<<

06.02.2018 TAMILNADU MEDICAL SERVICES CORPORATION LTD., TENDER FOR FIXING RATE CONTRACT FOR SUPPLY AND INSTALLATION OF AUTOCLAVE-VERTICAL FOR MEDICAL USE TO VARIOUS INSTITUTION IN THE STATE OF TAMILNADU TENDER NO.250/ACL/NRHM/TNMSC/ENGG/2018, DT.02.01.2018 Corrigendum a) The following corrigendum are issued:- Sl. Tender Document Instead of Read as No. Reference 1. Page no. 1,3 & 5 Tender for fixing rate contract Tender for fixing rate contract for supply and installation of for supply and installation of Autoclave vertical single bin to Autoclave vertical for Various Govt. Hospitals Medical Use to Various Govt. Institution in the State of 2. Page No.52 to 54 Existing Text Revised text at Annexure - I Section V: Schedule of Requirements 3. Page No.56 to 58 Existing Text Revised Text at Annexure - II Section VI: Technical Specification 4. Page No.64 Existing Text Revised Text at Annexure - III Section VII: Bid Form and Price Schedule Price Schedule All other terms and conditions of the tender remain unaltered. The above forms part of the bidding documents. The bidder shall attach the copy of this corrigendum duly signed by their authorized signatory, in their bid. Sd/- General Manager (E) ANNEXURE-I SECTION – V SCHEDULE OF REQUIREMENTS - REVISED Sch. Brief Description Bid security Unit Qty. No. (Rs.) 1. Autoclave Vertical as per specification a. Chamber size 300 x 450 mm – Single Bin Nos. 140 b. Rs.19,700/- Chamber size 300 x 500 mm – Two Bin Nos. 140 Delivery Schedule: - 90 days from the date of purchase order for the full quantity and for increased quantity the delivery period will be increased proportionately. Important Note: The bidder may quote the prices for any one or both schedule separately. Not quoting of a option will not be disqualification. Place of Delivery:- a. The delivery places for Sl. No. “b” will be intimated at the time of placement of order. b. The delivery place for Sl. No. “a” is given below:-

S. District HUD Block Name of PHC No 1 Aranthangi Gandarvakottai Viradipatty 2 Coimbatore Annur Mookanur 3 Coimbatore Coimbatore Madhukarai Vellalore 4 Coimbatore Coimbatore P.N.palayam 4 Veerapandi 5 Coimbatore Coimbatore Samathur ( South ) 6 Coimbatore Coimbatore Madukkarai Chettipalayam 7 Coimbatore Coimbatore P.N.Palayam Anaikatti 8 Coimbatore Coimbatore P.N.Palayam Somaiyampalayam 9 Cuddalore Annagaramam Keel Arunkulam 10 Cuddalore Cuddalore Kammapuram Iruppu 11 Dharmapuri Dharmapuri Rajathoppu 12 Dharmapuri Dharmapuri Dharmapuri K.N.Halli 13 Dharmapuri Dharmapuri Harur Naripalli 14 Dharmapuri Dharmapuri Harur Keeraipatti 15 Dharmapuri Dharmapuri Nallampalli Nallampalli 16 Dharmapuri Dharmapuri Palacode Begarahalli 17 Dharmapuri Dharmapuri Palacode Sekodi 18 Dharmapuri Dharmapuri Pennagaram Pikkili 19 Dharmapuri Dharmapuri Pennagaram Chellamudi 20 Dindigul Dindigul Seelapadi 21 Dindigul Vedasandhur Koovakkapatti 22 Dindigul Palani Guziliyamparai R.Kombai 23 Dindigul Palani Poomparai S. District HUD Block Name of PHC No 24 Erode Thalavadi Hongalvady 25 Erode Erode Anthiyur Osur 26 Erode Erode Kadambur 27 Kanchipuram Acharapakkam L.Endathur 28 Kanchipuram Kanchipuram Walajabad Thenneri 29 Kanchipuram Saidapet Thiruporur Manampathy 30 Karur Karur Ayampalayam 31 Krishnagiri Shoolagiri Athimugam 32 Krishnagiri Krishnagiri Krishnagiri Thanampatti 33 Krishnagiri Krishnagiri Thali Kumulapuram 34 Krishnagiri Krishnagiri Thali Madhakandapalli 35 Krishnagiri Krishnagiri Thali Urigam 36 Krishnagiri Krishnagiri Bargur Orappam 37 Krishnagiri Krishnagiri Muthali 38 Krishnagiri Krishnagiri Hosur Kothakondapalli 39 Krishnagiri Krishnagiri Hosur Thorapalli 40 Krishnagiri Krishnagiri Kelamangalam Ullukurukki 41 Krishnagiri Krishnagiri Krishnagiri Bellampalli 42 Krishnagiri Krishnagiri Krishnagiri Periyamuthur 43 Krishnagiri Krishnagiri Mathur Kodamandapatti 44 Krishnagiri Krishnagiri Uthangarai Maganurpatti 45 Krishnagiri Krishnagiri Kelamangalam Thadikkal 46 Madurai T.Kallupatti Santhaiyur 47 Madurai Madurai T.Vadipatti Chitalankudi 48 Madurai Madurai T.Vadipatti Mannadimangalam 49 Nagapattinam Nagapattinam Themangalam 50 Namakkal Kollimalai Solakkadu 51 Perambalur Perambalur Esanai 52 Pudukottai Pudukottai Annavasal Sathiyamangalam 53 Pudukottai Pudukottai Annavasal Mathiyanallur 54 Pudukottai Pudukottai Annavasal Pulvayal 55 Pudukottai Pudukottai Thirumayam Virachilai 56 Pudukottai Pudukottai Viralimalai Rasanaickenpatti 57 Salem Salem Ayothipattinam Koottathupatty 58 Salem Salem Omalur Pachanampatti 59 Salem Salem Tharamangalam Mattiayampatti 60 Salem Salem Nangavalli Sowriyur 61 Salem Salem Peddanaickenpalayam Soolankurichi 62 Thanjavur Papanasam Sakkarapalli 63 Thanjavur Thanjavur Papanasam Adhanur 64 Thanjavur Thanjavur Pinnavasal 65 Thanjavur Thanjavur Thiruvidaimaruthur Thiruneelakudi 66 Thanjavur Thanjavur Thiruvidaimaruthur Narasingampettai 67 The Nilgiris The Nilgiris Kothagiri Aravenu S. District HUD Block Name of PHC No Theppakadu 68 The Nilgiris The Nilgiris Gudalur (Mudhumalai) 69 Theni Theni Andipatti P.Tharumathupatti 70 Theni Theni Bodinaickanur Kurangani 71 Theni Theni Kadamalaikundu Kumananthozhu 72 Thiruvallur Thiruvallur Gummidipoondi Sunnambukulam 73 Thiruvallur Thiruvallur Gummidipoondi Kavarapettai 74 Thiruvallur Thiruvallur Gummidipoondi Aarambakkam 75 Thiruvallur Thiruvallur Minjur Medhur 76 Thiruvallur Thiruvallur Pallipattu Velliagaram 77 Thiruvallur Thiruvallur Sholavaram Alamathi 78 Sankarankoil Keelapavoor Karumbanur 79 Tirunelveli Sankarankoil Sunderasapuram 80 Tirunelveli Sankarankoil Kadayanallur Poigai 81 Tirunelveli Sankarankoil Kadayanallur Kulayaneri 82 Tirunelveli Sankarankoil Sankarankoil Vadakkupudur 83 Tirunelveli Sankarankoil Sankarankoil Reddiapatti 84 Tirunelveli Sankarankoil Melagaram 85 Tirunelveli Sankarankoil Tenkasi Ilanji 86 Tirunelveli Sankarankoil Tenkasi Periyapillaivalasai 87 Tirunelveli Sankarankoil Vasudevanallur Devipattinam 88 Tirunelveli Sankarankoil Vasudevanallur Vadamalapuram 89 Tirunelveli Tirunelveli Ambasamuthiram Agasthiarpatti 90 Tirunelveli Tirunelveli Ambasamuthiram Mannarkoil 91 Tirunelveli Tirunelveli Kalakadu Meladevanallur 92 Tirunelveli Tirunelveli Palayamkottai Keelanatham 93 Tirunelveli Tirunelveli Pappakudi Idaikkal 94 Tirunelveli Tirunelveli Valliyur Palavoor 95 Tirunelveli Sankarankoil Kuruvikulam Thiruvenkadam Athurkuppam 96 Tirupathur Natrampalli (Bharathakoil) 97 Tiruppur Uthukuli Velliravelli 98 Tiruvannamalai Kalasapakkam Veeralur 99 Trichy Trichy Marungapuri Karumalai 100 Trichy Trichy Valadi 101 Trichy Trichy Anampatti 102 Trichy Trichy Marungapuri Kallamedu 103 Trichy Trichy Uppliayapuram B. 104 Tuticorin Kovilpatti Kadalaiyur 105 Vellore Tirupathur Alangayam Vallipattu 106 Vellore Tirupathur Agrakaram 107 Vellore Tirupathur Gudiyatham Bojanapuram 108 Vellore Tirupathur Chinnamotur S. District HUD Block Name of PHC No 109 Vellore Tirupathur Kandhili Kakkankarai 110 Vellore Tirupathur Mathanur Minnur 111 Vellore Tirupathur Jolarpettai Thamalerimuthur 112 Vellore Tirupathur Katpadi Serkadu 113 Vellore Tirupathur Peranampattu Aravatla 114 Vellore Tirupathur Peranampattu Udhayenthiram 115 Vellore Tirupathur Peranampattu Venkatasamuthiram 116 Vellore Tirupathur Tirupathur Jamnapudur 117 Vellore Vellore Anaicut Peenjamanthai 118 Vellore Vellore Kaniyampadi Sholavaram 119 Vellore Vellore Perumuchi 120 Vellore Vellore Arcot Arumpakkam 121 Vellore Vellore Nemili Nagavedu 122 Vellore Vellore Vellore Sembedu 123 Villupuram Mugaiyur Arcot 124 Villupuram Kallakurichi Rishivanthiyam Seerpanandal 125 Villupuram Kallakurichi Thirunavalur Senkurichi 126 Villupuram Kallakurichi Thiyagadurgam Mudiyanur 127 Villupuram Kallakurichi Ulundhurpettai Asanur 128 Villupuram Kallakurichi Ulundhurpettai Kattuyedaiyar 129 Villupuram Villupuram Marakkanam Endiyur 130 Villupuram Kallakurichi Kalrayan Hills Arampoondi 131 Thalavaipuram 132 Virudhunagar Sivakasi Sivakasi Krishnaperi 133 Virudhunagar Sivakasi Sivakasi Vadamalapuram 134 Virudhunagar Sivakasi Sivakasi Vishwanatham 135 Virudhunagar Sivakasi Vembakottai Sevalpatti 136 Virudhunagar Sivakasi Sivakasi 137 Virudhunagar Sivakasi Sivakasi Sithurajapuram 138 Virudhunagar Sivakasi Vanniampatti 139 Virudhunagar Virudhunagar Virudhunagar Senkundrapuram 140 Virudhunagar Virudhunagar Virudhunagar Alagapuri Total Note : 1) The rate contract shall be valid for a period of 2 Years from the date of acceptance of the tender and extendable for further period on mutual acceptance. 2) The quantity indicated is tentative and will vary as per the actual requirement during the rate contract period. The supplier should have no claim against the purchase on the actual quantity of orders placed during the rate contract period. 3) During the rate contract period, further quantity may be ordered for any other Govt. Medical Institutions at the same rate and terms & conditions. ANNEXURE-II SECTION VI : TECHNICAL SPECIFICATIONS -REVISED SPECIFICATION FOR AUTOCLAVE- VERTICAL Technical Specifications: Vertical Autoclave as per IS: 3829 (Part 3) of following Sizes with latest digital control. Should be ISI marked. Price to be quoted separately for each size Sl. Chamber Chamber Electric Pressure Tempe Power Compatible No. Size Dia x Size Load rature required Sterilizing Length Dia x kW Bins (mm) Length Dia x Height (Inch) (Inches) (Qty) 1 300X450 12x18 3 1.26 121°C 1Ø, 230 V, 50 11x17 (1 bin) kgf/cm2 Hz AC supply 2 300x500 12x20 3 1.26 121°C 1Ø, 230 V, 50 11x9.5 (2 kgf/cm2 Hz AC supply bins)

1. Outer Chamber, Jacket, lid and outer cover: Rust Resistant SS 304 grade Stainless Steel all joint argon arc welded. 2. To be fitted with pressure guage for jacket, compound guage for chamber, pressure switch, safety valve, vaccum breaker, low water level cut-off, thermometer, guage glass valve. Sight glass, Insulation, steam trap, non- return valve, Ejector, Expandable Silicone gasket as per standard. 3. Accessories to be provided: a. Suitable SS drums: 1. 2 nos. for Single Bin vertical autoclave (Size 11 x 17 inches) 2. 4 nos. for Two bin vertical autoclave (Size 11 x 9.5 inches) b. Spare gasket for lid: 4 nos. 4. The line cord (power cord) provided with the equipment should be of acceptable durability, quality, adequate length and current carrying capacity. 5. Equipment should include power plugs that are sufficient for maximum voltage and current of the equipment. 6. Performance of the equipment must not be affected by electro- magnetic interference radiated or conducted through power lines from other device. 7. Controls (e.g. switches, knobs) should be clear and visible. 8. Instructions/ operators manual with basic troubleshooting guide, in English should be supplied. 9. Installation with clear demonstration for the staff at the end user site should be provided 10. Equipment should have no sharp edges, should be securely mounted and provide adequate protection against moving and electrically energized parts. 11. Equipment should be simple to use, operate and maintain. It should be designed for easy access to serviceable parts. 12. Equipment should be easy to clean, Disinfect and/ or sterilize as required. 13. Equipment should be suitable for operation in temperature from 10° C to 45° C with a relative humidity of 100% 14. Equipment offered shall be adequately protected against and be able to withstand prevailing climate of Tamil Nadu. 15. Packing and Storage: a. Packing of the equipment should be easy to open and well labeled and marked with the device name, seller name and address. b. Equipment should be able to withstand temperature and humidity extremes likely to be encountered during storage and transportation 16. Equipment should conform to the equivalent Indian Standard or other equivalent International or third country standard for good manufacturing practice and safety. 17. The bidder should indicate standard(s) with which the product complies. Alternatively bidder may indicate that their device is registered with National or International Medical devices regulation agencies such as USFDA or EUMDD which assures that the product meets GMP, performance and safety standards. 18. The supplier should have at least one service centre in Tamil Nadu with qualified service engineer. The details of service centers and service engineers should be furnished in the bid. General Specifications:

19. The material used for equipment should be of rust proof, high quality PVC/ Stainless Steel (Composition must be of 8 to 10% Nickel, 18 to 20% Chromium)/ Polyvinyl/ Silicone rubber as applicable with necessary fittings and free from any carcinogenic agents. 20. The equipment should be durable for repeated use. 21. The supplier must ensure manufacturer’s warranty/ guarantee against for the specifications and also manufacturing defects. 22. Every manufacturing unit must have an internal system of quality control and supplier should produce the certificate from the manufacturers. 23. The supplier will be responsible for service, maintenance, replacement, etc. against any complaints up to the satisfactions of the users irrespective of the location of manufacturing unit. 24. The supplier must ensure the availability of on call service agreement. 25. Equipment should have detailed information of the device features, functions, detection capabilities, method of operation, materials, alarm capabilities, software, specifications and operating ranges, power source, parameter detection ranges, etc. wherever applicable. 26. The equipment should have additional accessories as listed and also material/ gel/ oil to avoid friction and enhance smooth function, list of accessories and spare parts with cost and contact details of its supplier preferably within State. 27. Equipment should be demonstrated using the simulator at the end- user site. 28. The supplier/ manufacturer should list the name and address of technical service providers in with a common contact person and number for all the centers in the state. 29. Equipment should have device safety certification and supportive document should be furnished. 30. Equipment should be supplied with: a. Maintenance checklist b. Calibration checklist. Note: Bidders shall furnish technical compliance statement for the model quoted , details of manufacturer including deviations if any. Technical catalogue /data sheet shall also be furnished in support of technical compliance statement with out fail.

ANNEXURE-III PRICE SCHEDULE –REVISED

1 2 3 4 5 6 7 8 PRICE FOR EACH UNIT Sch Item Description Country Quantity Ex-factory Ex- Packing Inland transport, Incidental Custom Unit price Total price per GST – No. of & Unit warehouse Ex- & Insurance and services as s duty schedule for IGST/CGS origin showroom off-the forwarding Incidental costs listed in delivery at final T/ SGST shelf for CIF incidental to clause 7 of destination payable if (a) (b) delivery SCC (e) a+b+c+d+e (4 x 6) contract is (c) (d) awarded Autoclave Vertical as per 1. specification Chamber size 300 x 450 mm 140 Nos. a. – Single Bin Chamber size 300 x 500 mm 140 Nos. b. – Two Bin i. Unit price in (6) (Rs. in words) 1. Autoclave Vertical as per specification with HSN Code/rate of GST a. Chamber size 300 x 450 mm – Single Bin………………………………………………………………………………………………………………………….. b. Chamber size 300 x 500 mm – Two Bin………………………………………………………………………………………………………… a) Annual Maintenance Charges (labour only) per year /per unit for 7 years after 3 years free warranty maintenance period 1. Autoclave Vertical as per specification with HSN Code/rate of GST a. Chamber size 300 x 450 mm – Single Bin………………………………………………………………………………………………………………………………. b. Chamber size 300 x 500 mm – Two Bin………………………………………………………………………………………………………………………………… b) Annual Maintenance Charges (Comprehensive) for 7 years / per year / per unit after free warranty maintenance period

1. Autoclave Vertical as per specification with HSN Code/rate of GST a. Chamber size 300 x 450 mm – Single Bin………………………………………………………………………………………………………………………………… b. Chamber size 300 x 500 mm – Two Bin………………………………………………………………………………………………………………………………….. Note: (a) In case of discrepancy between unit price and total price, the unit price shall prevail. (b) This price schedule should be placed in separate sealed cover “Cover B” (c) GST applicable for Annual Maintenance Charges shall be indicated separately. (d) The bidder should indicate the HSN code of the equipment/ service and applicable GST rates. (e) The bidder should quote for the prices separately from column 5(a) to 5(e) and should not state “as inclusive”. Place : Signature of Bidder...... …………….. Date : Name …………………………… Business Address ……………………………