MEDICAL SERVICES CORPORATION LIMITED (A Government of Tamilnadu Undertaking) 417, PANTHEON ROAD, , – 600 008. ISO 9001:2008 Certified Organisation Phone:28191890, 28190259 Fax No.28190636 CIN: U85110TN1994SGC027939 Ref. No.412/LT/BP/NHM/TNMSC/ENGG/2019 21.09.2019

I NVITATION FOR QUOTATIONS FOR SUPPLY OF EQUIPMENT T HIS INVITATION DULY SIGNED ON ALL PAGES SHOULD BE ATTACHED W ITH THE QUOTE

From The General Manager (E), TamilNadu Medical Services Corporation Limited, 417, Pantheon Road, Egmore, Chennai – 600 008. To

Dear Sirs, Sub: Invitation for Quotations for Supply of BP Apparatus – Non Mercury and BP Apparatus (Manual Aneroid) - Reg. ----- 1. You are invited to submit your most competitive quotation for the following goods:-

Sl. Brief Description of the Delivery Period Place of Delivery No. Goods BP Apparatus – Non 1. Within 60 days from Mercury - Digital the date of receipt of Indicated in Annexure-II BP Apparatus (Manual – 2. supply order Aneroid)

2. Bid Price The contract shall be for the full quantity as described above. Corrections, if any, shall be made by crossing out, initialing, dating and re writing. All duties, taxes payable by the contractor under the contract shall be considered in the quoted price indicating the breakup value. a) The bidder should furnish the CIF value of the imported component with Customs duty separately in the price bid in addition to the other breakup value packaging & Forwarding, Inland transport, Installation and commissioning and other incidental charges b) The bidders are advised to take in to consideration the savings available due to abolition of CVD and SAD for imports now due to GST implementation, and consider the benefits out of it as a reduction, while arriving at their bid price. c) Similarly, the benefits that could be availed out of High Sea Sales/ Sales in course of import should also be considered as a reduction while arriving at their bid price. d) GST shall be indicated separately. The Prices should be quoted in Indian Rupees only.

3. Each bidder shall submit only one quotation.

The bidder should furnish the GST registration no. for supply and services and the code no. for the goods quoted.

The GST registered bidders are only eligible to participate in the quotation.

The bidder should furnish the details of Bank name, Branch name, Account no., IFSC code and a copy of cancelled cheque leaf.

The validity of the Demand Draft / Banker’s Cheque furnished for EMD should be not less than 15 days. 4. Validity of Quotation:- Quotation shall remain valid for a period not less than 45 days after the deadline date specified for submission.

5. Evaluation of Quotations:-

The Purchaser will evaluate and compare the quotations determined to be substantially responsive i.e. which

(a) are properly signed; and

(b) conform to the terms and conditions, and specifications

(c) Not furnishing Catalogues, Point wise compliance statement of Technical specification, and producing the sample of the quoted item for demo within one week notice, if called for would be treated as a violation of the terms of the tender and the bids would be treated as non responsive. The Quotation would be evaluated separately for each item. GST will not be taken into account in evaluation. 6. Award of contract:- The Purchaser will award the contract to the bidder whose quotation has been determined to be substantially responsive and who has offered the lowest evaluated quotation price. Notwithstanding the above, the Purchaser reserves the right to accept or reject any quotations and to cancel the bidding process and reject all quotations at any time prior to the award of contract. The bidder whose bid is accepted will be notified of the award of contract by the Purchaser prior to expiration of the quotation validity period. The terms of the accepted offer shall be incorporated in the purchase order. For delay in supply of the goods beyond the stipulated delivery period, liquidated damages at 0.5% per week or part thereof of undelivered portion of the contract, subject to a maximum of 10% of the contract value is leviable. You shall furnish performance security for 5% of contract value by means of demand draft drawn in favour of Managing Director Tamilnadu Medical Service Corporation Limited Payable at Chennai which will be returned after satisfactory completion of warranty period. Payment shall be made within 30 days after delivery of the goods, against submission of bills with certification from the consignee for satisfactory completion of supply. The item supplied shall carry a warranty of atleast 3 years for equipment from the date of acceptance of the goods by the consignee. 7. You are requested to submit the quotations in a sealed cover superscribed “Quotations for Procurement of BP Apparatus – Non Mercury -Digital and BP Apparatus (Manual – Aneroid) to Various Govt. Institutions”and quotations should reach Tamil Nadu Medical Services (A Govt. of Tamilnadu Undertaking), 417, Pantheon Road, Egmore, Chennai – 600 008 on or before 15.00 hours on 10.10.2019. 8. Quotation will be opened at 15.30 hours on 10.10.2019 in the presence of bidders. 9. We look forward to receive your quotations and thank you for your interest in this project.

Sd/- General Manager (E) P RICE SCHEDULE

1 2 3 5 6 7 8 PRICE FOR EACH UNIT Sch Item Description Country Ex-factory Ex- Packing Inland transport, Incidental Customs Unit price Total price per GST – No. of warehouse Ex- & Insurance and services duty schedule for IGST/CGST/ origin showroom off- forwarding Incidental costs (d) delivery at final SGST payable the shelf for CIF incidental todelivery destination if contract is (a) (b) (c) (e) a+b+c+d+e (4 x 6) awarded BP Apparatus – Non Mercury 1 - Digital BP Apparatus (Manual – 2 Aneroid)

i. Unit price in (6) (Rs. in words) 1. BP Apparatus – Non Mercury-Digital as per specification with HSN code/ rate of GST...... 2. BP Apparatus (Manual – Aneroid)as per specification with HSN code/ rate of GST......

N ote:

(a) In case of discrepancy between unit price and total price, the unit price shall prevail. (b) The bidder should indicate the HSN code of the equipment/ service and applicable GST rate (c) The bidder should quote for the prices separately from column 5(a) to 5(e) and shouldnot state “as inclusive” of all rate.

Place : Signature of Bidder...... …………….. Date : Name …………………………… Business Address…………………………… Annexure-I

1. SPECIFICATION FOR BP APPARATUS – NON MERCURY - DIGITAL Technical Specifications: 1. Portable non-invasive non-mercury sphygmomanometer with the following specifications 2. Measurement method: Ascultatory method (stethoscope and sphygmomanometer method) 3. LED column with backlight on the scale for measurement instead of mercury column. 4. Blood pressure measurement range: 0- 300 mmHg Nominal Blood Pressure indication range: Diastolic Blood Pressure  At least 20-60 mmHg in Neonatal mode  40-130 mmHg in adult mode Systolic Blood Pressure  At least 40-110 mmHg in Neonatal mode  60-230 mmHg in Adult mode 5. Measurement accuracy: ± 3 mmHg 6. Manometer test mode: the device should have a test mode that can be used to verify calibration 7. Manual inflation and deflation of the cuff using bulb and pressure releasing valve. 8. The equipment should be protected against electric shock, entry of water and dust. 9. Identification and markings: Legible and durable markings on the outside and inside of the equipment and parts for clear abbreviations, markings of controls, markings for different uses, warning and safety notices, etc. 10. Cuff, Tubing and cuff connectors should meet the construction and pressurization requirements 11. Pressure relief protection device should ensure maximum inflating time 12. Equipment should be suitable for continuous hours of operation with internal battery charged through AC adapter 13. Indicators for low battery and error during measurement should be available. 14. Cuff suitable for both adults and neonates with limb circumference in the range of 22-33 cm General Specifications: 1. 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. 2. The equipment should be durable for repeated use. 3. The supplier must ensure manufacturer’s warranty/ guarantee against for the specifications and also manufacturing defects. 4. Every manufacturing unit must have an internal system of quality control and supplier should produce the certificate from the manufacturers. 5. 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. 6. The supplier must ensure the availability of on call service agreement. 7. The equipment should have three years comprehensive warranty and the supplier must provide a minimum of 2 visits per year for preventive maintenance (excluding breakdown calls) during warranty and maintenance contract periods. 8. 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. 9. 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. 10. Equipment should be demonstrated using the simulator at the end- user site. 11. 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. 12. Equipment should have device safety certification and supportive document should be furnished. 13. Equipment should be supplied with: a. Maintenance checklist b. Calibration checklist. 2. SPECIFICATION FOR BP APPARATUS (MANUAL – ANEROID BP Apparatus (Manual – Aneroid) with adult and pediatric cuff Technical specification: 1. Corrosion resistant shock proof body 2. Dial with contrast colors for easy reading 3. Range up to 300 mm of Hg 4. Should be supplied with Adult and pediatric cuffs 5. Following BP cuff Sizes to be provided along with the Equipment: . Small . Medium . Large . Extra Large . Velcro bag for the bladder . Chrome plated metal/ stainless steel pressure control valve . Bulb, tubing’s and bladder made of rubber 6. 3 years warranty N ote: Bidders shall furnish technical compliance statement forthe model quoted, details of m anufacturer including deviations if any. Technical catalogue /data sheet shall also be furnished i n support of technical compliance statement without fail. Annexure-II PLACE OF DELIVERY

1. BP APPARATUS – NON MERCURY (FOR HEALTH MELA CAMPS) Sl. District Name of the Address of the DDHS Office Qty No. DDHS office (Nos) 1. Ariyalur Ariyalur The Deputy Director of Health Services, 1 No. 2/457, JeyamKondan Main Road, Opposite to District Collector office, ValajaNagaram, Ariyalur, Pin- 621 704. 2. Coimbatore Coimbatore The Deputy Director of Health Services, 6 219, Race course road, Near SarathambalKoil, Coimbatore, Pin- 641018. 3. Cuddalore Cuddalore The Deputy Director of Health Services, 6 No. 5, Beach Road, Cuddalore, Pin- 607 001. 4. Dharmapuri Dharmapuri The Deputy Director of Health Services, 3 Collector office campus, Dharmapuri, Pin- 636705. 5. Dindigul Dindigul The Deputy Director of Health Services, 3 MeenakshiNaickenpatti (P.O) Palani Road, Dindigul, Pin- 624002. 6. Erode Erode The Deputy Director of Health Services, 3 Lakshmi Nagar, Thindal, Erode, Pin- 638012. 7. Karur Karur The Deputy Director of Health Services, 3 Family welfare, Dist. Metro Project complex, Multistoried Building, 2nd floor, Thenthori Post, Karur, Pin- 639007 8. Krishnagiri Krishnagiri The Deputy Director of Health Services, 3 Behind Collectorate, Near RTO office, Ramapuram Post, Krishnagiri, Pin- Sl. District Name of the Address of the DDHS Office Qty No. DDHS office (Nos) 635115. 9. Kanchipuram Kanchipuram The Deputy Director of Health Services, 6 No. 42 A , Railway Road, Kanchipuram, Pin- 631501. 10. Madurai Madurai The Deputy Director of Health Services, 3 Multipurpose Health Supervisors (F) Training School, Viswanathapuram, Madurai, Pin 625014. 11. Nagapattinam Nagapattinam The Deputy Director of Health Services, 6 District Collectorate campus, Nagapattinam, Pin- 611001. 12. Nagercoil Nagercoil The Deputy Director of Health Services, 3 Krishnan Koil Street, Near Vadaseri Police station, Nagercoil, Pin- 629001. 13. The Nilgiris Udhagamandalam The Deputy Director of Health Services, 3 P.B.No. 389, Jail Hill Near T.B. Ward, Udhagamandalam, Pin- 643001. 14. Namakkal Namakkal The Deputy Director of Health Services, 3 Collectorate campus, Thiruchengodu Road, Nallipalayam Post, Namakkal, Pin- 637003. 15. Pudukkotai Pudukkotai The Deputy Director of Health Services, 3 6th street, Santhanathapuram, Pudukkotai, Pin- 622001. 16. Perambalur Perambalur The Deputy Director of Health Services, 3 Collectorate Building complex, 1st floor, Perambalur, Pin- 621212. 17. Ramanathapuram Ramanathapuram The Deputy Director of Health Services, 3 Sigil Raja Veedhi, Kenikarai, Ramanathapuram, Pin- 623 501. Sl. District Name of the Address of the DDHS Office Qty No. DDHS office (Nos) 18. Salem Salem The Deputy Director of Health Services, 3 Old Board Building Campus, Salem, Pin- 636001. 19. Sivaganga Sivaganga The Deputy Director of Health Services, 3 Master Plan Complex, Dist. Edn Office Building, Sivaganga, Pin- 630562. 20. Theni Theni The Deputy Director of Health Services, 3 Government Master Plan complex, Near District Collector’s office campus, Theni, Pin- 625531. 21. Thanjavur Thanjavur The Deputy Director of Health Services, 3 Gandhi Road, Near LIC, Thanjavur, Pin- 613001. 22. Tirunelveli Tirunelveli The Deputy Director of Health Services, 6 16/22, Old Police Hospital Road, Samathanapuram, Tirunelveli, Pin- 627002. 23. Tiruppur Tiruppur The Deputy Director of Health Services, 3 No. 147, PooluvapattiNerupperichal Road, Tiruppur, Pin-641602. 24. Tiruchirapalli Tiruchirapalli The Deputy Director of Health Services, 3 Near Jamal Mohammed College, Race course road, Tiruchirapallli, Pin- 620020. 25. Tuticorin Tuticorin The Deputy Director of Health Services, 3 166, North Beach Road, Fisheries Campus, Tuticorin, Pin- 628001. 26. Thiruvallur Thiruvallur The Deputy Director of Health Services, 3 54/5, Assoori Street, Near Catholic Syrian Bank, Thiruvallur, Pin- 602001. 27. Tiruvannamalai Tiruvannamalai The Deputy Director of Health Services, 6 Sl. District Name of the Address of the DDHS Office Qty No. DDHS office (Nos) Chengam Road, Vengikal, Tiruvannamalai, Pin- 606604. 28. Thiruvarur Thiruvarur The Deputy Director of Health Services, 2 Near fire station, Old Govt. Hospital, Thiruvarur, Pin- 610001. 29. Vellore Vellore The Deputy Director of Health Services, 6 New Collectorate Building, B.Block II Floor, Sathuvachari, Vellore, Pin- 632009. 30. Virdhunagar Virdhunagar The Deputy Director of Health Services, 3 Collectorate Complex, Virdhunagar, Pin- 626001. 31. Villupuram Villupuram The Deputy Director of Health Services, 6 TADHCO Building, 2nd floor, Opp. To GH, Chennai-Trichy Main Road, Villupuram, Pin- 605602.

2. BP APPARATUS (MANUAL AND ANEROID)

I. UCHCs under Greater Chennai Corporations

Qty Z.No. Zone Name Facility name & address (nos) Thiruvottriyur UCHC, 1. Thiruvottriyur 2 No.1, School Street, Jothi Nagar, Chennai – 600 019 Manali UCHC, 2. Manali 1 No.1, NedunchezianSalai, Manali, Chennai – 600 068 UCHC, 3. Madhavaram 1 No.47, Swamy Nagar, Madhavaram, Chennai – 600 060 RK Nagar UCHC, 4. 2 No.88, K.H Road, , Chennai – 600 021 5. 2 Sanjeevirayanpet UCHC, No.194, Solaippar St, Chennai – 600 021 Perumalpet GCMH (EOC), 6. Royapuram 2 No.30, Kariappa street, Purasaiwalkam, Chennai – 600 007 Menambedu UPHC, 7. 1 No.1, KVK Samy Street, Siddha , Ambattur, Chennai – 600 053 UPHC, 8. Ambattur 1 No.32, TNHB Street, Pakthavatchalam School back side, Korattur, Ambattur, Chennai – 600 050 Padi Round Building UPHC, 9. Ambattur 1 TVS Avenue Main Road, Near Chennai Public School, Round Building (Mugappair East), Chennai – 600 101 Shenoy Nagar GCMH, (EOC), 10. 2 No.43, Pulla Avenue, Shenoy Nagar, Chennai – 600 030 UCHC, 11. Anna Nagar 2 No.29, United India Nagar, Ayanavaram, Chennai – 600 023 UCHC, 12. 2 No.65, NSK Salai, , Kodambakkam, Chennai – 600 024 GCMH (EOC), 13. Kodambakkam 2 No.51, Jeenis road, Saidapet, Chennai – 600 015 UCHC, 14. Alandur 2 No.56, Sowri St, Alandur, Chennai – 600 016 Adayar UCHC, 15. Adayar 3 No.2, Venkatarathinam Nagar, Adayar, Chennai – 600 020

II. District Early Intervention Centers (DEIC) at following Hospitals

Qty Sl.No. District Facility name & address (nos) Institute of Child Health and Hospital for Children, Egmore, 1. Chennai 1 Chennai 2. Chennai 1 Govt. and Hospital, Chennai 3. Chennai 1 Govt. Medical College, Chennai