dsfV ax ¼pkj l s vf /kd i fg;k sa d s o k gu k sa d s ck WMh Q sfc z dsV lZ ½¼pkj l s vf /kd i fg;k sa d s o k gu k sa d s ck WMh Q sfc z dsV lZ ½¼pkj l s vf /kd i fg;k sa d s o k gu k sa d s ck WMh Q sfc z dsV lZ ½¼pkj l s vf /kd i fg;k sa d s o k gu k sa d s ck WMh Q sfc z dsV lZ ½ ykbl sUl ] Acknowledgement/ Memorandum/IEM/ Registration of SSI unit dh u ksV sj h if Cyd } kj k ize kf. kr iz fr r F kk l un h y s[kkdkj ,o a u ksV sj h i fCy d } k jk iz e kf.k r V u Z vkso j iz ek .k&i= o" kZ 2 0 0 6 &0 7 iz L r q r dju k vk o';d gS A mD r n Lr k ost iz Lr q r dj u s ij g h fu f on k iz i= tkj h fd ;k tk l dsxk A

Page 10: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

General Instruction for Tender

Before submission of bid or filling up the tender form, kindly go through these

following directions & term conditions seriously so that your tender is not considered

invalid :

1 Go through the conditions of the document carefully and read between the lines.

2 Certificates/License/Documents which are required should be complete and

updated.

3 Tender forms can be obtained from Secretary, Store Purchase Organization.

Directorate of Medical & Health Services, Rajasthan, Jaipur after depositing Non-

refundable amount of Rs. 1100/- (Rs. One thousand One Hundred only) in Cash

or demand draft on any working day during office hours. Bidding documents

requested by mail will be despatched by Registered/Speed post on payment of an

extra amount of Rs. 100/-(Rs. One hundred only). The Department will not be

held responsible for the post delay, if any, in the delivery of documents or non-

receipt of the same tenders can also be downloaded from govt. of Rajasthan.

Public Relations Department's Website- "www. dipronline. Org." Cost of tender

forms downloaded from the website shall be deposited by the tenderer by way of

DD/B.C along with the tenderer. (cover’A’)

4 D.D./B.C of tender form fees & earnest money should be sent separately along

with tender.

5 The Tender received after prescribed time and date will not be considered.

6 Tender forms will be issued to the Fabricators (Body Fabricators of vehicles more

than four wheels) Applicants on the Production of attested copy (from Notary

Public) of the valid Fabricating license/ Acknowledgement/ Memorandum/IEM/

Registration of SSI unit for body fabrication of vehicle/MMU and latest turnover

statement of the year 2006-07 duly Audited by Chartered Accountants and

certified by notary public failing to which tender form will not be issued.

7 Tender form must be submitted in properly sealed double cover envelopes

(Cover-A for Technical Bid & Cover-B for Financial Bid) having caption

“Tender for Procurement of MMU” as per Terms & Conditions and addressed

to the Secretary, Store Purchase Organisation, Medical & Health Directorate,

Rajasthan, Jaipur.

Page 11: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

CHECK LIST (Cover-A)

FOR SUPPLY OF MMU

(Note :- Please fill up the check list carefully. The document should be

valid updated and attested/notarised.)

1. Name of tenderer..................................................................................................

2. Address of the tenderer where correspondence is required................................

..............................................................................................................................

3. Phone No.- Office ........................ Works ........................ Residence

................. Mob. ..................................

4. Fax No. .............................. E-mail ID ..................................................

5. Tender form Fee Rs. 1100/- vide D.D./B.C No……………..Date……..

S.

NO.

Particulars Page

No.

Remarks

Yes/No.

1 Earnest Money

Conditions No. 4(i) & 8

a) Amount of earnest money (DD/BC) Rs. ....................

2 Declaration Form Annexure-A

Condition No. 4(vi)

3 Attested Photocopy of Fabricating Licence/

Acknowledgement/ Memorandum/IEM/ Registration of SSI

unit Con. no. 2 & 4 (ii)

4 ANNUAL TURN OVER STATEMENT (2006-07)

(Notarized) (Condition no. 2, 4 (iii)

5 Copy of latest Balance sheet and P&L A/c 2006-07 certified

by Auditor. Con. no. 4 (iv)

6 (A) Latest VAT/CST/ Service Tax Clearance Certificate. con.

no. 4(v)(A)

(B) Specify point of supply (mention the place from where the

consignment will be dispatched) with full Address con. no.

4(v)(B)

7 TERMS & CONDITIONS (Annexure-B)

Condition No. 15 (viii)(A,B)

Page 12: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

8 ORIGINAL TENDER CATALOGUE (Annexure-C)

(Condition No. 4 (viii)

9 UNDERTAKING OF BODY FEBRICATING CAPACITY

(Ann. E) (Notarized) (CONDITION No.4 (vii)

10 Certificate regarding latest technology and have not been out

dated of the quoted model? (Ann. F) 4(ix)

11 Certificate regarding the rates are reasonable & not sold on

lower rates to any one than charge from this institution.

(Ann. F) 4(x)

12 Undertaking for availability of spare parts and consumables.

(Notarized) (Ann. G) 4 (xi)

13 Acceptance of Warrantee & Comprehensive guarantee. (Ann-

H) (Gen. Condition-12 & Spl. con. no. 2)

14 Authorisation letter issued in favour of tender signing person.

Cond. no. 7

SIGNATURE

NAME OF TENDERER

Page 13: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

Government of Rajasthan

Directorate of Medical & Health Services, Swasthya Bhawan,

Store Purchase Organisation (Room No-124)

Tilak Marg, C-Scheme, Rajasthan, Jaipur

Amended Tender form

FOR SUPPLY OF MMU

Name & Address of the tenderer

M/S ....................................................................

............................................................................

Telephone ...................................... Telegram Code ....................

Fax No. ..........................................

Note: - TENDER FORM IS NOT TRANSFERABLE

Tender Form Fee Rs. 1100/- [One Thousand One Hundred only] As applicable

(Unrefundable)

LAST DATE FOR ISSUANCE OF

TENDER DOCUMENT

: upto 17-05-08 11.30 A.M.

LAST DATE & TIME FOR RECEIPT

OF TENDERS

: upto 17-05-08 3.00 P.M.

DATE & TIME OF OPENING OF

(TECHNICAL BID) TENDERS

: at 17-05-08 3.30 P.M.

PLACE OF OPENING OF TENDERS

: Room no. 314, Swasthya Bhawan

ADDRESS FOR COMMUNICATION : CAO & SECRETARY, STORE

PURCHASE ORGANIZATION,

MEDICAL & HEALTH, SERVICES,

(ROOM NO. 124) SWASTHYA

BHAWAN, TILAK MARG, C-

SCHEME, JAIPUR (RAJ.) PIN. 302005 Tel. No. 0141-2229858

0141-2226100

Fax No. 0141-2225334

0141-2229858

Signature of Tenderer with Seal

Page 14: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

ANNEXURE-A

Declaration Form

(It should be notarized & submitted with cover “A”)

I/We ......................................................................... (Name of Tenderer) having our office

at ................................................................................................. (Address of Tenderer) do declare

that I/We have read all the Terms & Condition of the tender floated by Director (PH), Medical &

Health Services, Rajasthan, Jaipur for the procurement of MMU and agree to abide by all the

Terms & Conditions set forth therein.

I/We declare that we are participating in this tender in the capacity of .......………… (Fabricators). I/We enclose valid Fabricating (Body Fabricating of vehicles more than four

wheels) Licence/ Acknowledgement/ Memorandum/IEM/ Registration of SSI unit . I/We further

declare that the rates offered by us shall remain valid for the entire period of the tender and not

supply the quoted items below the quoted rates to elsewhere.

I/We enclose the following documents as per details given against each: - S. No Item Page No. Yes No

1 Earnest Money Con. no. 4 (i) & 8

2 Attested Photocopy of Fabricating Licence/ Acknowledgement/

Memorandum/IEM/ Registration of SSI unit Con. no. 2 & 4 (ii)

3 Latest Annual turnover statement (Separately 2006-07)certified

by Auditor. Con. no. 2 & 4(iii)

4 Copy of latest Balance sheet and P&L A/c (2006-07) certified

by Auditor. Con. no. 4 (iv)

5 (A) Latest VAT/CST/ Service Tax Clearance Certificate. (upto

Dec. 2007) con. no. 4(v)(A)

(B) Specify point of supply (mention the place from where

the consignment will be dispatched) with full Address in

annexure-A. Con. no. 4(v)(B)

...................................................

...................................................

...................................................

6 Declaration form in Ann "A" Duly Signed & notarized. 4(vi)

7 Original Tender Terms & Condition Ann. B Con. no. 15(viii) (A,B)

8 Statement of Fabricating Capacity of body fabrication of vehicle

/MMU (Annexure-E) Con. no. 4 (vii)

9 Duly Signed Tender Catalogue in Original con. no. 4(viii)

10 Certificate regarding latest technology and have not been out

dated of the quoted model? (Ann. F) Cond. no. 4 (ix)

11 Certificate regarding the rates are reasonable & not sold on

lower rates to any one than charge from this institution.

(Ann. F) Cond. no. 4 (x)

12 Undertaking for availability of spare parts and consumables.

(Notarized) (Ann. G) Cond. no. 4 (xi)

13 Acceptance of Warrantee & Comprehensive guarantee. (Ann-

H) (Gen. Condition-12 & Spl. con. no. 2)

14 Authorization letter issued in favour of tender signing person.

Cond. no. 7 (i)

Name & Specimen Signature of Officer of the tenderer whom is

authorized to make Correspondence with the Department.

1. .................. (Name & Signature)

2. .................

3. .................

Name & Signture of

tenderer with seal Date:

Note: Please Number each page before submitting the tender.

Page 15: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

ANNEXURE-B

Tender form is non – transferable GENERAL TERMS &CONDITIONS OF TENDERS AND CONTRACT

N.B. TENDERER SHOULD READ THESE CONDITIONS

CAREFULLY AND COMPLY STRICTILY WHILE SENDING

THEIR TENDERS. IF A TENDERER HAS ANY DOUBT

REGARDING THE TERMS & CONDITION AND

SPECIFICATIONS, MENTIONED IN THE TENDER NOTICE/

CATALOGUE, HE SHOULD, BEFORE SUBMITTING THE

TENDER, REFER THESE TO THE DIRECTOR (PH),

MEDICAL & HEALTH SERRVICES, RAJASTHAN JAIPUR

AND OBTAIN CLARIFICATION. THE DECISION OF THE

DIRECTOR (PH), MEDICAL & HEALTH SERVICES

RAJASTHAN JAIPUR SHALL BE FINAL AND BINDING ON

THE TENDERER.

1. Sealed tender will be received till 3.00 P.M.on 17-05-08 by the Secretary, Store

Purchase Organisation. Directorate of Medical and Health Services, Rajasthan,

Jaipur.

2. Only Fabricating (Body Fabricating of vehicles more than four wheels) units who

are holding valid Fabricating licence/Acknowledgement/ Memorandum/IEM/

Registration of SSI unit for body fabrication of vehicle/MMU whose annual turn

over is Rs. 8 Crores & above are eligible to participate in the Tender.

3. Sealed Tenders superscribed “Tenders for Procurement of "MMU" containing

COVER A & COVER B as prescribed hereafter should be submitted to the

Secretary, Store purchase Organisation, Directorate (PH) of Medical and Health

Services, Rajasthan, Jaipur.

4. The Tenderer should send along with the Tenders the following certificates for the

items tendered in separate cover here after called “COVER A” (Technical Bid).

(i) Earnest Money.

(ii) Duly attested photocopy of Fabricating licence/ Acknowledgement/

Memorandum/IEM/ Registration of SSI unit for Body Fabrication of

Vehicle/MMU duly approved by the licensing authority. The licence

should be renewed up to date.

(iii) Latest Annual Turnover statement (Separately 2006-07) certified by

Auditor.

(iv) Copies of latest Balance Sheet, Profit & Loss A/c (2006-07) certified by

the Auditor.

(v) (A) Duly attested copy of latest VAT/CST/ Service Tax clearance

certificate (upto December 2007) from the commercial Tax Officer of

the circle concerned from where supplies will be affected shall be

submitted.

(B) Declaration regarding point of supply (mention the place from where

the consignment will be dispatched) with full address in Annexure-A.

(vi) The Declaration form in Annexure-"A" Signed by the tenderer &

Notarized.

(vii) Undertaking of Body Fabricating (Body Fabrication of vehicles more than

four wheels) capacity of Vehicle/MMU (Monthly) in the Tender on non-

judicial stamp paper worth Rs. 10/-. (Notarized) in Annexure-E

Signature of Tenderer with seal

Page 16: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

(NOTE: - All above mentioned documents duly notarized/attested by Notary

public must be submitted. Un attested/Unnotarized copies of such

document will not be considered valid.)

(viii) Original Tender Catalogue Annexure-C duly filled.

¼ix½ Firm will certify that the quoted model is of latest technology & have not been

outdated in Annexure-F ¼x½ Firm will certify that the rates are reasonable & not sold on lower rates to anyone

than to be charged from this institution in Annexure-F

(xi) Firm will submit an undertaking on non-judicial stamp paper worth of Rs. 100/-

for availability of spare parts & consumables for at least 10 years from the date

of installation in Annexure-G “The firm will also submit the Rate list of Spare

parts & Consumables in Cover-“B” (Financial Bid) .”

NOTE :-

(A) All attested document must be submitted in Hindi or English language. If

the documents are not in Hindi or English, they should be translated in

Hindi or English & attested by authorized translator. Translated copy

alongwith copy of original document must be submitted.

(B) Other than VAT/CST/ Service Tax clearance certificate, all above mention

documents should be under the name & address of body fabrication work.

(C) The point of Fabrication (mentioned the place from where the

consignment will be dispatched) within the state of Rajasthan or out of

Rajasthan should be specified under condition no. 4 (V)(B).

(D) TENDER WILL BE LIABLE FOR OUTRIGHT REJECTION IF:- (I) ANY RATES ARE DISCLOSED IN COVER A.

(II) ANY DISCOUNTS/ SPECIAL OFFERS ARE MADE IN COVER A & B.

5. Financial Bid duly filled as per Annexure-“D” giving the rates for Quoted item in

individual envelopes (One envelopes for MMU) should be sent in separate sealed cover

here after called," COVER-B (Financial Bid)". Envelope should be superscribed with the

Name of the Quoted Item. COVER-B should also be addressed to the Secretary, Store

Purchase Organization Directorate of Medical and Health Services (PH), Rajasthan,

Jaipur and should be superscribed "FINANCIAL BID FOR PROCUREMENT OF MMU."

Signatory authority of Tenderer as laid down in condition no. 7(i) should sign each page

of Annexure-D.

NOTE :-

(A) VAT/CST should mentioned clearly & Separately.

(B) If the VAT/CST is exempted it should be specified in Annexure 'D'.

6. Both covers (A&B) should be sent to the Secretary Store Purchase Organization

Directorate of Medical & Health services (PH), Rajasthan, Jaipur upto prescribed time &

date. All received tenders will be opened in the presence of tenderers who choose to be

present. Cover B will be opened only for those tenderers who satisfy the standard

criteria laid down by the department on the details furnished by the tenderer in

COVER A, in compliance of Tender terms & conditions. 7. (i) In event of Tender being submitted by proprietary firm tender must be signed by sole

proprietor. In event of a partnership firm tender must be signed on its behalf by a person

holding a power of attorney authorizing him to do so; and in the case of company, the

tender must be signed by authorised signatory as the manner laid in the Articles of

association. Copies of above relevant (Partnership deed/article of association, registration certificate and authorised signatory letter/power of attorney etc.) document must be

submitted in cover-"A". Signature of Tenderer with seal

Page 17: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

(ii) Any change in the Constitution of the Firm/ Company shall be notified

forthwith by the Tenderer in writing to the Director (PH), Medical and Health

Services Rajasthan, Jaipur and such change shall not relieve any former member

of the Firm/ Company form the liability under the contract. No new partner /

partners shall be accepted in the Firm by the Tenderer in respect of the contract

unless he/ they agree to abide by all its terms and conditions and deposit with the

Director (PH), Medical and Health Services Rajasthan Jaipur a written agreement

to this effect. The Tenderers receipt for acknowledgement or date of any partner

subsequently accepted as above shall bind all of them and will be a sufficient

discharge for any of the purposes of the contract.

8. EARNEST MONEY

(i) Tender shall be accompanied by an earnest money 2% of the estimated

cost without which tenders will not be considered. The amount should be

deposited in either of the following forms in favour of Director (PH),

Medical & Health services, Rajasthan, Jaipur.

(A) Cash through treasury challan deposited under head "8443-civil

Deposits, Kha-Deposit not bearing interest-103- Security

Deposits." Challan should be deposited in State Bank of Bikaner &

Jaipur, Tilak Marg, Jaipur Branch.

(B) Bank Drafts/Bankers cheque of the scheduled Bank.

(ii) Refund of earnest money: - The earnest money of unsuccessful tenderer

shall be refunded soon after final acceptance of tender.

(iii) Partial exemption from earnest money: - Firms which are registered as SSI

Unit with Commissioner of Industries Rajasthan, shall furnish the amount

of earnest money in respect of items for which they are registered as such

subject to their furnishing registration certificate in original or Photostat

copy or a copy thereof duly attested at the rate of 0.5% of the estimated

cost.

(iv) The central Government and Government of Rajasthan Undertakings need

not furnish any amount of earnest money.

(vii) The earnest money/security deposit lying with the Department/office

in respect of other tenders awaiting approval or rejected or on account

of contracts being completed will not be adjusted towards earnest

money for the fresh tenders. The earnest money may however, be

taken into consideration in case tenders are re-invited.

NOTE :- The Partial exemption of earnest money (@ 0.5% of the estimated cost)

may be allowed only to the SSI Unit of Rajasthan on furnishing a certificate from

the General Manager, DIC, Department of Industries, Rajasthan in the following

proforma:-

It is certified that M/s ........................................ is a small scale industry registered

permanently with the department vide Registration no. ..................... Dt ................ for the

manufacture/formulation/fabrication of the following item :-

1.

2.

3.

Signature of Tenderer with seal

Page 18: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

9. Forfeiture of earnest money: - The earnest money will be forfeited in the

following cases: (i) When tenderer withdraws or modifies the offer after opening of tender but before

acceptance of tender.

(ii) When tenderer does not execute the agreement if any, prescribed within the

specified time.

(iii) When the tenderer does not deposit the security money after the supply order is

given.

(iv) When he fails to commence the supply of the items as per supply order within the

time prescribed.

(v) When he fails to submit samples of quoted item on demand.

10. Tender form shall be filled in ink or typed. No tender filled in pencil shall be

considered. The tenderer shall sign the tender form at each page and at the end in

token of acceptance of all the terms and conditions of the tender.

11. It may be noted that the department does not undertake to assist in the

procurement of raw material whether imported or controlled as well as restricted

and as such the tenderer must offer their rate to supply the specific items from

own quota of stock by visualizing, the prospect of availability of raw material

needed. Any of the above points if taken, as argument for non-supply/late supply

will not be entertained.

12. WARRANTY/ GUARANTY CLAUSE :-

(i) The tenderer would give warranty of chassis as per chassis manufacturers

standard warranty policy. The tenderer would also give comprehensive

guarantee that the AC, Fabrication work, fitments work of equipments,

electrical fitting & D.G set etc. would continue to conform to the

description/ specifications for a period of three years from the date of

delivery of the said MMU (Except medical equipments) to be purchased

and that not with standing the fact that the purchaser may have inspected

and/or approved the said MMU. If during the period of 3 years, the MMU

is found not to conform to the description and quality in the afore said

manner, the purchase officer will have right to reject article/unit and part

their of and the decision of the purchase officer in this regard will be final

and conclusive. On such rejection, the MMU (Mobile medical unit) will

be at the sellers risk and all the provisions relating to rejection of goods,

etc., shall apply. The tenderer shall, if so called upon to do so replace the

goods, etc. or such portion there of as is rejected by the Purchase Officer,

otherwise, the tenderer shall pay such damage as may arise by reason of

such breach of the condition here in contained. Nothing here in contained

shall prejudice any other right of the Purchase Officer in that behalf under

this contract or otherwise.

(ii) In case of machinery and equipment supplied by Fabricator also

guarantee will be given as mentioned, above the tenderer shall during the

guarantee period replace parts if any and remove the Fabricating defect if

found during the above period so as to make the machinery and equipment

operative. The tenderer shall also replace machinery and equipment if

these are found defective which can not be put to operation due to

fabricating defect etc.

Signature of Tenderer with seal

Page 19: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

13. The names & makes of chassis& A.C which are offered should be mentioned in

the catalogue.

14. In case, any item supplied by the approved firm does not conform to the required

standard, the payment there of, if received by the supplier shall have to be

refunded to the indenting officer/ Director (PH), Medical and Health Services,

Rajasthan. The supplier will not have any rightful claim to the payment of cost for

substandard supplies which are consumed either in part or whole pending receipt

of laboratory test. It may be noted that supply of goods less in weight and volume

than those mentioned on the lable of the container is an offence and the same will

be dealt with in the manner prescribed under rules.

15. RATES

Only net rates should be quoted. No Separate free goods or cash

discounts should be offered. Rate must be valid for the 180 days and

must be offered conforming to the following: - (i) Delivery should be given at stores of all concerned CM&HO's situated at

different district H.Q./Place in Rajasthan and rate must be quoted

accordingly, The department will pay no cartage or transportation charges. (ii) Rates must be offered net only against the specified packing of the items.

The net rate must be inclusive of all charges by way of packing,

forwarding, incidental or transit charge including transit insurance and any

other levies or duties etc. charge on the product except Sales Tax

(VAT/CST). If rates are quoted giving any free goods quantity or cash

discounts the same shall not be considered.

(iii) Only Sales Tax (VAT/CST) and surcharge if applicable will be paid over

net rate.

(iv) Excise duty or surcharge prevailing on the date of submission of the rate

must be included in the net rate and should also be shown separately in

col. 8 of the Financial Bid (Ann. D). In the event of any subsequent

variation (increase or decrease) in excise duty and sales tax (VAT/CST)

by the government (State or central) the same will be modified

accordingly.

(v) Other statutory increase or decrease shall be agreed upon mutually

between government and Tenderer and revised rate shall be applicable to

order received by the Tenderer on or subsequent to the date of such

increase/decrease in government duty.

(vi) The rates should be confined as far as possible to the packing units

mentioned in the catalogue and different rate for different packing should

be avoided. In no case the rate should be split up showing the cost of any

on the component parts of the specified item. If split price are found, the

item may be treated as rejected.

Signature of Tenderer with seal

Page 20: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

(vii) The rates must be written both in words and figures. In case of

discrepancy between the prices quoted in words and in figures, lower of

the two shall be considered. There should not be errors or overwriting,

Corrections if any should be made clearly and initialled with dates.

Element of the Rajasthan Sales Tax (VAT) or Central Sales Tax should be

mentioned separately.

(viii) (A) No paper should be detached from the tender form.

(B) The tenderer shall sign with seal on every page of the tender form

and Terms & Conditions (Annexure-B) in token of his acceptance of

all the Terms & Conditions of the tender and return the same along

with tender. He should also sign at the bottom of each page of the

original tender catalogue, Non receipt of terms and conditions duly

signed with the tender shall render the tender to be rejected.

(ix) Any change or insertion of any other condition or stipulation in the

above terms of supplies are not allowed and if so found, shall render

the tender to the rejected without notice.

NOTE :- Specification in Financial Bid (Annexure-D) should not differ from the original tender catalogue specification, otherwise tender may liable to be

rejected.

16. TAX

Only one kind of the sales tax (VAT/CST) will be payable whether Rajasthan

Sales Tax (VAT) or Central Sales Tax depending on the relative station of supply

as the case may be, Since, the department is eligible to issue Form D, Central

Sales Tax will be payable at the concessional rates prevailing during the period of

the tender.

17. INSPECTION

(i) Pre-Inspection of Stores by the Tenderers : The Tenderer should satisfy

themselves that the stores are in accordance with the terms of the contract

and fully conform to the required specification by carrying out a thorough

pre-inspection of each lot of the stores before actually tendering the same

for inspection to the Inspection Committee nominated under the terms of

Contract. Such precaution on the part of the Tenderer minimises the

chances of rejection and the consequences thereof.

(ii) Pre-Dispatch Inspection by Inspection Committee:

a) The stores on no account be dispatched/delivered without getting the same

inspected and issue of Inspection notes by the Inspection Committee

nominated in the contract.

b) On receipt of the supply order, the Tenderer shall notify to the Inspection

Committee, if inspected stocks are available with the request for issue of

inspection notes to enable the Tenderer to dispatch the stores.

c) Inspection Committee can however undertake inspection on the basis of an

attested copy of supply order provided by the firm, after comparing it with

the original ink signed supply order available with the firm.

d) The Tenderer should ensure that goods accepted by the Inspection

Committee after inspection have been properly and legibly stamped by

latter's identification stamp/Seal.

Signature of Tenderer with seal

Page 21: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

e) The Tenderer shall allow all reasonable facilities and free access to his

works and records to the Inspection Committee. The Tenderer shall, at his

own expense, afford to the Inspection Committee all reasonable facilities

as may be necessary for satisfying himself that the goods are being and/or

have been manufactured/Fabricated in accordance with the contract

requirements. For the aforesaid purpose It may require the supplier to

make arrangements for inspection and/or testing of the supplies or any part

thereof or any material at his premises or at any other place specified by

the Inspection Committee. The samples, all materials, tools, labour, testing

equipment and assistance which the Inspection Committee may demand of

him to verify the conformity of the goods to the quality requirement etc.

will be provided without any extra charge.

(iii) Packing and Marking : Unless specified otherwise, consignment should

be securely and properly packed and every precaution taken to avoid loss

or damage during transit. Each package should be clearly marked to

indicate Description and quantity of stores, Name and Address of the

consignee, gross weight of the package, Supply order No. and date and the

name of the Tenderer.

18. SECURITY DEPOSIT & AGREEMENT (i) All firms whose offers are accepted will have to deposit a Security Deposit equal

to five per cent (5%) of the total value of approximate quantity as per tender

catalogue in favour of Director (PH), Medical & Health Services, Rajasthan,

Jaipur. The security amount shall in no case be less than earnest money. The earnest money of successful tenderer may be adjusted toward security deposit

and balance will be given in one of the following forms only :-

(A) Cash through treasury challan deposited under head "8443-civil

Deposits, Kha-Deposit not bearing interest-103- Security Deposits."

Challan should be deposited in State Bank of Bikaner & Jaipur, Tilak

Marg, Jaipur Branch.

(B) Bank Drafts/Bankers cheque of the scheduled Bank.

(ii) Successful tenderers will have to execute an agreement on a Non Judicial

Stamp Paper worth Rs.5000/- in the prescribed form with the Director

(PH), Medical & Health Services, Rajasthan, Jaipur and deposit security

for the performance of the contract within 15 days from the date on which

the acceptance of the tender, under Registered post, is communicated to

him. The security will be refunded after six months from the date of expiry

of the contract or on the expiry of warranty/ guarantee, if any whichever is

later and after satisfied there are no dues outstanding against the tenderer.

The department will pay no interest on security deposit/Earnest money

deposit.

(iii) Incase of breach of any terms and conditions of the contract or on

unsatisfactory performance, the amount of security deposit shall be liable

to forfeiture in full or part by Director (PH) Medical & Health services,

Rajasthan, Jaipur and decision of Director (PH) Medical & Health

services, Rajasthan, Jaipur shall be final. The expenses of completing and

stamping the agreement shall be paid by the tenderer and the department

shall be furnished free of charge with one executed stamped counter part

of the agreement.

Signature of Tenderer with seal

Page 22: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

(iv) Central and Rajasthan State Government Undertakings need not furnish

amount of Security Deposit. (v) Firms which are registered as SSI units with the Department of Industries,

Rajasthan shall furnish the amount of security deposit @1% of total value

of approximate quantity as per tender catalogue on furnishing certificate

from Department of Industries, Rajasthan as mentioned in note given

below the condition no. 8 (EARNEST MONEY).

(vi) It is to be noted that earlier years earnest money/security deposit, even if

lying in this department, shall not be considered towards this contract and

therefore fresh security deposit should be furnished.

19. SUPPLY ORDERS

(a) The supply orders will be placed to the approved Fabricator only (not

Agents/ Suppliers/Distributors etc.) through registered post only .The date

of registration at the post office will be treated as the date of purchase

order for calculating the period of supply. The supply period will be 140

days from the date of purchase order including 20 days for preparation of

prototype/ sample and its approval.

(b) Termination for default: The right to cancel the supply order rests only

with the Director (PH).

NOTE:-Supply of complete MMU may be accepted as per delivery schedule

given by department.

20. Subletting or assigning contract to third party is prohibited. In the event of

Tenderer violating this condition, the Director (PH) of Medicals and Health

Rajasthan, Jaipur shall be at liberty to place the contract elsewhere on the

Tenderer's account and at his risk. The tenderer shall be liable for any loss or

damage, which the Government may sustain in consequence or arising out of such

replacement of the contract.

21. LIQUIDATED DAMAGES

(i) The time specified for delivery in the tender form shall be deemed to be

the essence of the contract and the successful Tenderer shall arrange

supplies within the period on receipt of order from the Purchasing

Officers.

(ii) In case of extension in the delivery period with liquidated damages the

recovery shall be made on the basis of following percentages of value of

Stores which the tenderer has failed to supply :-

(A) Delay up to one- fourth period of the prescribed Delivery Period -

2.5%

(B) Delay exceeding one fourth but not exceeding half of the

prescribed delivery period -5%

(C) Delay exceeding half but not exceeding three- fourth of the

prescribed delivery period - 7.5%

(D) Delay exceeding three- fourth of the prescribed period -10%

(iii) Fraction of a day in reckoning the period of delay in supplies shall be

eliminated if it is less than half a day.

(iv) The maximum amount of liquidated damage shall be 10%.

Signature of Tenderer with seal

Page 23: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

(v) If the supplier requires an extension of time in completion of contractual

supply on account of occurance of any hindrance, he shall apply in writing

to the authority, who has placed the supply order, for the same

immediately on occurance of the hindrance but not after the stipulated date

of completion of supply.

(vi) Delivery period may be extended with or without liquidated damages. If

the delay in the supply of goods is on account of hindrances beyond the

control of the tenderer, the extension in delivery period may be granted

without Liquidated Damage.

(vii) If the tenderer is unable to complete the supply within the specified or

extended period, the purchasing officer shall be entitled to purchase the

goods or any part thereof from elsewhere without notice to the tenderer on

his (i.e., Tenderers) account and risk. The tenderer shall be liable to pay

any loss or damage which the purchasing officer may sustain by reasons of

such failure on the part of the tenderer. The tenderer shall not be entitled

to any gain on such purchases made against default. The recovery of such

loss or damage shall be made from any sums accruing to the tenderer

under this or any other contract with the government. If recovery is not

possible from the bill and the tenderer fails to pay the loss or damage,

within one month of the demand, the recovery of such amount or sum due

from the tenderer shall be made under the Rajasthan Public Demand

Recovery Act 1952 or any other law for the time being in force. In case

more than one supplier has been approved for any item under the approved

list circulated to the purchasing officers, the risk purchases may be made

at a higher rate from any other firm whose rate is duly approved. It is

mandatory for the approved supplier to acknowledge receipt of orders with

in fifteen days from the date of despatch of order, failing which the

purchasing officers will be at liberty to initiate action to purchase the items

on risk purchase system at the expiry of the prescribed supply period.

NOTE :- It is clarified that Purchasing Officer may, if necessary, resort to

risk purchase without granting any extension as provided in above Condition.

GENERAL CONDITIONS

22. All the stores supplied shall be of the best quality and conforming to the specification,

trademark laid down in the schedule attached to agreement and in strict accordance with

and equal to the approved, standard, samples. In case of any material of which there are

no standards or approved samples, the supply shall be of the best quality to be

substantiated by documents. The decision of DM&HS as to the quality of stores be final

and binding upon the tenderer. In case any of the article supplied are not found as per

specification or declared sub-standard/spurious, they shall be liable to be rejected and any expenses of loss caused to the supplier as a result of rejection of supplies shall be entirely

at his account. 23. The tenderer must remove rejected articles from the destination where they lie

within 30 days from the date of information of rejection. The officials will take

reasonable care of such materials but will not be responsible for any loss or

damage that may occur to while it is on their premises.

Signature of Tenderer with seal

Page 24: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

24. The tenderer shall be responsible for the proper packing and delivery of the

material to the consignee. In the event of any loss, damage, or breakage, leakage

or shortage, the tenderer shall make good the loss and shortage found at the

checking of the materials by the consignee. No extra cost on such account shall be

admissible.

25. (i) Tenderers are requested to send with tenders, printed descriptive literature and

past three years experience certificate from the concerned Department/ agency to

whom satisfactory supply has been made of the fabricated vehicle/MMU. (Cover-

"A")

(ii) If tenderer supplied to or have Rate contract of quoted items with any other

Govt. institutions within three years, he should send copies of purchase orders,

invoices and rate contract & satisfactorily report of MMU with tender.

(Cover"B")

26. Remittance charges and any other tax if applicable on payment made to the firms

will be borne by the firms.

27. All correspondence in this connection should be addressed to the Secretary, Store

Purchase Organisation, Directorate of Medical & Health (PH) Services, Tilak

Marg, C-Scheme, Rajasthan, Jaipur. Technical questions should be referred to the

Director (PH), Medical and Health Services, Rajasthan, Jaipur direct by

correspondence or by personal contact.

28. (i) Direct or indirect canvassing on the part of Tenderers or their

representative shall disqualify their tenders.

(ii) Supplier may be disqualified, banned or suspended from business during

the rate contract, if :-

(A) fails to execute a contract or fails to execute it satisfactorily ;

(B) no longer has the technical staff or equipment considered

necessary;

(C) is declared bankrupt or insolvent or its financial position has

become unsound, and in the case of a limited company, it is

wound-up or taken into liquidation ;

(D) the firm is suspected to be doubtful loyalty to state ;

(E) the state bureau of investigation or any other investigating agency

recommends such a course in respect of a case under investigation;

(F) Director (PH) Medical & Health Services, Rajasthan, Jaipur is

prima- facie of the view that the firm is guilty of an offence

involving moral turpitude in relation to business dealings, which if

established would result in banning of business dealing.

29. (i) The quantity indicated in the catalogues are mere estimates and are

intended to give an idea to the prospective tenderers to enable them to decide

whether they will undertake to supply the article to this Department on most

competitive rates. The figures indicated in the catalogue do not constitute any

commitment on the part of department to purchase any of the articles in the

quantities shown therein against each or in any quantity whatsoever. It is further

made clear that the Department does not bind itself to purchase all or any quantity

mentioned in the catalogue and no objection against the quantity of the indent of

approved item being more or less than the approximate quantity will be

entertained and shall not be acceptable as a ground for non supply on the quantity

indented.

Signature of Tenderer with seal

Page 25: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

(ii) Price Preference: - Price preference/ purchase preference will be given to the goods

produced or manufactured/ Fabricated by industries of Rajasthan and to those who

produce a copy of the acknowledgement of Industries department as per rules about submitting a memorandum for having established the unit over goods

produced or manufactured/ Fabricated by Industries out side Rajasthan as per Purchase

of Stores (Preference to Industries of Rajasthan) Rules, 1995. It is clarified that

purchase preference only be granted to the industries of Rajasthan. SSI units shall

have to produce a competency certificate from the industries department of

Rajasthan as per rules.” (iii) (A) Comparison of Rates: - In comparing the rates tendered by firm outside

Rajasthan and those in Rajasthan but not entitled to Price Preference under the

Rules, the element of Rajasthan Sales Tax (VAT) shall be excluded whereas that

of Central Sales Tax shall be included.

(B) While comparing the rates in respect of firms within Rajasthan, the

element of Rajasthan Sales Tax (VAT) shall be included.

30. Validity :- Tenders shall be valid for a period of six months from the date of opening of

tender.

31. The Department reserves the right to accept any tender not necessarily the lowest, reject any tender without assigning any reasons and accept tender for all or anyone or more of

the articles for which tenderer has been given or distribute items of stores to more than

one firm/supplier.

32. The tenderer shall furnish the following documents at the time of execution of agreement :

(i) Attested copy of Partnership Deed in case of Partnership Firms.

(ii) Registration Number and year of registration in case partnership firm is

registered with Registrar of Firms. (iii) Address of residence and office, telephone numbers in case of Sole

Proprietorship.

(iv) Registration issued by Registrar of Companies in case of Company.

33. The Store Purchase Committee will have the right of rejection of all or any of the

quotations without giving any reason for the same. The right to conclude parallel rate

contracts with another firm for the stores detailed in this catalogue is also reserved by the

Director (PH), Medical & Health Services, Rajasthan, Jaipur.

34. The Director (PH), Medical and Health Services Rajasthan can extend the original rate

contract, subject to original Terms and Conditions for a period deemed fit by him, but not

exceeding six months, for which the tenderer will have to abide. However the extension

beyond six months can be granted on mutual consent.

35. The contract for the supply can be repudiated at any time by the Director (PH), Medical

and Health Services, Rajasthan, Jaipur if the supplies are not made to his satisfaction after giving an opportunity to the Tenderer of being heard and after reasons for repudiation

being recorded by him in writing.

36. Extra stipulation or any other condition contrary to the above Tender conditions are

not acceptable and may render the tender liable to rejection.

37. The tenderer must sign at the below of Terms & Conditions agreeing to abiding by all

conditions of the tender and accept them in to to.

38. FALL CLAUSE The prices charged for the Store supplies under the contract by successful Tenderer shall

in no event exceed the lowest price at which the successful Tenderer sells the stores of

identical description to any other persons during the period of the contract. If any time, during the period of the contract, the tenderer reduces the sales price chargeable under the

contract, he shall forth with notify such reduction to the Secretary Store Purchase

Organization, Medical & Health Services, Rajasthan, Jaipur and the price payable under

the contract of the stores supplied after the date of coming into force of such reduction or

sale shall stand correspondingly reduced.

Signature of Tenderer with seal

Page 26: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

39. (i) Articles rejected by the purchasing officer will have to be replaced by the

tenderer at his own cost within the time limit fixed by the purchasing officer.

(ii) If however, due to exigencies of government work such replacement either in

whole or in part is not considered feasible, the Store Purchase committee, after

giving opportunity to the tenderer of being heard, shall for reasons to be record,

deduct a suitable amount from the rates. His decision in this matter will be final.

Expenses on Laboratory tests of items supplied shall have to be borne by the

suppliers.

40. Legal proceeding if any arising out of the Tender shall have to be lodged in courts

situated in Jaipur City only.

41. The Stores purchase Committee can relax the terms and conditions in the

exigency of the department work. In case of urgency the Terms & Conditions will

be relaxed by the Director (PH), Medical & Health Services, Rajasthan Jaipur.

Director (PH),

Medical and Health Services

Rajasthan, Jaipur,

I/We have read the above terms and conditions and I/We agree

to abide by the same.

Signature of Tenderer with seal

Page 27: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

Special Terms and Conditions for Procurement of MMU (Mobile Medical Unit)

1 Technical details, Tender form duly signed in all respect, Earnest Money and all

other required Documents should be submitted in Cover "A" and Financial

details, should be submitted in Cover "B" otherwise tender will not be considered.

2 Comprehensive Guaranty period with spare parts (except consumables) for at

least three years of MMU (AC, Fabrication work, fitments work of equipments,

electrical fittings & D.G.set etc.) from date of delivery.

3 During breakdown of MMU ( regarding body fabrication work, A.C. & other

items supplied by febricator) the febricator will depute the engineer for

immediate rectification of defect within 48 hours positively otherwise a sum

equivalent to 0.25% of the cost of equipment/febrication work per day will be

recovered from the firm as penalty from the date of intimation.

4 4 Nos preventive maintenance in a year visits and any number of breakdown

emergency calls will be provided by the firm during Guaranty period.

5 Conditional tenders will not be considered.

6 All bank charges will be to firm's account.

7 Payment :- (a) No advance payment will be made. 90% payment will be made

against the delivery and satisfactory operation of the MMU & instruments therein.

This amount is to be paid subject to production of satisfactory pre-despatch

inspection report of the technical committee and quality assurance certificate from

third party. (DGS&D/State Motor Garage, Rajasthan/MNIT experts etc. at the

time of placing the order will be decided by the purchaser).

(b) Rest 10% amount of the total value of the supply order will be made against

Bank Guaranty which will be released after guarantee period.

8. Inspection:- (a) Supply of the MMU will be made along with quality assurance

certificate of the MMU from third party.

(b) Inspection charges regarding third party inspection will be on tenderer’s

account.

9. Pre-dispatch inspection will be carried out by Technical Committee constitutated by

Director (PH) which will consist technical members: 1) Users, 2) Bio-medical

Engineer, 3) Mechanical Engineer & other related experts. The committee may also

check out the Fabricating process of the MMU and the installation of the required

instruments in the MMU and ensure the good quality in Fabricating process of the

MMU is maintained according to the technical specifications of tender.

10. The rates in the tender for MMU being with different models, makes, sizes and

other specifications of the various models of different firms (found technically

qualified) may be decided/approved for more than one company/firms looking to

the suitability for operations in the different medical institute of the Department as

well as in the different Geographical terrains/ conditions of Rajasthan.

11. Fabricator is required to deliver Complete MMU in lot of five or more as per

delivery schedule mentioned in supply order.

12. The fabricator will give 100% bank guarantee for six month or whole delivery of MMU

whichever is later against cost of all received equipments/items in lot of five to ten from

the suppliers and then install the equipments in MMU. If supply of MMU is not made within stipulated period, .the fabricator will have to give additional Bank guarantee for

other lot of the equipments required for MMU otherwise it will be treated as breach of

contract and action will be taken accordingly.

13. Expenditure of temporarily registration will be charged on Fabricator’s Account.

Signature of Tenderer with seal

Page 28: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

14. Inspection Committee will inspect the fabrication material/ components.

15. Department may arrange test of any material used in MMU if required. Testing

Charges will be borne by the tenderer. . 16. Sample from workmanship process checking may be got at the time of body

fabrication. Fabricators will install/fix the item in MMU with locking and

concealment system.

17. Rate should be quoted for complete MMU (Chassis, A.C, Fabrication works &

other minor items) and should also give section wise breakup in Annexure “D” as

below :-

(A) Chassis (B) Body fabrication (C) A.C. (D) D.G.set(E) Minor items

18 Fabricator will prepare a sample of MMUs and inform the department, there after

inspection committee will inspect and approve the sample of MMU in all respect

then remaining MMU will be prepared by the fabricator.

19 Fabricator will ensure to make proper arrangements for receiving and storing the

equipments/Items in a secured manner and also provide the receipt for the same to

supplier under intimation to the department. Fabricator will also ensure that

received equipments/Items are in good condition. Fabricator will be responsible for

any loss due to damage in equipments/Items during fabrication/fixing work.

20 Supply of chassis size W.B. 3800mm to 4400mm, available on DGS&D rate

contract current/ 2006 to 2008 whichever is latest & specification (Rates & other

Term & conditions of DGS&D RC will not apply) of chassis as per above

DGS&D rate contract.

21 Responsibility of proper installation/fixing the equipments/Items in MMU will

remain jointly with the fabricator & the suppliers of the equipments/Items. till

delivery and certificate of satisfactory installation & operation of the MMU is

received from the concerned CM&HO's .

22 Fabricator will mark “ Rajasthan Sarkar Sachal Chikitsa Vahan” in Hindi on MMU

on three side (expect back side). I/We have read the above terms and conditions and I/We agree to abide by the same.

Signature of Tenderer with seal

Page 29: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

ANNEXURE- D

(To be submitted in cover “B”)

FINANCIAL BID FOR MMU

1 2 3 4 5 6 7 8 9

S.

No

Name of

Item

Specification Brand Approx

Qty.

Packing

Unit

Net

Rate

Per

Unit

Rate of

VAT or

CST if

applicable

Rate of Excise

duty (It should

be included In

net Rate)

(Col, 6)

Signature

Date Name in Capitals

Company/Firm Seal

NOTE : -

1. The Rate Quote Should Be Inclusive of Excise Duty But Exclusive of Sales Tax.

2. Exclusive Component Should Be Separately Shown in Column No.8 For Further

Reference. (See Condition No. 15.(iii)

3. Separate Sheets if required may be enclosed.

4. Rate should be quoted for complete MMU (Chassis, A.C, Fabrication work &

Other Minor Items) and should give section wise breakup in Annexure “D” as

below :-

(A) Chassis, (B) Body fabrication, (C) A.C. (D) D.G.set(E) Minor items

5. No Quantity or Cash Discounts should be offered.

6. Rate Should Be Written Both in Words and Figures.

7. Read all the Terms & Conditions before filling the Annexure-D.

Page 30: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

Annexure-C (Catalogue)

Amended Technical specifications for supply of chassis & MMU body fabrication &

fitment/ installation of equipments:-

1 The vehicle chassis model specification should be of current DGS&D rate

contract or DGS&D rate contract in between 2006-2008 whichever is latest.

2 Vehicle chassis model should be of standard chassis manufacturer & engine &

gear box of reputed make & capacity & should be suitable for complete MMU &

also confirm to BS II/III specification. Vehicle engine's power should not less

then 80 BHP & gear box should have synchromesh gears (5 gears minimum) &

the GVW should not be less then 6000 kg. The vehicle should have acrodymanic

design for better operation.

3 Vehicle should have suitable Air conditioning system & A.C. (Split type) should

be of reputed manufacturer like carrier, Voltas, Lloyd, Blue Star, etc. Air

conditioning system should maintain the temperature suitable for MMU &

insulation material (theromocal) should be used of dencity 14-16 kg/m2. Air

conditioner should be properly placed in MMU. so that complete MMU maintains

the uniform temperature i.e. up 25 0 + 3

0C.

4 Vehicle wheel base should be between 3800mm to 4400mm so that after

fabrication work, the working space (Excluding cabin) should be available in be

between 17’ to 22’ in length & height should not be less then 6.5'.

5 MMU vehicle should have enough space for all equipments/gadgets installed in

the vehicle & necessary platform to be provided for installation-fixing of

equipments & movement of patient & staff. MMU should have capacity to

accommodate 09 persons.

6 A separate dark room to be provided in the vehicle & lead lining as per AERB

guidelines. (Equipment/ Accessories for the dark room will be supplied by deptt.)

7 All structures to be fabricated with proper size of M.S. sheet, Angles, Channels

etc. Outer paneling of the body should be of galvanized steel sheet with minimum

joints. Suitable insulation to be provided between outer & inner panel & roof.

Flooring should be done by marine water proof plywood with vinyl flooring.

Fabrication work should be of standard quality & with proper finishing. All

equipment to be fixed properly & concealed when not in use. Body of the vehicle

to be fabricated by tubular structure of 40x40 or 60x40mm & confirm to IS &

floor's structure should be of minimum channel size 75x40mm & outer paneling

should be done with galvanized steel sheet of 18 or 20 SWG or 1mm thick &

inner paneling to be of M.S. cold rolled sheet or laminated aluminum sheet of

18/20 S.W.G. Vinyl flooring to be done (1.6 to 2.00mm size) on 12mm plywood

floor. Provide air exhaust system (vents) for proper air circulation & overhead

shelves for proper storage.

8 Minimum 2 nos. doors are to be provided, one at rear side & another at one side,

having good quality heavy duty hinges. Foldable ramps are to be provided for rear

door & foldable steps for side door & door for D.G. Set with sliding mechanism.

Suitable size of windows are to be provided with toughened dark tinted glasses.

Door sizes should be of approx 61/2'

length & 21/2' approx. width. Front wide

shield glass should be of 5.5mm approx. laminated (single piece) & straight &

curved glass for windows of 5.00 mm size toughned. Curtains & curtain rods are

to be provided. Tents & poles are to supplied with hooks on top of body for

waiting space. Lights to be provided in 3 sides of vehicle.

Signature of Tenderer with seal

Page 31: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

9 Complete vehicle should be water proof & there should be no leakage & anti

corrosion treatment is to be provided & best quality paint is to be used.

10 Portable D.G. Set of 5.5 KVA capacity to be supplied of standard manufactures &

fitted properly in vehicle with sliding mechanism for taking it out if required.

Good quality of switch boards, switches are to be provided. Additional wire loom

to be provided for external use of electricity. Vehicle should be capable to bear

the load capacity of all equipments. Electrical system should have 12v/24v battery

& alternator not less then 55 amp. A control panel with MCCB, changeover

switch is to be provided for electric system for D.G. set & direct supply. Separate

switchboards & connection are to be provided for main A.C. & D.C. supply.

Lights should provide better visibility & elect. Fittings should confirm to CE

standards. A suitable invertor system to be provided. One small fridge to be

provided below the table of equipments. Space to be provided for another D.G. set

for future (5.5KVA capacity)

11 Vehicle should be complete in all respect for registration purpose like lights,

number plates etc.

12 Following equipments are to be fitted in the vehicle, so necessary out line of the

plan to be provided by the bidder. Equipments will be supplied by the Department

for their fitments in MMU. Tentative plan of equipments to be fitted is enclosed,

which can be changed according to the size of chassis & size of equipments by

taking approval for committee.

(a) X-ray machine, X-ray view screen , dark room accessories &

AutomaticFilm Processor

(b) Portable B/W ultra sound imaging system.

(c) Semi auto analyzer

(d) Centrifuge machine

(e) Binocular Microscope

(f) Portable 3 channel ECG.

(g) Folding scoop stretcher etc.

13 Firm should provide wash basin, suitable water tank 100 litre approx, ward robes

for storage purpose towel/ stand, mirror soap stand, waster water system, fans 4-6

Nos., bell, siren, light/blue on top, roof lights as per requirement, public address

system, fire extinguisher 02 Nos., first aid box, needle cutter, Dr. Chair 02 nos.

Stool revolving (02 nos.), one wheel chair, one oxygen cylinder, chair 08 nos.

plastic etc.

14 The roof top have facility to install V-set antenna in future.

15 Fabrication work will be checked by a committee during the fabrication work

thrice. Modification in arrangement of equipments installation will be allowed by

the technical committee. Equipments to be installed properly so that no damages

occur during the traveling.

16 Deptt. Name should be mentioned on both side of vehicle & also name of

fabricator to be mentioned on body of vehicle. NRHM monograme to be written

on vehicle.

Terms & Conditions:-

1 Firm will submit the same literature/leaf lets brouchers, of models of the

manufacturer, which they have quoted in their offers.

Signature of Tenderer with seal

Page 32: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

2 Firm should submit the experience certificate of fabrication work of

vehicles/MMU/ Ambulance etc. Firm/ bidders should have experience of A.C.

vehicles fabrication.

3 The firm should submit the list of clients to whom they have supplied such

vehicles & also performance report for clients if received any.

4 ISO certificate to be provided for fabrication work of vehicle/MMU.

5 Inspection: During fabrication, inspection will be done at 3 stages by a

committee.

6 Sample:- Lowest bidder has to supply first MMU as sample for approval & if

required by a committee, suitable changes may be allowed.

Signature of Tenderer with seal

Page 33: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

Annexure-E

Undertaking for Fabricating capacity certificate (On Non Judicial Stamp Paper worth Rs.10/- (Notarised))

(To be submitted with Cover- A)(Cond. no. 4(vii))

We ....................................................... (Name of firm) do hereby undertake that we

have capacity of Body Fabricating (Body Fabrication of vehicles more than four

wheels) of Vehicle/MMU quoted in the tender as detailed below :-

S. No. Particular Monthly Capacity in all shifts in

nos.

1 Body Fabricating (Body Fabrication of

vehicles more than four wheels) capacity

of Vehicle/MMU

Place : Signature of Authorized Signatory

Date : Name of Signatory

Designation with Seal

Page 34: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

Annexure-F

(To be submitted with Cover-A)

(Cond. no. 4(ix & x))

Undertaking

1. We ....................................................... (Name of firm) do hereby undertake that

the quoted model is of latest technology & have not been outdated

2. We ....................................................... (Name of firm) do hereby undertake that

the rates are reasonable & not sold on lower rates to anyone than to be charged

from this institution.

Place : Signature of Authorized Signatory

Date : Name of Signatory

Designation with Seal

Page 35: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

Annexure-G

Undertaking for availability of spare parts & consumables (On Non Judicial Stamp Paper worth Rs.100/- (Notarised))

(To be submitted with Cover-A) (Cond. No. 4(xi))

We ....................................................... (Name of firm) do hereby undertake that

availability of spare parts & consumables for MMU (Chassis, A.C., Body Fabrication

Items & Other Minor Items ) is at least for 10 years from the date of installation.

Place : Signature of Authorized Signatory

Date : Name of Signatory

Designation with Seal

Page 36: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

Annexure-H

Undertaking for acceptance of Warranty & Comprehensive

Guarantee

(To be submitted with cover "A")

We ....................................................... (Name of firm) do hereby undertake that we accept

warranty of chassis as per chassis manufacturers standard warranty policy &

Comprehensive Guarantee of complete MMU (AC, Fabrication work, fitments work of

equipments,D.G.set & Other Minor Items etc) with spare parts for a period of three

years from the date of delivery of complete MMU.

Place : Signature of Authorized Signatory

Date : Name of Signatory

Designation with Seal

Page 37: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

- { PAGE } -

Page 38: Amended NIT NO-8 MMU - rajswasthya.nic.inrajswasthya.nic.in/Amended NIT NO-8 MMU as on 07.05.08.pdf · - { PAGE } - TENDER FOR PROCUREMENT OF MMU INDEX Sr.No. Description Page No

{ FILENAME \p }