0% found this document useful (0 votes)
34 views17 pages

ICU Ventilator Bid Details - Nov 2024

Uploaded by

Tushar Agarwal
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
34 views17 pages

ICU Ventilator Bid Details - Nov 2024

Uploaded by

Tushar Agarwal
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Bid Number/बोली मांक ( बड सं या) :

GEM/2024/B/5575128
Dated/ दनांक : 05-11-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 20-11-2024 [Link]

Bid Opening Date/Time/ बड खुलने क


20-11-2024 [Link]
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


120 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Coal

Department Name/ वभाग का नाम Coal India Limited

Organisation Name/संगठन का नाम Central Mine Planning And Design Institute Limited

Office Name/कायालय का नाम Regional Institute 5 Cmpdi Complex Bilaspur Cg

Total Quantity/कुल मा ा 7

Item Category/मद केटे गर ICU Ventilators (V2) (Q2)

MSE Exemption for Years Of


Yes
Experience/अनुभव के वष से एमएसई छूट/

Startup Exemption for Years Of


Yes
Experience/अनुभव के वष से टाटअप छूट/

Experience Criteria,OEM Authorization Certificate,Additional


Doc 1 (Requested in ATC),Additional Doc 2 (Requested in
ATC),Additional Doc 3 (Requested in ATC),Additional Doc 4
Document required from seller/ व े ता से मांगे (Requested in ATC),Compliance of BoQ specification and
supporting document
गए द तावेज़ *In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Do you want to show documents uploaded


by bidders to all bidders participated in No
bid?/

Bid to RA enabled/ बड से रवस नीलामी स य कया Yes

RA Qualification Rule H1-Highest Priced Bid Elimination

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 7 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

1 / 17
Bid Details/ बड ववरण

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Estimated Bid Value/अनुमािनत बड मू य 6188000

Evaluation Method/मू यांकन प ित Total value wise evaluation

Arbitration Clause No

Mediation Clause No

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

EMD Amount/ईएमड रािश 123800

ePBG Detail/ईपीबीजी ववरण

Required/आव यकता No

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this
Policy./जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है ।
एमएसई केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के
दायरे से बाहर रखा गया है ।

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

Beneficiary/लाभाथ :
Regional Director
Regional Institute 5, CMPDI, CMPDI Complex, Seepat Road, Bilaspur CG-495006
(Regional Institute 5, Cmpdi, Bilaspur)

MII Purchase Preference/एमआईआई खर द वर यता

MII Purchase Preference/एमआईआई खर द वर यता Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be

2 / 17
exempted from the requirement of "Bidder Turnover" criteria and "Experience Criteria" subject to meeting of
quality and technical specifications. If the bidder is OEM of the offered products, it would be exempted from the
"OEM Average Turnover" criteria also subject to meeting of quality and technical specifications. In case any
bidder is seeking exemption from Turnover / Experience Criteria, the supporting documents to prove his eligibility
for exemption must be uploaded for evaluation by the buyer.
2. If the bidder is a Startup, the bidder shall be exempted from the requirement of "Bidder Turnover" criteria and
"Experience Criteria" subject to their meeting of quality and technical specifications. If the bidder is OEM of the
offered products, it would be exempted from the "OEM Average Turnover" criteria also subject to meeting of
quality and technical specifications. In case any bidder is seeking exemption from Turnover / Experience Criteria,
the supporting documents to prove his eligibility for exemption must be uploaded for evaluation by the buyer.
3. Preference to Make In India products (For bids < 200 Crore):Preference shall be given to Class 1 local supplier
as defined in public procurement (Preference to Make in India), Order 2017 as amended from time to time and its
subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The minimum
local content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the
Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of the local
content and the details of locations at which the local value addition is made along with their bid, failing which
no purchase preference shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating
to percentage of local content shall be certified by the statutory auditor or cost auditor, if the OEM is a company
and by a practicing cost accountant or a chartered accountant for OEMs other than companies as per the Public
Procurement (preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers
as per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020 are
not eligible to participate. However, eligible micro and small enterprises will be allowed to participate .The
buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023.
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.

4. Purchase preference will be given to MSEs having valid Udyam Registration and whose credentials are
validated online through Udyam Registration portal as defined in Public Procurement Policy for Micro and Small
Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued by Ministry of Micro, Small and Medium Enterprises and
its subsequent Orders/Notifications issued by concerned Ministry. If the bidder wants to avail themselves of the
Purchase preference, the bidder must be the manufacturer / OEM of the offered product on GeM. Traders are
excluded from the purview of Public Procurement Policy for Micro and Small Enterprises and hence resellers
offering products manufactured by some other OEM are not eligible for any purchase preference. In respect of bid
for Services, the bidder must be the Service provider of the offered Service. Relevant documentary evidence in
this regard shall be uploaded along with the bid in respect of the offered product or service and Buyer will decide
eligibility for purchase preference based on documentary evidence submitted, while evaluating the bid. If L-1 is
not an MSE and MSE Seller (s) has / have quoted price within L-1+ 15% (Selected by Buyer) of margin of
purchase preference /price band defined in relevant policy, such MSE Seller shall be given opportunity to match
L-1 price and contract will be awarded for 25% (selected by Buyer) percentage of total quantity. The buyers are
advised to refer the OM No. F.1/4/2021-PPD dated 18.05.2023 OM_No.1_4_2021_PPD_dated_18.05.2023 for
compliance of Concurrent application of Public Procurement Policy for Micro and Small Enterprises Order, 2012
and Public Procurement (Preference to Make in India) Order, 2017. Benefits of MSE will be allowed only if seller is
validated on-line in GeM profile as well as validated and approved by Buyer after evaluation of documents
submitted.
5. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.

6. Reverse Auction would be conducted amongst all the technically qualified bidders except the Highest quoting
bidder. The technically qualified Highest Quoting bidder will not be allowed to participate in RA. However, H-1
will also be allowed to participate in RA in following cases:

i. If number of technically qualified bidders are only 2 or 3.


ii. If Buyer has chosen to split the bid amongst N sellers, and H1 bid is coming within N.
iii. In case Primary product of only one OEM is left in contention for participation in RA on elimination of H-1.
iv. If L-1 is non-MSE and H-1 is eligible MSE and H-1 price is coming within price band of 15% of Non-MSE L-1
v. If L-1 is non-MII and H-1 is eligible MII and H-1 price is coming within price band of 20% of Non-MII L-1

ICU Ventilators (V2) ( 7 pieces )

3 / 17
(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively/ मशः ण
े ी 1 और ण
े ी 2 के थानीय आपूितकता के प म अहता ा करने के िलए आव यक)

Technical Specifications/तकनीक विश याँ

* जेम केटे गर विश के अनुसार / As per GeM Category Specification

Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed


Specification
नाम Values)/अनुमत मू य

PRODUCT Patient Type Adult, Pediatric and Neonatal


INFORMATION
Type of technology Compressor

Tidal volume in ml (2 ml or less) to (1500 ml or more)

Respiration rate, up to 120 or more


breaths/min

Trigger mechanism Both pressure and flow

Inspiratory flow rate, L/min up to 150 or more

Inspiratory pressure, cm upto 80 or more


H2O

IE ratio 1:10 to 4:1

Sigh breath function Yes

Control panel lock Yes

Facility for double lung No


ventilation

PATIENT Number of loops 2 loops (P-V, F-V) with facility of saving of 1 Loops for
ASSESSMENT TOOLS reference

Lung recruitment tools (PV Yes


loops) / OLT (Open lung
tools)

Lung mechanics Yes


visualization tool

Capnography/CO2 Yes
monitoring

Esophageal / No
transpulmonary pressure
monitoring

APRV(Airway Pressure Yes


Release Ventilation)
/Bivent/Bi level

MMV(Mandatory Minute Yes


Ventilation) + PSV
(Pressure Support
Ventilation) /ASV( Adaptive
Support Ventilation ) or
ALPV(Adaptive Lung
Protection Ventilation) or
Automode

4 / 17
Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed
Specification
नाम Values)/अनुमत मू य

PRVC(Pressure-Regulated Yes
Volume Control
ventilation)/Auto flow

High flow oxygen therapy Yes

Automatic weaning system Yes


provided

Volume Support Yes

RSBI (Rapid Shallow Yes


Breathing Index)

Expiratory Time constant ( Yes


Tcexp)

Compliance static and/or Yes


dynamic

Inspired and/or expired Yes


resistance

Occlusion pressure Yes

Inspiratory and expiratory Yes


hold

Spontaneous frequency Yes

Total peep, intrinsic peep, Yes


extrinsic peep

Expiratory block is Yes


autoclavable and no routine
calibration required

Auto compensation for ET Yes


Tube

Facility for automatic Yes


compliance & Leakage
compensation for circuit
available

RS 232 out put port Yes

USB/Memory card No

Availability of Remote No
alarm/display port

Facility to Report (vent No


alarms and patient status)

HL/7 Compliant out put Yes

Type of coloured display LED/LCD/TFT

Display should be touch Yes


screen

5 / 17
Specification Name/ विश का Bid Requirement/ बड के िलए आव यक (Allowed
Specification
नाम Values)/अनुमत मू य

NIV (Non Invasive Yes


Ventilation) to be possible
in all modes of ventilation
available

Minimum Size of display 12.0 (inch)


(±2%)

Graphic display have Yes


automatic scaling facility
for waves

HARDWARE AND Provision of UPS No


ELECTRICAL
REQUIREMENTS Backup time in hrs NA if not provided

Built in air source Air compressor (external)

Availability of stand alone Yes


compressor

Compressor shall provide Yes


an oil free Medical air, with
Peak output flow should be
minimum 150 LPM and Air
quality complying with ISO
compressed air purity class

Seller shall ensure Yes


compatibility of compressor
with ventilator

Nebulizer with particle size Yes


less than 3 micron

ADDITIONAL Humidifier: Servo controlled NA


ACCESSORIES with digital monitoring of
inspired gas temperature
with heating wire

WARRANTY Warranty (years) 5 Or higher (year)

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

6 / 17
Consignee
[Link]./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

495006,REGIONAL INSTITUTE
V, CENTRAL MINE PLANNING
Bandi Joseph Anil
1 &amp; DESIGN INSTITUTE 7 45
Kumar
LIMITED, SECL COMPLEX, SIPAT
ROAD

Special terms and conditions-Version:1 effective from 15-04-2024 for category ICU Ventilators (V2)

1. 1. All Provisions of Drugs and Cosmetics Act, 1940 and Rules (including Medical Device Rule 2017)
made there under as amended till date will always be applicable. This will include all notifications
issued by Central Drugs Standard Control Organization (CDSCO), Ministry of Health & Family Welfare
(MoHFW) and Department of Pharmaceuticals (DOP), Ministry of Chemicals & Fertilizers time to time
in this regard.
2. The sellers are registered on GeM based on the self declaration of valid Medical Device License,
product certification, test reports etc. However, buyers must check and validate the details at their
end for all applicable licenses and certifications e.g., validity and authenticity/genuineness of
Medical Device license, product certification, manufacturer certification/licenses, test reports etc.
3. In case of authorized resellers/distributors, it will be the legal & regulatory liability of the
manufacturer to ensure that their resellers/distributors are operating in compliance with all relevant
laws and regulations and are properly licensed to sell the manufacturer's products, including
verifying the validity and authenticity of Medical Device license held by them.
4. The price offered by the seller/bidder shall not, in any case exceed the DPCO/NPPA controlled price
or price fixed by State Government, if any. The seller must reduce the prices if there is any
reduction in DPCO/NPPA ceiling price or price fixed by State Government, if any.
5. Any other Terms and Conditions which is not included or at variance with the conditions specified in
STC/GTC, may be added by the buyer through Additional Terms and Conditions (ATC) in the bid to
ensure items are procured from authentic/validated source with appropriate and applicable quality.
The above terms and conditions are in reverse order of precedence i.e. ATC shall supersede specific
STC which shall supersede General Terms and Conditions (GTC), whenever there are any conflicting
provisions.
6. Comprehensive warranty: Comprehensive warranty shall include preventive maintenance
including calibration as per technical/ service /operational manual of the manufacturer, service
charges and spares. During the warranty period commencing from date of the successful
completion of warranty period, Service personnel shall visit each consignee site as recommended in
the manufacturer's technical/ service /operational manual, at least once in six months. warranty
shall not be including the consumables. Further there will be 98% uptime warranty during warranty
period on 24 (hrs) X 7 (days) X 365 (days) basis, with penalty, to extend warranty period by double
the downtime period.
7. Service centres: Details of Service outlets in India to render services for equipment to be
furnished to buyer/consignees with complete address, telephone numbers, e mails etc at time of
making the supplies. It shall be the responsibility of seller to ensure that authorized service centres
are available to cater to the areas where supplies are made within reasonable distance from where
the service calls can be handled. Details of toll-free numbers for service call and online registration
of service requests also to be provided buyer/consignee at the time of supplies.
8. Source of supply: It shall be responsibility of seller to provide Documents regarding source of
equipments such as copy of Performa invoice or any other documents to establish that the products
supplied are manufactured by OEM indicated and sourced from them.
9. Packing and Marking: Medical equipments being very delicate and sensitive packing for the
goods should be strong and durable enough to withstand transit including transhipment (if any),
rough handling, open storage etc. without any damage, deterioration etc. .The size, weights and
volumes of the packing cases, remoteness of the final destination of the goods, availability or
otherwise of transport and handling facilities at all points during transit up to final destination,.
Quality of packing, the manner of marking within & outside the packages and provision of
accompanying documentation shall take into consideration the type of medical equipments being
supplied. The accessories shall be suitably labelled and packed. Each of the package shall be
marked on three sides with indelible paint of proper quality: indicating contract number and date,
brief description of goods including quantity, Packing list reference number, country of origin of

7 / 17
goods and any other relevant details.
10. Spare Parts: Seller shall provide materials, information etc. pertaining to spare parts
manufactured and supplied by the OEM. It shall be ensured that the required spares are available
for purchase at least for 10 years from date of supplies. In case due to any reasons the production
of the spare parts is discontinued sufficient advance notice should be given to the buyer/consignee
before such discontinuation to provide adequate time to purchase the required spare parts etc.
Further, OEM and their service centres/dealers shall carry sufficient inventories to assure ex-stock
supply of consumables and spares for the equipments so that the same are available. OEM or
reseller shall always accord most favoured client status to the buyer/consignee and shall give the
most competitive price for spares and consumables of its machines/equipments supplied.
11. Installation, Training, Manuals: Seller shall be responsible to carry out Installation &
commissioning, Supervision and Demonstration of the goods. They shall provide required jigs and
tools for assembly, minor civil works for the completion of the installation and Training of
Consignee's representatives for operating and maintaining the equipment and supplying required
number of operation & maintenance manual for the goods. In case the category parameters are
specifying any requirements regarding the installations, training and manuals the same shall also
be applicable.
12. Electrical safety checking: Sellers are required to make sure that they furnish the list of
equipments for carrying out routine and preventive maintenance to buyer/consignee .They should
make sure to periodically check the electrical safety aspects as per BIS Safety Standards or
equivalent .In case they do not have required equipment for such testing should ensure that the
equipments checked for electrical safety compliance through labs with facilities for such checking
during every preventive maintenance call.
13. Software: All software updates should be provided free of cost during warranty period.

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Generic

OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.

2. Generic

Bidders are advised to check applicable GST on their own before quoting. Buyer will not take any
responsibility in this regards. GST reimbursement will be as per actuals or as per applicable rates
(whichever is lower), subject to the maximum of quoted GST %.

3. Generic

Bidder shall submit the following documents along with their bid for Vendor Code Creation:

a. Copy of PAN Card.

b. Copy of GSTIN.

c. Copy of Cancelled Cheque.

d. Copy of EFT Mandate duly certified by Bank.

4. Generic

Data Sheet of the product(s) offered in the bid, are to be uploaded along with the bid documents. Buyers
can match and verify the Data Sheet with the product specifications offered. In case of any unexplained
mismatch of technical parameters, the bid is liable for rejection.

5. Generic

Manufacturer Authorization:Wherever Authorised Distributors/service providers are submitting the


bid, Authorisation Form /Certificate with OEM/Original Service Provider details such as name, designation,

8 / 17
address, e-mail Id and Phone No. required to be furnished along with the bid

6. Generic

OPTIONAL SITE VISIT:

1. The Bidder is advised to visit and examine the installation site and its surroundings and obtain for itself
on its own responsibility all information that may be necessary for preparing the Bid. The costs of visiting
the site shall be borne by the Bidder.

Yes

2. The Bidder representative shall be allowed entry upon consignee premises for such visits, only upon
the express conditions that the Bidder will release and indemnify the Buyer and Consignee against all
liabilities arising out of such visit including death or injury, loss or damage to property, and any other loss,
damage, costs, and expenses incurred as a result of such visit.

3. The Bidder shall not be entitled to hold any claim against Buyer for noncompliance due to lack of any
kind of pre-requisite information as it is the sole responsibility of the Bidder to obtain all the necessary
information with regard to site, surrounding, working conditions, weather etc. on its own before
submission of the bid.

7. Generic

1. The Seller shall not assign the Contract in whole or part without obtaining the prior written consent of
buyer.
2. The Seller shall not sub-contract the Contract in whole or part to any entity without obtaining the prior
written consent of buyer.
3. The Seller shall, notwithstanding the consent and assignment/sub-contract, remain jointly and severally
liable and responsible to buyer together with the assignee/ sub-contractor, for and in respect of the due
performance of the Contract and the Sellers obligations there under.

8. Generic

Without prejudice to Buyer’s right to price adjustment by way of discount or any other right or remedy
available to Buyer, Buyer may terminate the Contract or any part thereof by a written notice to the Seller,
if:
i) The Seller fails to comply with any material term of the Contract.
ii) The Seller informs Buyer of its inability to deliver the Material(s) or any part thereof within the
stipulated Delivery Period or such inability otherwise becomes apparent.
iii) The Seller fails to deliver the Material(s) or any part thereof within the stipulated Delivery Period
and/or to replace/rectify any rejected or defective Material(s) promptly.
iv) The Seller becomes bankrupt or goes into liquidation.
v) The Seller makes a general assignment for the benefit of creditors.
vi) A receiver is appointed for any substantial property owned by the Seller.
vii) The Seller has misrepresented to Buyer, acting on which misrepresentation Buyer has placed the
Purchase Order on the Seller.

9. Inspection

Nominated Inspection Agency: On behalf of the Buyer organization, any one of the following
Inspection Agency would be conducting inspection of stores before acceptance:
Pre-dispatch Inspection at Seller Premises (applicable only if pre-dispatch inspection clause has been
selected in ATC):

Not required

Post Receipt Inspection at consignee site before acceptance of stores:


By inspection team authorized by CMPDI

10. Forms of EMD and PBG

Bidders can also submit the EMD with Account Payee Demand Draft in favour of

9 / 17
Regional Institute, CMPDI
payable at
Bilaspur
.
Bidder has to upload scanned copy / proof of the DD along with bid and has to ensure delivery of hardcopy
to the Buyer within 5 days of Bid End date / Bid Opening date.

11. Forms of EMD and PBG

Bidders can also submit the EMD with Banker’s Cheque in favour of

Regional Institute, CMPDI


payable at
Bilaspur
.
Bidder has to upload scanned copy / proof of the BC along with bid and has to ensure delivery of hardcopy
to the Buyer within 5 days of Bid End date / Bid Opening date.

12. Forms of EMD and PBG

Bidders can also submit the EMD with Payment online through RTGS / internet banking in Beneficiary
name

Regional Institute 5, CMPDI, Bilaspur (C.G)


Account No.
10316091328
IFSC Code
SBIN0007258
Bank Name
State Bank of India
Branch address
SBI SECL Branch, SECL Complex, Seepat Road, Bilaspur (C.G)- 495006
.
Bidder to indicate bid number and name of bidding entity in the transaction details field at the time of on-
line transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer along with bid.

13. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Account Payee Demand Draft also
(besides PBG which is allowed as per GeM GTC). DD should be made in favour of

Regional Institute, CMPDI


payable at
Bilaspur
. After award of contract, Successful Bidder can upload scanned copy of the DD in place of PBG and has to
ensure delivery of hard copy to the original DD to the Buyer within 15 days of award of contract.

14. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Fixed Deposit Receipt also (besides
PBG which is allowed as per GeM GTC). FDR should be made out or pledged in the name of

Regional Institute 5, CMPDI, Bilaspur


A/C (Name of the Seller). The bank should certify on it that the deposit can be withdrawn only on the
demand or with the sanction of the pledgee. For release of Security Deposit, the FDR will be released in
favour of bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped
along with covering letter. Successful Bidder has to upload scanned copy of the FDR document in place of
PBG and has to ensure delivery of hard copy of Original FDR to the Buyer within 15 days of award of
contract.

15. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Payment online through RTGS /
internet banking also (besides PBG which is allowed as per GeM GTC). On-line payment shall be in
Beneficiary name

10 / 17
Regional Institute 5, CMPDI, Bilaspur (C.G)
Account No.
10316091328
IFSC Code
SBIN0007258
Bank Name
State Bank of India
Branch address
SBI SECL Branch, SECL Complex, Seepat Road, Bilaspur (C.G)- 495006
. Successful Bidder to indicate Contract number and name of Seller entity in the transaction details field at
the time of on-line transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer in
place of PBG within 15 days of award of contract.

16. Scope of Supply

Scope of supply (Bid price to include all cost components) : Supply Installation Testing and
Commissioning of Goods

17. Certificates

Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the
Bid document, ATC and Corrigendum if any.

18. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Experience Criteria and Documents for Experience Criteria to be submitted


with the offer:
Procurement shall be done only for proven product.
(i) Offered item shall be considered proven provided that the tendered/similar item of
the same/higher specification /rating/version manufactured by the manufacturer of t
he offered item have been supplied* during last five (05) years from date of tender o
pening against orders of CIL/ its subsidiaries / other PSUs/Government Departments/
Private organizations and their performance has been found satisfactory
*For consumables/Spares/Software: At least 20 % of required quantity of this tender.
*For Equipment: At least one number of the Equipment.
Bidders should upload copies of supply orders along with an undertaking, on the Lett
er Head of the Bidder, that the said supply order has been successfully executed and
performed satisfactorily for one year in support of their eligibility as stipulated above
.
(ii) Bidders are required to submit a Self-Certificate in the following format, along wit
h the Proof of payment against the Purchase Order(s)/ Rate Contract(s)/ Commissioni
ng Certificate(s) (in case of Equipment, P&M, etc. where installation & commissioning
is required)/Proof of Supply like invoice/challan/inspection report/performance report
issued by user.
"The items covered in the Purchase Order(s)/ Rate Contract(s) copies enclosed with o
ur offer have been fully executed and have performed satisfactorily as per the provis
ions of respective Purchase Order(s)/ Rate Contract(s) for minimum one year from th
e date of commissioning and all the complaints/ claim(s) lodged by the purchaser, if
any, have been attended to and no complaints/ claim(s) are pending."
In case, any specific Purchase Order(s) has/have not been fully executed and any co
mplaint/claim is pending, then details of such cases to be categorically mentioned wi

11 / 17
th the reasons thereof so that decision making is in clear perspective without any hid
den facts in the subject matter.
The authenticity of the self-certificate as well as other documents submitted/uploade
d by the bidder will solely be their responsibility and appropriate action will be taken
by CMPDIL if it is subsequently found to be misleading/false/forged.
Note: Similar Equipment shall be such Equipment, which fulfils the following:
(a) Performs almost identical operations as the quoted model.
(b) Should be equal to or higher than the tendered capacity.
(c) Uses sub-components, sub-systems and major assemblies of substantially similar
design & construction to the model quoted – only rating specifications may differ (Lo
wer or Higher)
(iii) Acceptance Criteria for similar Equipment:
In case, the bidder claims provenness of the quoted model based on similar equipme
nt, the similar equipment should have performed satisfactorily for a minimum period
of one year from the date of commissioning and the quoted model should have work
ed for a minimum period of six months from the date of commissioning within the wi
ndow period of 5 years.
In case the bidder claims provenness of the quoted model based on similar equipmen
t and the similar equipment has performed satisfactorily for a minimum period of one
year from the date of commissioning, but the quoted model has not worked for a min
imum period of six months, the offer may be accepted subject to the conditions ment
ioned under here under:
a. The quoted model should have been designed, manufactured and supplied to the
end-user but has not been commissioned or if commissioned, has not completed six
months of operation after the commissioning. Documentary evidence for past supply
of the quoted model is to be provided along with the offer.
or
The quoted model is an upgraded version of the existing model with improved and th
e latest drive line / system etc. and has not been manufactured and/or supplied earli
er. In such case, the basic model should remain the same. Documentary evidence of
past supply of the existing model whose upgraded version has been offered, is to be
provided along with the offer.
b. (i) The successful bidder will be allowed to supply the quantity (or quantity of the fi
rst lot) as indicated in Schedule of Requirement. (ii) The firm shall be required to furn
ish additional Performance Bank Guarantee of 100% of the total landed ‘value of equi
pment along with spares & consumables for warranty period for the quantity.
c. On satisfactory performance of all the equipment/first lot (if applicable) for one yea
r from the date of commissioning [to be certified by the Head of the User Deptt.], cle
arance shall be obtained from the order issuing authority for supply of the remaining
quantity, if any, as per Schedule of Requirement.
d. The additional 100% Performance Bank Guarantee shall be returned only after sati
sfactory performance of all the equipment/first (if applicable) lot for one year from th
e date of commissioning.
e. The original 10% PBG for the total contract value will be retained for entire contrac
t period.

12 / 17
Note:
In case of unsuccessful performance of the equipment/first lot (if applicable) supplied
by the firms who qualify as per above clauses, the following shall be applicable:
i) The 100% Additional Performance Bank Guarantee for the equipment/first lot (if ap
plicable) shall be encashed by CMPDI. Consequent upon the encashment of the 100%
Bank Guarantee due to non-achievement of stipulated minimum availability percenta
ge, the Supplier shall take back the equipment at no cost to the Purchaser and the co
ntract for the balance quantity shall be cancelled.
ii) The original 10% performance bank guarantee shall be returned to the supplier aft
er recovery of penalty for non-achievement of guaranteed availability in respect of e
quipment/first lot (if applicable).
iii) The performance of any individual equipment/first lot (if applicable) under this cla
use shall not be considered for provenness in future tenders of CIL & subsidiaries for
any capacity of this type of equipment.
iv) In case of equipment imported under Project Concessional Duty (PCD), the amoun
t of Customs Duty Concession i.e. the differential amount of Normal Customs Duty (N
CD) and PCD availed during import shall be recovered from the supplier with interest
for refund to the Customs Authorities. The supplier shall deposit such amount to the
purchaser on demand else the same shall be recovered from the Security Deposit Ba
nk Guarantee / Performance Bank Guarantee of the supplier.

Prior experience – prior turnover criteria for Startup, Micro and Small Enter
prises (MSEs) in Public Procurement:
(i) Prior experience and prior turn over criteria is not applicable for Startup & MSEs in
respect of either of the following situations and no further documents regarding prov
en-ness will be required to be submitted by this category of Bidders.
a. If Bidders have submitted documents to prove the Startup / MSE status for the ten
dered item without certificate towards quality, assurance and capability from some a
uthority like MSME, NSIC, etc., the Tender Inviting Authority, if required, may assess t
he techno-commercial capability of the venders to manufacture and deliver goods as
per the prescribed quality and technical specification before awarding contract to the
m. For this purpose, a ‘PROFORMA for Equipment and Quality Control’ (as per the for
mat at Annexure - I attached under ‘Buyer uploaded ATC document’) has been enclo
sed in the tender documents and such MSEs/ STARTUPS should submit the details of
plant & machinery, quality control arrangements, etc., in the above PROFORMA along
with their bids for verification of their technical capability.
If required, a techno-commercial team of the organization may visit the manufacturin
g unit of the vendor without any undue delay for quick finalization of the tenders.
b. If favorable technical capability reports obtained earlier on such firms for supply of
the item in question as per the required specification is available, these may be consi
dered, provided date of such reports is not more than one year from the date of open
ing of bids.
In case there is deficiency in technical capacity of the firm, the same shall be commu
nicated to them by the Tender Inviting Authority for improvement in the quality of th
eir product for future tenders, clearly indicating that their offer cannot be considered
for relaxation against the tender in question and to avoid any future complications. T
he issues relating to Technical capability may be decided by the Head of the Technic

13 / 17
al Department.
c. If Bidders have submitted documents to prove the startup / MSE status for the ten
dered item and whose products are ISI marked / DGMS approved / covered under DG
S&D Rate Contracts on them / current holding Rate Contracts with CIL or its Subsidiar
y for supply of the tendered item / supplied and proven in CIL or its Subsidiary Comp
anies / Proven product of the Ancillary unit of a Subsidiary Company of CIL, they will
be required to submit the applicable related documents, duly self-attested, for relaxa
tion: -
· Valid BIS Marking License for the quoted items on them.
OR
· Rate contract as issued by CIL / any other Subsidiary for the quoted items on them.
OR
· Valid DGMS Approval certificate for the quoted items on them.
OR
· Proven Ancillary certificate issued by Subsidiary Companies for the quoted items on
them.
The Document (s) / Certificate (s), by the Bidders for ISI marking and DGMS approval
for any relaxation should be valid as on date of tender opening and a copy of such do
cument / certificate valid as on date of supply, duly self- attested, must accompany t
heir bill(s).
(i) N.B.:
a. Definition and Eligibility of Startup shall be in line with OM vide letter no. F-20/2/20
14 PPD (pt.) Dtd. 25.07.2016 of Under Secretary to GOI, Ministry of Finance, Departm
ent of Expenditure, Procurement Policy Division, New Delhi, with subsequent amend
ments, if any.
b . Definition of MSEs shall be as per Public Procurement 2012, with subsequent ame
ndments, if any.

SECURITY-CUM-PERFORMANCE BANK GUARANTEE:


The successful Bidder shall furnish a Performance Guarantee, towards performance
of the supply order / contract, equivalent to 10% of the total value of the supply ord
er / contract as per the format at Annexure - IV attached under ‘Buyer uploaded ATC
document’. The value of the Order will be arrived at by adding all the taxes and duti
es applicable, such as CGST, SGST or IGST or UT-GST, etc., to the FOR Destination pr
ice of the material as applicable on the date of tender opening.

The BG shall be issued by a RBI Scheduled Bank in India on SFMS platform and shall
be irrevocable and unconditional. CMPDI shall have the powers to invoke it notwithst
anding any dispute or difference between contractors and CMPDI, pending before th
e court, tribunal, arbitrator or any other authority. The Issuing Bank have to send th
e BG details through SFMS platform to our bank, details of which are as follows:

14 / 17
Name of Bank: State Bank of India; Branch: SECL, Bilaspur; IFSC: SBIN0007258; A/c No: 10316091
328

Address: SBI SECL Branch, SECL Complex, Seepat Road, Bilaspur (C.G)- 495006
Such Bank Guarantee should remain valid till 3 months after completion of warranty period of all the e
quipment/ items covered in the contract. The release of the Performance Bank Guarantee(s) shall be s
ubject to satisfactory performance of the equipment/item during the warranty period and fulfilment of c
ontractual obligations failing which, action for further extension or encashment of PBG, as deemed suit
able shall be take. The Bank Guarantee will have to be extended, if required.
In case the bidder does not have after sales service support facilities in India and if an undertaking has bee
n submitted along with the offer that in the event of placement of order on them, they will establish the ab
ove facilities in India within the completion period of warranty of the equipment commissioned, then the s
uccessful Bidder shall furnish an additional Performance Guarantee equivalent to 30% of the total value of
the supply order / contract to remain valid for the entire Warranty period + 3 month for entering into AMC/
CAMC, if any + additional 3 months for claim period. This 30% PBG shall be released after establishment of
after sales service support facility in India, subject to confirmation of the same by the concerned Head of T
echnical Department. However, the supplier has to submit PBG of 10% of the total contract as stated abov
e. This 10% PBG will be released after satisfactory performance of all equipment/items and fulfilment of co
ntractual obligations including warranty obligations.

If Performance Guarantee is submitted in the form of ‘Bank Guarantee’ the original instrument thereof shal
l be retained by CMPDI after its relinquishment / absolution and returned only against specific request, afte
r completion of the claim period.

In cases where the supplier does not submit the PBG in time or as per the prescribed format in line with th
e contract stipulations, the PBG amount may deducted from the first bill or in case of insufficient amount, f
rom subsequent bill(s) of the supplier till the full PBG amount is deducted. This amount shall be refunded t
o the supplier upon acceptance of PBG submitted by them.

N.B.: In case of forfeiture of the Performance Bank Guarantee, GST will be accounted for as per applicable
provisions.

List of documents to be submitted by the bidder with their Offer:

1. MSE Certificate, if applicable.

2. OEM Authorization/Distributor Authorization/Self Manufacturer certificate.

3. Documents as per Proven-ness criteria

4. Proforma for Equipment and Quality Control, if applicable (Annexure - I attached under ‘Buyer uploaded
ATC document’)

5. Certification for Local Content - Make in India Compliance (Annexure - III attached under ‘Buyer uploade
d ATC document’)

6. Any other document as per bid document.


.

19. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

20. Service & Support

Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free
Telephone No. for Service Support.

21. Warranty

Warranty period of the supplied products shall be as given in specifications from the date of final

15 / 17
acceptance of goods or after completion of installation, commissioning & testing of goods (if included in
the scope of supply), at consignee location. OEM Warranty certificates must be submitted by Successful
Bidder at the time of delivery of Goods. The seller should guarantee the rectification of goods in case of
any break down during the guarantee period. Seller should have well established Installation,
Commissioning, Training, Troubleshooting and Maintenance Service group in INDIA for attending the after
sales service. Details of Service Centres near consignee destinations are to be uploaded along with the
bid.

22. Warranty

Over and above the normal Warranty terms as per GeM GTC, the successful bidder / OEM shall have to
provide Comprehensive Warranty during the entire Standard warranty period as per contract. : The
comprehensive warranty shall be covering the following scope

All repair and replacement costs and associated expenses


(Upload an undertaking with the bid confirming compliance by the bidder if Bidder is taking onus of this
compliance. In case OEM is taking onus of this compliance, OEM undertaking is to be uploaded along with
Bidder undertaking)

23. Warranty

Successful bidder will have to ensure that adequate number of dedicated technical service personals /
engineers are designated / deployed for attending to the Service Request in a time bound manner and for
ensuring Timely Servicing / rectification of defects during warranty period, as per Service level agreement
indicated in the relevant clause of the bid.

24. Warranty

Timely Servicing / rectification of defects during warranty period: After having been notified of the defects
/ service requirement during warranty period, Seller has to complete the required Service / Rectification
within 7 days time limit. If the Seller fails to complete service / rectification with defined time limit, a
penalty of 0.5% of Unit Price of the product shall be charged as penalty for each week of delay from the
seller. Seller can deposit the penalty with the Buyer directly else the Buyer shall have a right to recover all
such penalty amount from the Performance Security (PBG).Cumulative Penalty cannot exceed more than
10% of the total contract value after which the Buyer shall have the right to get the service / rectification
done from alternate sources at the risk and cost of the Seller besides forfeiture of PBG. Seller shall be
liable to re-imberse the cost of such service / rectification to the Buyer.

25. Generic

Actual delivery (and Installation & Commissioning (if covered in scope of supply)) is to be done at
following address

Chhattisgarh Institute of Medical Sciences


CIMS
Sadar Bazar Road
Bilaspur
CG-495001
.

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. If any clause(s) is / are incorporated by the Buyer regarding following, the bid and
resultant contracts shall be treated as null and void and such bids may be cancelled by GeM at any stage of
bidding process without any notice:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.

16 / 17
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process. (However, in bids for
attached categories, trials are allowed as per approved procurement policy of the buyer nodal Ministries)
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.

This Bid is also governed by the General Terms and Conditions/ यह बड सामा य शत के अंतगत भी शािसत है

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action

in accordance with the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।

---Thank You/ ध यवाद---

17 / 17

You might also like