10.02.2020 TAMILNADU MEDICAL SERVICES CORPORATION LTD., TENDER FOR FIXING RATE CONTRACT FOR SUPPLY OF LARYNGOSCOPE – ADULT AND PEDIATRIC TO VARIOUS GOVT. INSTITUTIONS TENDER NO.558/SCOPE/NHM/TNMSC/ENGG/2020, DT.09.01.2020 Corrigendum a) The following corrigendum are issued:- Sl. Tender document Instead Read as No. reference 1. Page No.52 to 54 Existing Text Revised Text at Annexure I Section V: Schedule of Requirements

2. Page No.56 9. A low battery alarm should 9. Deleted. Section VI: Technical usually and visually indicate Specification when the battery voltage falls to 1. Specification of a level below which the unit may Laryngoscope Adult fail to perform satisfactorily. 3. Page No.57 5. Laryngoscope complete with 5. Pediatric Laryngoscope with Section VI: Technical 4 blade sets: 4 blades as Miller 000, 00, 0 & Specification a. Set 1, 2 long with 3 V lamps 1. 1. Specification of b. Set 3, 4 short with 3 V lamps Laryngoscope Pediatric 4. Page No.57 9. A low battery alarm should 9. Deleted. Section VI: Technical usually and visually indicate Specification when the battery voltage falls to 1. Specification of a level below which the unit may Laryngoscope Pediatric fail to perform satisfactorily. 5. Page No.59 to 61 Existing Text Revised Text at Annexure II Section VI A: Qualification Criteria Sl. Tender document Instead Read as No. reference 6. Page No.64 Existing Text Revised Text at Annexure III Section VII: Bid 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 - REVISED SCHEDULE OF REQUIREMENTS Sch. Brief Description Bid security Unit Qty. No. (Rs.) 1. Laryngoscope Adult as per specification Nos. 102 Rs.10,000/-

2. Laryngoscope Pediatric as per specification Nos. 100 Rs.10,000/-

Delivery Schedule: - 60 days from the date of purchase order for the full quantity and for increased quantity the delivery period will be increased proportionately. Place of Delivery:- The above equipment should be delivered at following places:

A. Establishment of HHDU in TAEI Centre

Laryngoscope Laryngoscope S. No District Hospital name Adult Pediatric

1 DHQH , Ariyalur 1 1 2 DHQH , , Coimbatore 1 1 3 DHQH , Cuddalore 1 1 4 DHQH , Pennagaram, Dharmapuri 1 1 5 Dindugal DHQH , Dindugal 1 1 6 Thanthai Periyar DHQH , Erode 1 1 7 Kancheepuram DHQH , Kancheepuram 1 1 DHQH , Padmanabapuram, 8 Kanyakumari Kanyakumari 1 1 9 DHQH , Krishnagiri 1 1 10 DHQH , Usilampatti, Madurai 1 1 11 DHQH , Nagapattinam 1 1 12 DHQH , Namakkal 1 1 13 DHQH , Perambalur 1 1 14 DHQH , Ramanathapuram 1 1 15 Salem DHQH , Dam, Salem 1 1 16 DHQH , ,Sivaganga 1 1 17 DHQH , , Thanjavur 1 1 DHQH , Uthagamandalam, The 18 The Nilgiris Nilgiris 1 1 19 DHQH , Periakulam, Theni 1 1 20 DHQH , , Thoothukudi 1 1 21 Tiruchirapalli DHQH , , Tiruchirapalli 1 1 22 DHQH , , Tirunelveli 1 1 Laryngoscope Laryngoscope S. No District Hospital name Adult Pediatric

23 Tirupur DHQH , Tirupur 1 1 24 DHQH , Tiruvallur 1 1 25 DHQH , , Tiruvannamalai 1 1 26 Tiruvarur DHQH , , Tiruvarur 1 1 27 DHQH , , Vellore 1 1 28 Villupuram DHQH , , Villupuram 1 1 29 DHQH , Virudhunagar 1 1 30 DHQH , ,Karur 1 1 31 Pudukottai DHQH , , Pudukottai 1 1 32 Vellore Govt.Taluk Hospital, , Vellore 1 1 TOTAL 32 32 1 Kancheepuram GH , Sriperumputhur. 1 1 2 Krishnagiri GH , 1 1 3 Madurai GH , 1 1 4 Pudukottai GH , Viralimalai 1 1 5 Thiruvallur GH , Tiruttani 1 1 6 Salem GH , 1 1 7 Dindugul GH , 1 1 8 Salem GH , Omalur 1 1 9 Villupuram GH , 1 1 10 Dharmapuri GH , Harur 1 1 11 Villupuram GH , Ulundurpet 1 1 12 Nagapattinnam GH , 1 1 TOTAL 12 12 1 Govt. Stanley MCH Hospital 1 1 2 Chennai Govt. Kilpauk MCH Hospital 1 1 3 Chennai Govt. Royapettah Hospital, 1 1 4 Kancheepuram Govt. Chengalpatu MCH Hospital 1 1 5 Dharmapuri Govt. Dharmapuri MCH Hospital 1 1 6 Kanyakumari Govt. Kanyakumari MCH Hospital 1 1 7 Karur Govt. KarurMCH 1 1 8 Pudukottai Govt. Pudukottai MCH Hospital 1 1 9 Salem Govt.MCH Hospital, Salem 1 1 10 Sivaganga Govt. Sivaganga MCH Hospital 1 1 11 Thanjavur Govt. Thanjavur MCH & Hospital 1 1 12 Theni Govt. Theni MCH Hospital 1 1 13 Thoothukudi Govt. Thoothukudi MCH Hospital 1 1 14 Tiruchirapalli MCH, Trichy 1 1 15 Tirunelveli Govt. Tirunelveli MCH Hospital 1 1 Laryngoscope Laryngoscope S. No District Hospital name Adult Pediatric

16 Tiruvannamalai Govt. Tiruvanamalai MCH Hospital 1 1 17 Tiruvarur Govt. Tiruvarur MCH Hospital 1 1 18 Vellore Govt. Vellore MCH Hospital 1 1 19 Villupuram Govt. VillupuramMCH 1 1 20 Erode IRT Perundurai MCH Hospital, Erode 1 1 TOTAL 20 20

B. Upgradation of PHCs

Sl. Name of the District HUD Block No CHC Adult Adult Adult Laryngoscope Laryngoscope Laryngoscope

A. G.O Ms. No. 257, H & FW(EAP II-2) dept. dt. 21.07.2017

1 Dindigul Natham Ullupakudi 1 1 1 2 Kanyakumari Kuruthangode Kuruthangode 1 1 3 Karur Karur Karur Vangal 1

4 Nagapattinam Nagpaattinam Nagapattinam Vadugacheri 1 1

5 Salem Salem Valapadi Belur 1 1

6 Thanjavur Thanjavur Thiruppanandhal Konnulampallam 1 1 1 7 The Nilgiris Udhagamandalam Ketti 1

8 Thoothukudi Kovilpatti Ottapidaram Ottanantham 1 1

9 Thoothukudi Thoothukudi Udangudi Meignanapuram 1 1

10 Thoothukudi Thoothukudi Sathankulam Mudalur 1 1 1 11 Thoothukudi Thoothukudi Tiruchendur Kayamoli 1

12 Thoothukudi Thoothukudi Thoothukudi Pudukottai 1 1

13 Tiruppur Ponnapuram 1 1

14 Tiruvarur Tiruvarur Nannilam Poonthottam 1 1 Sl. Name of the District HUD Block No CHC Adult Adult Adult Laryngoscope Laryngoscope Laryngoscope

15 Tiruvarur Tiruvarur Alanthampadi 1 1

B. G.O Ms. No. 295, H & FW(EAP II-2) dept. dt. 22.08.2017 1 1 Pudukottai Pudukottai Viralimalai Neerpalani 1 2 Namakkal Namakkal Kolli Hills Powerkadu 1 1 3 Villupuram Villupuram Vikravandi Radhapuram 1 1 4 Thanjavur Thanjavur Budalur Palayapatti 1 1 1 5 Kancheepuram Kancheepuram Walajabad Parandur 1 6 Tiruvannamalai Tiruvannamalai Jamunamarathur Nammiyampattu 1 1 7 Sivaganga Sivaganga Kalayarkoil Maravamangalam 1 1 8 Krishnagiri Krishnagiri Shoolagiri Kamanthotti 1 1 1 9 Vellore Vellore Nemili Panapakkam 1 C. G.O Ms. No. 153, H & FW(EAP II-1) dept. dt. 25.04.2018

1 Coimbatore Coimbatore Madukkarai Arisipalayam 1 1 1 2 Coimbatore Coimbatore Perianaickenpalayam Thalaiyur 1

3 Cuddalore Cuddalore Bhuvanagiri Krishnapuram 1 1

4 Karur Karur Kadavur Kanniyalampatti 1 1

5 Krishnagiri Krishnagiri Bargur Jagadevi 1 1 1 6 Nagapattinam Nagapattinam Keelaiyur Velankanni 1

7 Poonamallee Ponnamallee Nemam 1 1 1 8 Salem Salem Peddanaickenpalayam Karumanthurai 1

9 Tirunelveli Sankarankoil Alangulam Nettur 1 1 1 10 Virudhunagar Vembakottai Thayilpatti 1

11 Tiruvannamalai Tiruvannamalai Thandrampet S. Gudalore 1 1 Sl. Name of the District HUD Block No CHC Adult Adult Adult Laryngoscope Laryngoscope Laryngoscope

12 Tiruvannamalai Tiruvannamalai Chetpet Kommanendal 1 1

C. Accident and Emergency Care Initiative (TAEI) Sl. No. Name of the Institution Equipment & Qty. 1. Govt. Hospital, Ambur, Vellore District. Laryngoscope Adult – 1 No. 2. Govt. Hospital, Papanasam, Thanjavur Laryngoscope Adult – 1 No. District. Note : 1) The rate contract should 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-A : QUALIFICATION CRITERIA - REVISED (Referred to in Clause 11.2 of ITB) For determining the lowest-evaluated bid, the Purchaser shall carry out the post qualification of the Bidder in accordance with ITB Clause 11.2, using only the requirements specified. Requirements not included in the text below shall not be used in the evaluation of the Bidder’s qualifications The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement(s): 1. Manufacturer Bidders (i) The bidder must have manufactured and supplied satisfactorily the similar model quoted in each schedule of the Schedule of Requirements either directly or through of any other authorized dealer to the extent of at least 15 Nos. for Sl. No.1 and 3 Nos. for Sl. No.2 under “Section – V, Schedule of Requirements” in any one of the last five years of which minimum 7 Nos. for Sl. No.1 and 1 No. for Sl. No.2 should have been supplied to Indian Institution and should be in use satisfactorily with no adverse report for at least one year preceding the date of bid opening. (ii) The Bidder should furnish a brief write-up, backed with adequate data, explaining his available capacity and experience (both technical and commercial) for the manufacture and supply of the required equipment within the specified time of completion after meeting all their current commitments. (iii) The bidder should clearly confirm that all the facilities exist in his factory for inspection and testing and these will be made available to the purchaser or his representative for inspection. 2. Non- Manufacturer Bidders In the case of a Bidder offering to supply Goods under the Contract that the Bidder does not manufacture or otherwise produce, the Bidder should be duly authorized by the manufacturer of the Goods who meets the criteria under (1) above (all supporting documents/information as asked above for manufacturer shall be submitted with the bid) and a) The manufacturer furnishes a legally enforceable authorization in the prescribed Form [Section XI] assuring full guarantee and warranty obligations as per GCC and SCC for the goods offered; and b) The bidder, as authorized by the manufacturer, must have supplied and provided after sales service to the extent of at least 7 Nos. for Sl. No.1 and 1 No. for Sl. No.2 of the quantities of similar model in the Schedule of Requirements in any one of the last five (5) years to Indian Institution, which must be in satisfactory operation at least for one year on the date of bid opening.

3. Common to Both Manufacturer and Bidder (i) The information on past supplies and satisfactory performance should be given in the Proforma given under Section-X. (ii) Documentary evidence (end users certificate) in support of the satisfactory operation of the goods as specified above shall invariably furnished. (iii) Data to support that the manufacturer has the financial and production capacity to perform the contract and complete the supplies within the stipulated delivery period shall be furnished. for the non-manufacturer bidder data to support that he has the financial capacity to perform the contract and complete the supplies within the stipulated delivery period shall be furnished. Reports on financial standing shall be in the form of profit and loss statements, balance sheets and auditors report for the past three years, bankers certificate, etc.,

a) The bidder should have a manufacturing capacity of at least 918 Nos. for Sl. No.1 and 900 Nos. for Sl. No.2 similar capacity machines per annum certified by licensing authority/ chartered accountant. b) The annual sales turnover for the bidder should be at least Rs.10.00 lakhs for Sl. No.1 & 2 in any one of the last three years (2016-2017, 2017-2018 & 2018-2019), and it should be certified by the chartered accountants. c) The bidder should have a cash/ credit limit of at Rs.2.50 lakhs for Sl. No.1 & 2 with their bankers exclusively for this contract and a certificate for the above shall be furnished by the bankers. (iv) Further, the manufacturer should be in continuous business of manufacturing / supplying and after sale services of products similar to that specified in the ‘Schedule of requirement’ during the last 5 years prior to bid opening. In case of non- manufacturer bidders, this condition should be satisfied by the manufacturer of the product. 1 The legal status, place of registration and principal place of business of the company or firm or partnership, etc.;

Notwithstanding anything stated above, the purchaser reserves the right to assess the bidder’s capabilities and capacity to execute the contract satisfactorily before deciding on award Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or record of poor performance such as, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc. Note: 1) The above post qualification requirements are to be met by the bidder (in case of manufacturer bidders) and the bidder and the manufacturer respectively (in case of non manufacturer bidders) and qualification of group/sister/parent companies will not be considered for meeting the above requirement. 2) For the purpose of furnishing documentary evidence to meet the post qualification criteria, the bidder should furnish the following: a. The supply made to public sector/Government units in /private sector, the bidder should submit an affidavit confirming that the performance statement given is correct along with copy of purchase order, copy of invoices, proof of payment received from Purchasers, documentary evidence (end user certificate) in support of satisfactory completion of orders and function as stated above.” b. The foreign manufacturer is permitted to submit an affidavit in their letter head duly signed by the authorized signatory of the manufacturer confirming that the performance statement given is correct.

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 © (d) awarded Laryngoscope - Adult as 1. 102 Nos. per specification Laryngoscope - Pediatric 2. 100 Nos. as per specification i. Unit price in (6) (Rs. in words) 1. Laryngoscope - Adult as per specification with HSN code/ rate of GST...... 2. Laryngoscope - Pediatric as per specification with HSN code/ rate of GST...... 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) The bidder should indicate the HSN code of the equipment and applicable GST rates. (d) 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 ……………………………