/
AIIMS BBSRCTVS20 AIIMS BBSRCTVS20

AIIMS BBSRCTVS20 - PDF document

heavin
heavin . @heavin
Follow
342 views
Uploaded On 2022-08-26

AIIMS BBSRCTVS20 - PPT Presentation

Ref J 110740 2 1 21 4 7 DEPT OF SP AIIMS BHUBANESWAR E TENDER for Heart Lung Machine with Heater Cooler Unit For Bypass Surgery E T e n d e r N o 110740 2 1 A I IMS B BSR CTVS 2 ID: 942180

aiims bhubaneswar date tender bhubaneswar aiims tender date bid equipment ctvs bidder contract page bsr ims annexure nov 11074

Share:

Link:

Embed:

Download Presentation from below link

Download Pdf The PPT/PDF document "AIIMS BBSRCTVS20" is the property of its rightful owner. Permission is granted to download and print the materials on this web site for personal, non-commercial use only, and to display it on your personal computer provided you do not modify the materials and that you retain all copyright notices contained in the materials. By downloading content from our website, you accept the terms of this agreement.


Presentation Transcript

Ref : J - 11074(0 2 1 )/AIIMS BBSR/CTVS/20 - 21 / 4 7 DEPT OF S&P AIIMS BHUBANESWAR E - TENDER for Heart Lung Machine with Heater Cooler Unit For Bypass Surgery E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 020 - 21 /4 7 Date - 2 7 Nov 2020 Page 2 of 3 6 ALL IN D IA INS T I T U TE OF M EDI C AL S CIENCES Bhubaneswar, ( Odisha ) – 751 019 Web s i t e : www . a ii m sbhubaneswar.edu . i n E - T e n de r i n g P o r t a l : h t t p s : / / ww w . t e n d e r w i z a r d . c o m / A I IM S BBSR E - T E N D ER D O C U M E N T Name of the e - Te n de r: S u pply , I n s t a l l a ti o n & Co mmi ss i o nin g o f Heart Lung Machine with Heater Cooler Unit for Open Heart & Bypass Surgery for the Dept of CTVS at AI IMS , Bhubaneswar . Notice In v i t in g E - T e n der E - Ten d er N o . 110 74 /0 2 1 / A I IMS B BSR / C T VS DEPT / 20 20 - 2 1 /4 7 Date d 27 Nov 2020 1. The D i r e c t o r , AI I MS Bhubaneswar , i n vit e s E - B i d s i n Two B id S ys t em ( i.e. T e c hn i c a l a n d Fi n a n ci a l Bi d ) f r o m e l i g ib l e M a nuf a c t u re r s / F i r m s / C o mpa n i e s / A u t ho r i z e d A g e nt s / D i s t r ib u to r s / D e a le r s on l i ne th r ou g h E - p r o c u re m e n t so l u ti o n p o r t a l o f AII M S Bhubaneswar (ht t p s : / / w w w. t e n d e r w i z a rd . c o m / A II M S BBSR) on m u t u a l l y a g r e e d te r m s a n d c o n d i t i o ns a n d s a t i sf ac to r y p e r f o r man c e for the S u p pl y , I nsta l l a t i on & Co m m i s s i o n i ng of Heart Lung Machine with Heater Cooler Unit for Open Heart & Bypass Surgery for the Dept of CTVS at A I I MS B hubaneswar a s per the S p e c i f ic a t i o ns mentioned in Technical Bid . Validity of e - Tender is 180 days. 2. The B i d d e r i s required t o ex a m i ne a l l i n s t r u c ti o n s , te rms an d conditions, f orm s , an d s pecifications in the bidding document . The bid should be p r e c i s e , c o m p let e and i n t he prescri bed f or m at a s p e r t he r e qu i r e m e n t of t h e bid d o c um e n t . The bid s h o uld n ot b e c o n d iti o n a l . F a il u r e t o f u r n i sh a l l i n f o r m a ti on r e q u i red b y t h e b i d d i ng d o c u m e n t o r submission o f a b i d n ot r e s p o n s i v e t o t he b i d d i ng d o c u m e nts in every respect will be at the Bid der’s risk and may result in rejection of the bid. 3. The Procurement of goods and services under this tender will be regulated as per the applicable provisi

on of Public Procurement (Preference to Make in India), order 2017 and revised order dated 04 Jun 2020 of MoC&I (DIPP), Govt. of India and the condition of prior turnover and prior experience may be relaxed for startups (as defined by Department for Industrial Policy and promotion) subject to meeting of quality& Technical Specification. 4. Therefore, bidders who are claiming to be regulated under the said order are to submit documentary evidence in support of their claim. 5. The B idder shall b ea r a l l c os t s a s so c i a ted with t he p re p a r at i o n a nd sub m is s ion of its bid a nd AIIMS, Bhubaneswar will in no ca s e be h e ld r e sp o n s i b le or l ia b le for these c ost s , r eg a rdl e ss of the c on d u c t or outcome of the bidding p r o ce ss. E - T e n d e ri n g P o r t a l: h tt p s : / / w w w .te n d e r wi z a rd . co m / AI I MS B BSR F o r E - t e nderi n g Que r i es co n t a ct R epre s en t a t i ve of I T I L i m i ted (Bhubaneswar). E m a i l : t w h el pd es k 614 @ g mai l . c o m or twhelpdesk404@gmail.com , M o b: 07377708585 /011 - 49424365 . E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 020 - 21 /4 7 Date - 2 7 Nov 2020 Page 3 of 3 6 E - T END E R ING S C H E D UL E Name of the e - Te n de r: S u pply , I n s t a l l a ti o n & Co mmi ss i o nin g o f Heart Lung M achine with Heater Cooler Unit for Open Heart & Bypass Surgery for the Dept of CTVS at AIIMS, Bhubaneswar . D a t e o f a v a i l a b i l i t y o f E - T e nd e r d o c u m e n t in th e AI I M S BBSR E - Te n d e r i n g S ol u t io n p or t al : As p er e - T e nd e r i n g Por t a l o f AI I M S B h ubaneswar ww w . t en d e r w i z a r d . c om / AI I M S B BSR , ww w . ai i m s bhubanewar. nic. i n a n d C P P Po r t a l w w w . e pr o cu r e. g ov . i n f o r do w nl o a d i n g / p ar t i ci p a t i n g La s t D a t e o f d o w n lo a d i n g / p ar t i c i p a t i n g in th e E - T e nd e r i n g S o l u t io n f or th is E - Te n d er : As p er e - T e nd e r i n g Por t a l o f AI I M S BBSR htt p s : / / www . t e n d e r w i z a r d . c om / A II M S BBSR D a t e, Time & Pl a c e o f s u b m is s i on of i nd i c a t e d d e s i r e d H ar d C o p i es i n the S e a le d E n v e l o p e : As p er e - T e nd e r i n g Por t a l o f AI I M S, Bhubaneswar htt p s : / / www . t e n d e r w i z a r d . c om / A II M S BBSR in t h e T e nd er b ox k e p t i n th e O f f i c e o f th e S r. Procurement - cum Store Officer ,AI I M S, Bhubaneswar - 751019 (Odisha ) D a t e, Time & Pl a c e o f O p e n i n g o f Te c hn i c a

l B id : T h e Te c hn i c a l B id w il l open o n li n e as p er t h e s ch e d u l e g i v e n i n the htt p s : / / www . t e n d e r w i z a r d . c om / A II M S BBSR In case the Scheduled date is declared Holiday the tender shall be opened on next working day. T e nd er D o c u m e n t C o s t p ay a b le t o A II M S Bh ubaneswar : To b e downloaded from website hence no cost a pp li c a b l e. E - T e n d e r i n g So l ut i o n p r o c e s s i n g f e e f o r p r o v i d i n g o n l i n e p a r t i c i p a t i on s upp o r t & n ecessary D SC C e r t i f i c a t e s t o V e nd or f or p ar t i c i p a t e in O n l i n e E - T e n d e r p r o c e s s : A s a pp l i c a b l e a n d d i s p l a ye d on h ttp s : / / www . t en d e rw i z ar d .c om / A II M S BBSR a n d p ay a b l e t o www .t en d e r w i z a r d .c om d i r e ct l y by th e p r o s p e ct i ve T e nd e r e r. EMD : EMD ₹ 2,0 0 ,000 / - i n th e fo r m o f F D R / B G f r om th e n a t i o n ali z e d /Commercial b a n k v a l i d f or 06 m on t h s endorsed i n f a v ou r of A II M S B h ubaneswar. EMD in the form of DD (Demand Draft) is not acceptable. S c hedule of Tender Issue / Publishing Date : Dt. 2 7 Nov 2020 Pre - Bid Conference : Dt. 1 6 Dec 2020 at 03:00 PM Last date and time of submission of e - tender : Dt. 24 Dec 2020 at 11:00 AM Date & time of opening of e - Tender : Dt. 24 Dec 2020 at 12. 3 0 PM Amount of Earnest Money Deposi t (EMD) : ₹ 2 ,0 0 ,000 / - (Rupees One Lakh only) Venue : All India Institute of Medical Sciences Bhubaneswar – 751019 E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 020 - 21 /4 7 Date - 2 7 Nov 2020 Page 4 of 3 6 Ea r n e s t Mo n e y D e p o sit (B i d S ecur i t y): I t em N o. D e s c r i p t i on Qty. EMD (Rs.) 1. Heart Lung Machine with Heater Cooler Unit for Open Heart & Bypass S urgery 0 1 No ₹ 2 ,00, 000.00 1. Tenderer need to deposit the EMD a mount as per above mentioned Item in the Form of FDR/Bank Guarantee in favour of “ AIIMS Bhubaneswar ” and its legible scanned copy must be uploaded in the E - Tendering Solu tion and Hard copy of EMD in sealed envelope should be submitted on or before the Date of Submission of Bid in the Tender Box kept in the Office of Sr. Procurement - cum Store Officer, Academic Block , AIIMS Bhubaneswar - 751 019. AIIMS Bh ubaneswar will not pay any interest on any EMD Amount to bidder. The FDR or BG submitted as EMD are subject to verification from the issuing bank before its acceptance. If at any time the sai

d instrument is found to be fake or not as a valid banking instru ment, the said bidder submitting such instrument shall be black listed and shall be debarred from participating in future tenders of the Institute. 2. The EMD of the successful bidder s shall be returned after the successful completion of contract and in c ase of unsuccessful bidders the same would be returned after award of the contract. AIIMS, Bhubaneswar shall not pay any interest on EMD to any bidders. 3. E x e m p t io n : F ir ms r e g i s t e re d w i th NS I C ( f or s a l e of Medical Equipment/Instrument Apparatus ) a r e exe m pt e d f ro m s u bm i s s i o n of E M D ( s u b j e c t t o t h e f i nan c ia l limit s i n dicat e d i n th e N S I C c e rt i ficat e ) . G o v t. of I nd ia / S ta te G o v e r n men t d e par t men t s / U nd e rt a ki n g s a re a l s o e x emp t e d fr om E M D . H o w e ve r, t h e r e s pec ti v e fir m / d e pa r tme nts h a v e t o s ub m i t the r e l e van t c e rt i fica te (N S I C e t c .) and financial limit to avail this exemption. 4. Further, to enjoy the benefits as per Public Procurement Policy of MSEs Order, 2012, the firms/ units registered as MSME vendor, declaration of UAM (Udyog Aadhar Memorandum) number by t he vendor on CPPP is mandatory. 5. The condition of prior turnover and prior experience may be relaxed for startups (as defined by Department for Industrial Policy and promotion) subject to meeting of quality& Technical Specification . Therefore, bidders who are claiming to be regulated under the said order are to submit documentary evidence in support of their claim. CLARIFICATION OF BIDDING DOCUMENTS 1 . The Tender Inviting Authority shall not be responsible for individually informing the prospective bi dders for any notices published related to this bid. Bidders are requested to browse e - Tender portal or website of the Tender Inviting Authority for information/general notices/amendments to bid document etc. on a day to day basis till the bid is concluded before submission of bid. 2 . A prospective bidder requiring any clarification of the bidding documents shall contact the purchaser in writing at the purchaser’s e - mail address i.e. stokee_tapan@a iimsbhubaneswar.edu.in , aso.jkbiswal@aiimsbhubaneswar.edu.in & spo@aiimsbhubaneswar.edu.in . The purchaser will respond in writing (through e - mail) to any request for clarification, provided that such request is received not later than 10 (ten) days prior to the deadline for submission of bids. 3 . All the prospective bidder s shall attend the Pre - Bid Conference at Board Room, Academic Block, All the prospective bidders shall attend the Pre - Bid Conference at Board Room, Academic Block, AIIMS, Bhubaneswar on 16 Dec 2020 at 3.00PM . Changes, if any, may be incor

porated in the bidding document after the Pre - Bid Conference and will be uploaded on our offic ial website as “Corrigendum”. Therefore, bidders are requested to submit their bids accordingly with changes if any after PBC. No press advertisement will be made for corrigendum. Due to ensuing lockdown situation throughout the country following corona pa ndemic, local representation of the prospective bidders may be participating in PBC. Those who are not able to attend the PBC may submit their queries/doubts/representation/clarification by e - mail to above mentioned e - mail ids, which will be taken care of by the tender committee in consultation with user department E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 020 - 21 /4 7 Date - 2 7 Nov 2020 Page 5 of 3 6 A M E ND M E N TS IN BI D D I N G DO C U M E N TS 1. At any time prior to the dead line for submission of Bid, the Tender Inviting Authority may, for any reason, modify the bid document by amendment and publish it in e - tender portal, tender wizard and AIIMS, BBSR website. 2. A t any time till 7 (seven) d ay s before the deadline for submission of bids , the AIIMS Bhubaneswar may , for any reason , whether at own i n itia t i v e or in response to a clarification requested by a prospective Bidder , modify t h e bidding document through a m e n d m e n t. A ll amendments w ill be uploaded o n the website regularly . AIIMS, BBSR sh all n o t b e responsible to notify the a m e n d m e n ts/ Corrigendum to i n d i v i d u al b i d d e r s . A ll a m e n d m e n ts b y t h e AII MS, BBSR till 7 (seven) d a y s b e f or e t h e d e a d li n e f o r su b m i s s i o n o f b i d s , sh all b e b i n d i n g o n t h e p a r tici p at or y b i d d e r s . S r. Procurement - cum Store Officer AI I MS B hubaneswar E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 6 of 3 6 T er ms of T w o B id S y s t e m: T h e e - t ender online s h a ll b e su b m itt ed in 2 (T w o ) pa r t s : 1. Te c h n ic al B i d : Online Submission of all r eq ui r e d d oc um e n t s . 2. F i n an c i al Bid : Financial bid shall be submitted online. T h e F i n an c i a l Bid o f b i d d e r s , w ho qualify at Te c h n i c al Bid Evaluation , w i ll b e o pened t he r eafte r. 3. Manual S ubmission of Following Document in original : The following documents are to be sent to Sr. Procurement - cum Store Officer, AIIMS, Bhubaneswar - 751019, separately in a sealed envelope superscripted as: “ e - Tender for S upply, Installation & Commissioning of “ H

eart Lung Ma chine with Heater Cooler Unit for Open Heart & Bypass Surgery ” at AIIMS, B hubaneswar. The sealed envelope should reach on or before the last date & time of submission of e - Tender online: - (a) EMD (b) Undertaking for acceptance of all Terms & Condition s as per Annexure - I. (c) Notarised affidavit on Indian Non - judicial stamp paper of ₹ .10/ - as per Annexure - II (d) Details of Make & Model of Equipment & Country of Origin without mentioning price. (e) Technical Literature/ Catalogues & documents that a re technically relevant and supportive to the bid. (f) Manufacturers Authorisation certificate in case of authorised distributor of OEM as per Annexure - III . (g) The statement of deviation (Parameter wise) from the tender technical Bid Specification - ( Annexure - IV) E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 7 of 3 6 Technical Bid (Specification) : Name of the e - Te n de r : S u pply , I n s t a l l a ti o n & Co mmi ss i o nin g o f Heart Lung Machine with Heater Cooler Unit for Open Heart & Bypass Surgery for the Dept of CTVS at AIIMS, Bhubaneswar. 1 Description of fun ction 1.1 Heart Lung Machine is an apparatus, through which blood is temporarily diverted, during heart surgery, to oxygenate it and pump it throughout the body, thus maintaining circulation until the heart and lungs are able to return to normal functioni ng. 2 Operational requirements 2.1 Basic equipment will consist of the following unit 1. 5 Pump Console. 2. Temperature Control Module (Hypo - Hyper thermia unit) HEMOTHERM UNIT 3. Monitors: A. Pressure monitor – arterial and cardioplegia with transducers B. Time – at least three timers C. Temperature Monitor with at least two probes D. Cardioplegia pump should have display of total volume of each infusion along with delivery time. 4. Blender: a) Air - Oxygen Blender with hoses and Flow meter 5. Safety Devices: a) Level Sensor b) Ultraso nic air sensor (optional) 2.2 Accessories will include: 1. Stainless steel line clamps - 10 nos 2. Stainless steel intra cardiac suckers - 4 adult & 4 Pediatric 3 Technical Specification 3.1 1 - Pump Console 3.2 1.The unit should have 5 pump consoles compactl y arranged with separate power supply and control modules. Should have easy access connectors for interchanging the pump. 2. Each individual roller pump should be capable of running independently at available voltage. 3. Should have a spill proof base. 4.The unit should be supplied with a Battery backup for at least two pumps, all safety systems and accessories for a minimum of 60 minutes. Switch over from main power to battery

backup should be automatic and immediate. The battery unit should be built in to the pump base and it should be recharged automatically when the system is operating with main power supply. 5. Individual pump heads should have Harvey Roller pumps with facility for tubing to be used adjustable from ¼” to 5/8” through 3/8” and ½” by easily changeable mechanism. 6. Individual pump heads should have display in digital – The total infusion volume in litres and delivery time, the flow rates in LPM and in RPM 7.Each Pump should have easy mechanism for occlusion setting for different t hickness of tubes available in the market, 1/32” to 3/32”. 8. Should have hand crank facility as a critical safety feature hand crank loading should be from top for faster access. 9. The Console should have a compact base mount for the entire pump head s together, with pole and handles. 10. Should have variable, changeable tubing holders in each pump head:1/4”, 3/8”, ½” and 5/8” 11. Should have removable oxygenator holder. 12. Roller pump should have a self - diagnostic circuit with provision to detect a nd display critical alarm conditions. Optional Pulsatile module which can be mounted on any of the blood pump. 13. Should have a monitor mount with adjustable monitoring arm 3.3 TEMPERATURE CONTROL MODULE: 1. Temperature Control and Monitor system wit h Cardioplegia Supply 2. Simultaneous delivery of water for arterial and cardioplegia heat exchangers and to thermal blankets to be available from suitable ports. 3 . To work with power supply of 220± 20 V 50 Hz. 4 . Pressure regulated blanket ports ma intaining the temperature of the arterial port. 5 . Temperature display range of 0 - 50 ° Celsius 6 . Microprocessor based unit to control, cool, rewarm and maintain temperature. E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 8 of 3 6 7 . Water outlet temperature of heat exchanger and blanket range 0 - 40° C. 8 . Maximum flow performance of oxygenator heat exchanger supply port 15 – 22 LPM for fast cooling; 480mmHg maximum pressure; Blanket 1.5 to 2.5 LPM at zero head. 9 . Built in ice Maker to provide 50 lbs of ice in about 8 hours from 25º C water. 10 . Sho uld be capable of providing ice water for cardioplegia independently with variable cooling rate 1 1 . Rewarming facility with venous difference mode settable at 6 to 10 ° C gradients to hold the water bath temperature at higher than the venous blood temper ature. 1 2 . Temperature probe module for the operating ranges of 0 - 40° C. 1 3 . Temperature probes to fit in standard oxygenators (bubble / membrane) 1 4 .Optional remote control unit should be capable of taking 3 Temp. Probes and display temperature in digital readouts. Alarm limits setting for at least three probes

at crucial sites. 3. 4 Monitors: 1) PRESSURE MONITOR: Facility to monitor one arterial line pressure and one cardioplegia line pressures(total 2);along with necessary pressure transducers, cardioplegia line pressures (total 2); along with necessary pressure transducers, cables six (2 x 3 = 6) and domes reusable, with accurate digital display and alarm facilities audio and visual. delivery. With stop, reset and start function. TEMPERATURE: 4 temperature displays for patient monitoring and for cardioplegia monitoring with digital display in Celsius should be available 3. 5 Air - Oxygen Blender: To work at 50 - 60 PSI for membrane oxygenator with water trap attached with necessary hoses and c onnections of minimum of 5 meters length. 3. 6 Safety Devices: Safety monitor should have optional capability for computer interface to retrieve perfusion data ULTRASONIC AIR SENSOR: Ultra sonic air sensor to detect bubbles to work equally well with crys talloid and blood; should be possible to fit anywhere in the circuit easily. LEVEL SENSOR SYSTEM: Ultrasonic transducers to work well with crystalloid and blood with adhesive pads, with alarm settings. 4 Accessories: 1 .STAINLESS STEEL LINE CLAMPS for cardio pulmonary bypass 12 Nos. 2.should be capable of taking 3 Temp. Probes and display temperature in digital readouts. Alarm limits setting for at least three probes at crucial sites. 3 .Instrument Tray with Mounting Arm 4.Two Thermal Blanket. 5 System Configuration Accessories, spares and consumables 5 .1 Machine cover 5 .2 System should be provided with appropriate furniture like adjustable revolving chair for the perfusionist to operate the system. The system should contain all the above acc essories in Integrated or as separate accessories. 6 Power supply Suitable online UPS of with voltage regulation and spike protection for 60 minutes back up 7 Standards, safety and training Should have European CE with 4 digit notifying body no/USFDA Approved; certificate to be provided. Sl. No. BOQ QTY 1 Heart Lung machine as specified 1 No 2 Stainless steel line clamps 1 2 Nos 3 Stainless steel intra cardiac suckers (adult & Pead) 4 Nos Each 4 Thermal Blanket. 2 Nos 5 Heater cooler unit 01 nos Note : - Demonstration of equipment is mandatory for those bidders who qualify in both technical Bid (Eligibility criteria) and technical bid(Specification) part . E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 9 of 3 6 (i) Technical Bid (Eligibility Criteria) : The Scanned copies of the following Mandatory doc uments to be uploaded on e - Tendering Portal in the following format : Sl no. Details / Particulars Uploaded (Yes/No) Page No A (To be Mentioned in the Letter head of the Fir

m). 1. Name & Address of Bidder with phone number, email - id. 2. Specify whether a Prop rietorship / Partnership firm/ Company 3. Name of Proprietor /Partner/Managing Director/Director. B Name, address & designation of the authorized person for signing the bid documents. (Authorization should be made in Letter head of the Organisation) C Name, Address, Phone & Fax No. of Service Centre at Bhubaneswar or nearby, if any. D PAN No. (enclose the attested copy of PAN Card) E GST Registration Certificate showing clearly GST no. of the firm F Income Tax return for the last Three years (2 017 - 18,2018 - 19 ,2019 - 20 ) . Note: the condition of prior turnover and prior experience may be relaxed for startups (as defined by Department for Industrial Policy and promotion) subject to meeting of quality& Technical Specification. Therefore, bidders who ar e claiming to be regulated under the said order are to submit documentary evidence in support of their claim.) G Annual Turn Over for last Three Financial Years {( 2017 - 18,2018 - 19,2019 - 20 )} (Duly signed by Chartered Accountant) (Note: the condition of pri or turnover and prior experience may be relaxed for startups (as defined by Department for Industrial Policy and promotion) subject to meeting of quality& Technical Specification. Therefore bidders who are claiming to be regulated under the said order are to submit documentary evidence in support of their claim.) H Details of the Earnest Money Deposit (EMD) ₹ . 2,0 0,000/ - (Rupees Two Lakh only). EMD will be accepted in the form of FDR or BG (Bank Guarantee). { DD (Demand Draft) will not be accepted } . I F irms registered with NSIC (for the sale of Medical Equipment/ Instrument/Apparatus ) are exempted from submission of EMD (subject to the financial limits indicated in the NSIC certificate). J Whether the firm is a Registered firm under MSEs, SSI or NSIC (attach copy of certificate). MSME registered bidders are to mention UAM (Udyog Aadhar Memorandum) number issued by MSME. Whether declaration of UAM number by the bidder on CPPP has been made or not. K Undertaking for acceptance of all Terms & Co nditions in original (Annexure - I ). L Notarised affidavit as per Annexure – II on Indian Non Judicial Stamp Paper of ₹ .10/ - that (i) no police case is pending against the Proprietor / Partner/ Director of the Firm/Company (Agency). E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 10 of 3 6 (Indicate any convictions if any against the Company/firm/partner.) (ii) proprietor/firm has never blacklisted by any organization. (ii) we have not quoted the price higher than previously supplied to any Government Institute / Organisation / reputed Private Organisation or

DGS&D rate in recent past. (If you don’t fulfil these criteria, your tender will be out rightly rejected.) M Manufacturers’ Authorisation form as per Annexure – III ( Undertaking by manufacturer of equipment for servicing the equipment & supply of spare parts & l abour whenever required for a period of 10 (Ten) years i.e., 5 year warranty & 5 year CMC period. N Whether the items quoted is as per specification, if not, The statement of deviation (Parameter wise) from the tender technical specification must be en closed. - ( Annexure - IV ) O Have you previously supplied these items to any government / reputed private organization? If yes, list of Major Customers may be given on a separate sheet and proof of previous satisfactory supply, if any (Annexure - V) P The Procurement of goods and services under this tender will be regulated as per the applicable provision of Public Procurement (Preference to Make in India), order 2017 and revised order dated 04 Jun 2020 of MoC&I (DIPP), Govt. of India, therefore bidd ers who are claiming to be regulated under the said order are to submit documentary evidence in support of their claim. Q Providing CMC for 5 years after 5 years Warranty must be enclosed. - (Annexure - VI ) R The makes/brands of the equipment with spe cification, whether indigenous or imported with name of manufacturer & address must be enclosed. S Details of Consumables / Accessories/Spare Parts must be enclosed - (Annexure - VII - I X ) T Manual Submission of Documents U Bank Details : 1. Benefic iary Name : 2. Bank Name : 3. Account No : 4. IFSC Code : 5. Branch Address : V Any other information, if necessary E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 11 of 3 6 FI N A NC I A L B I D 1. The Ra t es are to be quoted in t he g i v en fo r mat as per “ Annexure - “VI” . 2. All q u o t ed r a t es s h o u ld b e i n c l us i v e o f pa c k i n g & f o r w a r di n g c har g es, i ns u r an c e c har g es & freight ( transportation) c harges, 05 (Five) Years Onsite Warranty inclusive of all spares & labour charges and percentage of GST. 3. T h e r a t es s h o u l d b e q u ot ed in Indian Rupees in f i g u r e as w e ll as in wo r ds o n l y . 4. If a firm quotes NIL charges / consideration, the bid shall be treated as unresponsive and will not be considered. 5 . T h e f i r m s ha l l q u ot e f o r C M C ( C o m p r e he n s i v e Maintenance Contract) c har g es for t he next 5 y ea r s after e x p i r y of t he O nsite W a rr a n t y pe r iod o f 5 y e a r s in t he “ An n e x ur e - VI ” f o r each E q u i p m e n t ( o n w h ic h

the W a r r a n t y / G u a r a n t e e is a pp l i c a b l e). 6. After due evaluation of the bids, Institute will award the contract to the responsive Bidder who has quoted the Lowest Price for the equipment including GST & CMC charges for 5 years after expiry of 5 years Onsite Warranty/ Guarantee period . 7. Cost of Consumables/Accessories/Spare Parts will not be considered while arriving lowest bidder (L1 ). However , List of Consumables/Accessor ies/Spare Parts along with Price is to be mentioned in the Annexure - I X (Part - III) for future recurring/Non - recurring requireme nts and price of Consumables/Accessories/Spare Parts shall be freezed for entire warranty period (For 05 Years). Sr. Procur ement - cum Store O ffi c er AI I MS B hubaneswar E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 12 of 3 6 G E N E R AL T ER M S A N D C O ND I T IO N S : A. T h e v al i d i t y o f t he Bid T ender D o c u m e n t s ha l l b e for 180 days from the date of opening of the bid. B. Te n d e r s s ho u ld be quoted o n l y b y t he origin a l m a n u fa c t u r er (OEM) o r t h eir autho r ized di str i b u t or o r s e l li n g agent of a p a r t i cu l a r f i r m, who s h all su b m i t a curr e n t a u t h o r i t y le tt er in su p p or t o f t h e same from the original manufacturer c o n c e r ned in t he format g i v en at “ A n n e xu r e - III ” . Bi d de r s a r e r equ i r ed t o q u o t e s t r i c t ly a s per s pe c i f i c a t i o n o f t he eq u ip m e n t/Apparatus . D e v i a t ion if any t o s pe c i f ic a t i o n m us t b e b r o u g h t o u t c l ea r l y g i v i n g d e v i a t ion statement in An n ex u re - IV . Addi t ional featu r es if any should b e li s t e d separately in t he o f f e r . C. T h e model o f t he item o f f e r ed should be brand new and should not be o b s o l e t e , o u t of p r o d u c t i o n f o r at least 10 years from the date of installation and commissioning of the Equipment . D. T h e E q u i p me n t / Accessories / Apparatu s s u p pl i ed t o t he b u y e r u n d e r t hi s c o n tr a c t s h all b e o f t he be s t q u al i t y and wor k ma n s h i p and s ha l l b e s t r i c t ly in a ccor da n c e w i t h t he s pe c i f i c a t i o ns and pa r t i c u l a r s c o ntained/ menti o ned in t he c la us es he r e o f . T h e p u r ch a s e r w ill b e ent i t led t o r eje c t t he s a id E q u i p me n t / Accessories / Apparatu s / a r t i c l es o r such p ortion t h e r e o f as may be discovered not t

o c o n fo r m t o t he s aid de s c r ip t i o n a n d q u ality . E. The Bid d e r s h o u ld s t a t e c a t e g or i c a l ly w h e t h e r t h e y have fully t r a i ned t e c h n i c al s t a f f for installation / c o m m i ss io n i n g o f t h e Equipment and ef f i c ie n t a f t e r s ales s e r v i c es. F . Q u a li f i ed Bi d d e r s a r e r e q u i r e d to a r r a n g e a demonstration of the equ i p m e n t , if required by evaluation committee. F a i l u r e t o a rr a n g e for a d e m o n s t r a t i o n o n t he g i v en date may lead t o c an c e l l a t i o n o f t he b id . C o s t o f or g a n izi n g suc h de m o n s t r a t i o n s ha l l be b o r ne by t he b i dde r . G. 60 M o n t h s O n s i t e Warranty i nc lu d i n g Spare Parts & La b o ur e t c . and CM C f o r 5 Y e ars : I. The Bid d e r will submit a written Warranty /G u a r a n t e e f r o m t he ma n u fa c t u r e r f o r 60 ( Sixty) m o n t hs Onsite Warranty i n c l ud i n g Sp are Parts & Labour e tc for tr o u b l e f re e f u n c t i o n i n g and ma i n t e na n c e o f t he fa c il i t y from the da t e o f installation & commissioning absolutely at no extra cost to the institute . It should ensure t hat t he eq u i p me n t b ei n g offered is t he latest model as per t he s pe c i f i c a t i o n s and the s p a r es f o r t he equ i p m e n t w ill b e a v a i la b le for a pe r i o d o f a t lea s t 5 y ea r s after t he w a r r a n t y / g u a r a n t e e pe r iod of Five Years. T he f i r m shall quote for C M C c h a rg es f o r t he next 5 y ea r s after e x piry of t he comprehensive w a r r a n t y p e r i o d o f 5 y e a r s in t he “ A nne x u r e - VI ” f o r each Eq u ip m e nt. The supplier will guarantee O ne v i s i t of technical support staff e v e r y t h r ee m o n t hs ( 4 v i s i t s in a y e a r ) for p e r iodic / p r e v e n t i v e main t e n an c e a nd a n y t ime f o r at t end i n g re pa irs / b r e a k d o w n c a l l s . II. T h e manufacturer s h o u ld al s o give warranty / g u a r a n t ee t hat will keep the institute i n fo r med of any u p - date of t he equ i p m ent over a period of next 10 years from the date of Installation & Commissioning of the equipment and u n d e r t a k e t o p ro v i d e t he s a m e t o t he institute at no e xt r a cost . E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 13 of 3 6 III T h e

su p p l i er f ur t h e r w arrants t hat t he items / S t o r es su p pl i ed u n d e r t he co n t r a c t s ha l l have no de f ect a r i s i n g fr o m de si g n, ma t e r ials (except w hen t he de s ign adop t ed and / o r t he mate r ial u s e d a r e a s per t he AIIMS, Bhubaneswar specifications ) o r w o r k m a n s h i p o r f ro m any a c t o r o m is si o n o f t he supplier t hat may develop u n d e r n o r m al us e of t he supplied Equipment u n d e r t he c o n d itions p r e v ail i ng in India. IV Re p la c em e nt and r epa i r w ill b e u n d e r t a k en f o r t he d efe c t i v e Equipment at no extra cost . Pr o p er ma r k i n g has t o b e ma d e for all s pa r es for i d e n t i f i c a t i o n . V. List of Consumables/Accessories/Spare Parts along with its Price is to be mentioned in the Annexure - VII - I X for future recurring/Non - recurring requi rements. Price of Consumables/Accessories/Spare Parts shall be freezed for entire warranty period ( For 05 Years). VI. C o n d i t i o n al w a r r a n t y like m is h an d li n g , manufacturing de f e c t s etc . is not a c c e p t a b l e . H. T h e f i r m w i l l b e r eq ui r ed t o g u a r a n t ee t hat t he e q u i p me n t including the a cc es s o r i es w i l l b e ma i ntained in goo d working c o n d i t i o n f o r a pe r i o d o f 347 days o u t o f a pe r iod o f 365 d a y s ( i.e. 95% u pti m e on yearly basis throughout the w a rr a n t y pe r i o d as well as during the s e r v i c e contract period ) . I f t he m achine is o u t o f or d e r for m o r e t h a n 5 hou r s d u r i n g any day, it s h a ll be c o n s i d e r ed as o ne day down t i m e . T h e es s e n t i al pe r i o d t o s h u t down t he i nst al l a t i o n enti r e l y o r p a r t i a l l y s hould al s o b e i nc l u d ed in t he d o w n t i m e if it e x c e e ds 2 days w h i l e c al cu l a t i n g t he 95% g u a r a n t e e d u p t i m e . Up o n r ec e i p t o f n o t i c e from the buyer, t he s u pp l i e r s ha l l, w it h in 48 hou r s o n a 24 X 7 X 365 b as is r es p o nd t o t a k e a ct i o n t o r epair o r r e p la c e t he de f ec t i v e E q u i p m e n t / Accessories o r p a r t s t h e r e o f, f r ee o f c o s t , at t he u l t i m a t e de s t i n a t i o n. T h e su p pl i e r s h all t a k e ov er t he r e p la c ed p a r t s / accessories / s t o r es a f t e r p rov id i n g t heir r ep l a c e me n t s and no c lai m , whatsoever shall lie o n t he p u r c ha s e r for suc h

r epla c ed p a r t s / accessories / s t o r es thereafter . T h e p e n a l t y c l au s e for non - r e pla c ement will b e ap p li c a b le as per t ender c o n d i t i o n s . I. I f t he su pp l i e r , having be e n no t i f ied, fa i ls t o r e sp o nd t o t a k e a c t i o n t o r ep l a c e t h e de f e c t ( s ) w i t h i n 48 hou r s o n a 24 X 7 X 365 b as i s , t he p u r c ha s e r may p r o c e ed to t a k e su c h r e m e d ial a c t i o n (s ) as deemed f i t by the purchaser , a t the risk and e x pen s e o f the supplier and without prejudice t o other c o n t r a c tu al r igh t s and r e me d ie s , w h ic h the p u r c h a s e r m a y have a g a i ns t t he s u p p li e r . T h e f i r m w ill b e r e q u i r ed t o p a y a p e n a l t y o f Rs. 5 00 / - (Rupees Five H u n d r e d only) per day f o r per unit in c a s e t he number o f days of down t i m e in each period o f 365 days is mo r e than the downtime p e r m is s i b l e w h i c h is t o b e c al cu l a t e d as de f i n ed a b o v e and the delay for n o t bringing t he eq u ip m e nt in f u n ct i o n i n g or d e r is in any w ay di r ectl y , e v en p a rt ia l l y , a t tr i b u t a b l e t o t he supplier. J. The Supplier along with its Indian Agent and the CMC provider shall ensure continued supply of the spare parts for the machines and equipment supplied by th em to the purchaser for 10 years from the date of installation and handing over. The vendor should move CMC proposal before expiring of warranty period. If the vendor fails to execute the CMC agreement, will have to face penal action/penalty as may be dec ided by the competent authority. E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 14 of 3 6 K. F a l l C l au s e: I f at any t i me d u r i n g t he e x ec u t i o n o f t he c o n tr a ct , t he M a n u fa c t u r e / D i s t r i b u t o r / D ea l e r r e d uc es t he s a l e p r i c e o r s ells o r o f f e r s t o s e l l suc h equipment , as a r e c o v e r e d u n d e r t he c o n t r a c t , t o any p e r s o n / o r g an i z a t i o n i nc l u d i n g t he p u r c h a s er o r any d ep a r t m e n t o f Cen t r al G o v e r n m e n t o r any de p a r t m e n t o f AII M S B h ubaneswar / P S Us at a p r i c e l o w e r t han t he p r i c e c h a r g ea b le u n d e r t he c o n t r a c t d u r i ng t he C u rr e n t F i na nc i al Ye a r , he

s h all f o r t h w i t h no t i f y AIIMS, Bhubaneswar . T he n e c e ssa r y di f f e r e n c e a mo un t a b o u t such reduction or sale or o f f e r o f sale to the p u r c h a s er and t he p r i c e p a y a b le u n der t he contract f o r the s t o r es su pp l i ed a ft er t he da t e o f c o m i ng i n t o fo r c e o f suc h r e d uct i o n o r s a l e o r o f f e r of s ale s h all s t a n d co r r e sp o nd i n g ly r e d uc ed a nd dep o s i t ed t o AI I M S B hubaneswar b y t h e Bi d d e r o r A I I M S B h ubaneswar w i ll ded uc t f r o m t h e pe n di n g b il l s / P e r f o r ma n c e S ec u r ity D e p o s i t t o r e c ov e r t he loss t o t he G o v e r n m e n t. L. D EL I VE R Y O F T H E EQUIPMENT/ ACCESSOR I ES / APPARATUS : I. T h e D eli v e r y o f E q u i p me n t / Accessories / Apparatu s should b e ma d e in good c o n d i t ion at the Central Stores , AIIMS, Bhubaneswar campus or place indicated in the Supply Ord er b y the bidder at t h e ir o w n c o s t . A I I M S B h ubaneswar is not liable f o r p a y me n t s o n a c c o un t o f Packing & Forwarding charges, F r e i g h t , Insurance and other incidental charges. II. T h e fi r m w i ll b e b o u nd t o Su pp l y, Install & Commission t he Equipment wit hin 9 0 (Ninety) days from the date of PO/SO . T h e r e a f te r su i t a b l e a c t i o n as d e emed f i t , w ill be i n i t i a t ed. T h e h o s p i t al w i l l r eco v er t he g ene r al damages or ex t ra e x p e n d i t u r e i nc u r r ed in t he r i s k p u r c h a s e at t he r i s k a nd c o s t o f b i d d e r a n d a m o u n t paid in e x c ess s ha l l b e d e d u c t e d fr o m t he i r p e n d i n g b i l l s . T h e a b o v e s h a l l b e in a d d i t i o n to f o r f ei t u r e o f Bid S e cu r i t y and b l a c k li s t i ng o f t he fi r m dep e n d i n g u pon t he c i r cu m s t a n c es of t he de f au l t / m e r i t o f t he c a s e. III. If the supplier fails to deliver the goods on or before the stipulated date, then Late Delivery charges at the rate of 0.5% per week or part there of shall be levied subject to maximum of 10% of the total order value exceeding 3 days from the stipulated date. (Excluding the date of issue of S upply Order / acceptance letter and date of delivery). Purchaser may also resort to termination of the Supply Order & even Tender at any time after expiry of the allowable period for supply of the materials. I V . Part/Partial supply will not be accepted. For any part/partial supply, the total quantity should be completed within given delivery period. However, Part Billing is strictly

prohibited. V. T h e f i r m s ha l l su pp l y t he equipment w i t h p ro per pa c k i n g and m a rk i n g f o r t r an s it s o as t o be r eceiv e d at d e s t i n a t i o n free fr o m any loss o r da m a g e. M. T h e D i r ec t o r , A I I M S B h ubaneswar has f u ll aut h o r i t y t o consider t he p e r f o r m an c e of ma n u fa c t u r e r / a u t h o r i zed dealer o r d i s t r i b u t o r / b i d d e r and t hey s ho u ld submit a latest p e r f o r m a n c e c e r t i f i c a t e fr o m a n y ot h e r Gov t . H o s p i t a l s / I n s t it u t i o n s / P S Us to t estify t he p r o p e r d e a l i n g & p e r fo r ma nc e as w ell as i n s t a ll a t i o n and maintenance of equ i p m e n t. N. INS P E C TION O F S U PPLI E S: - In s p e c t i o n w i ll be do n e by the d u l y c o n s t i t u t e d c o m m i t t e e m em b e r s n o m i n a t e d by D i r e c t or , AII M S B h ubaneswar and o r h i s autho r ized r e p r e s e n t a t i v es in A I I M S B h ubaneswar p r em i s es at de si g n a t e d pla c e. O. P A YM E N T S:  70% payment of the total order value shall be released after the successful Installation & Commissioning of the ordered equipment against submission of the Installation & E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 15 of 3 6 Commissioning Report & on furnishing of Performance Security & execution of Contract Agreement.  Balance 30% of the order value shall be released after one month of successful installation & Commissioning of the equipment an d basing upon the Report of Satisfactory Functioning to be furnished by the user department of AIIMS, Bhubaneswar. Bidders must submit challan/voucher showing GST amount paid to Govt.  For processing the payment, the supplier has to submit three copies of I nvoice along with receipted challan copy, Installation Report duly counter signed by the user department and other relevant papers like Lorry Receipts etc. P. PE R F O R M AN C E SE C URI T Y D EP O S I T : - T h e succ e ss f u l Bi d d e r w ill be l i a b l e t o d e p o s i t 10% o f v al u e o f t h e C o n t r a c t / P u r c ha s e Or der as P e r f o r m an c e S ec ur i t y D e po s it in f a vou r o f “ A I I M S B h ubaneswar ” b y w a y of “ Irrevocable P e r f o r ma n c e B a nk G u a r a n t e e” or FDR (duly endorsed in favour of AIIMS Bhubaneswar) fr o m a n a t i o n a l iz ed / C o m m e r c ial B a n k. The P e r f o r m an c e S ec ur i t y should be valid for 62 months from the date of installation , which is r ef u n d a b l e a f t e r 2months of e x p i r y of the contrac

t/warranty period of 5 (Five) years subject to successful fulfilment of terms and conditions and on receipt of requisi te No Dues Certificate from the concerned Departments /authorities. The Security Deposit is liable to be forfeited if the bidder withdraws or impairs or derogates the bid in any respect. For 5 years CMC, after expiry of warranty period, CMC Security Deposit of 2.5% of Value /Cost of Equipment shall require to be deposited by the Bidder to AIIMS Bhubaneswar . Q. D IS P U TES AND A R B I T R A T IO N : - All di s p u t es o r di f f e r e n c es a r i s i n g d u r i ng t he e x ec u t i o n o f t he c o n tr a c t s h all b e r esol v ed b y t he m u t u al d i scu s s ion, f a il i ng w h i c h t h e mat t er w ill b e r efe rr ed t o an A r b i t r a t o r w ho w i ll be appoint e d b y t he D i r e c t or , A I I M S Bhubaneswar for a r b i t r a t i o n f o r s e t t l e m e n t of di s p u t es in a c c o r da nc e w i t h A r b i t r a t i o n & C o n c i l i a t i o n A ct 1996 o r its s u b s e q u e n t a m e n d m e n t , w h o s e d e c i s i o n s ha l l b e bi n d i n g o n t he c o n t r a c t i ng p a r t ie s . R. POWER TO IGNORE MINOR DEVIATION: - AIIMS, BBSR reserve the right to ignore any trivial nature of deviation in tender documents as decided by the Com petent Authority while processing the tender. The Institute may also seek any clarification / documents to substantiate the claim of the bidder at the later stage if felt necessary. However, the bidder cannot claim it as a matter of right and will be bound to comply the Terms & Conditions of the Tender without citing the ground of trivial deviation / seeking of the clarification/ documents in support of the cancellation of his/ her bid. S. LAW GO VE R N ING T H E C ON T R A C T AND JURISDICTION . T h e co n t r a c t shall be g ov e r n e d u n d e r Indian C o n t r a c t A c t 1872 and i nst r u c t i o ns thereon from t he go v e r n m e n t o f India. T h e C o u r t o f B h ubaneswar shall al o ne have jurisdiction t o de c i de any di s p u t e a r i s i n g o u t o f o r in r e s pe c t of t h e c o n t r a c t . E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 16 of 3 6 T. O T H E R S: - (i) After due evalu ation of the bid, Institute will award the contract to the responsive Bidder who has quoted the lowest price of the Equipment including CMC charges for 5 years. (ii) At the time of awarding the contract, the tendered quantity can be increased or decreased by 25% for ordering, if so warranted. (iii) The Bidde r s ha l l not

be allowed t o transfer , a ss ign, pledge o r sub - c o nt r a c t it s r igh t s and l i a b i l i t i es u n d e r t h is c o n t r a c t t o any ot h e r agency / ies w it h o u t p r i o r w r i t t e n c o n s e n t o f t he D i r e c to r , AII M S Bhubaneswa r . I f it is found t hat t he firm has given s u b - c o n t r a c t to another Agency , t he c o n t r a c t s ha l l st and c an c el l e d & t he p e r f o r m an c e s ec u r i t y de p o s i t o f suc h Bidd e r s h a ll be f o r fe i ted b y A I I M S B h ubaneswar. (iv) T h e A I I M S B hubaneswar shall not b e r e s p o n s i b l e f o r any f i n an c i al loss o r ot h e r d a m a g e or i nj u r y t o any item o r p e r s o n de p l o y e d / s u pp l i ed b y t he S up pl i e r A g en c y during t he c o u r s e o f t he i r pe r f o r m i ng t he d u t i es t o t h i s o f f i c e in c o n n e c t i o n w i t h p u r c h a s e o r d e r / s u pp l y o r d e r f o r s u pp l y i n g / i n s t al l a t i o n/ co m m i ss i o n i n g of ordered Equipment/ Accessories/ Items at AIIMS Bhubaneswar . U. Debarment from bidding. (i) A bidder shall be debarred if he has been convicted of an offence - (a) under the Prevention of Corruption Act, 19 88; or (b) the Indian Penal Code or any other law for the time being in force, for causing any loss of life or property or causing a threat to public health as part of execution of a public procurement contract. (ii) A bidder debarred under sub - section (i ) or any successor of the bidder, shall not be eligible to participate in a procurement process of any procuring entity for a period not exceeding three years commencing from the date of debarment. Department of Commerce (DGS&D) will maintain such list whi ch will also be displayed on the website of DGS&D as well as Central Public Procurement Portal. (iii) A procuring entity may debar a bidder or any of its successors, from participating in any procurement process undertaken by it, for a period not exceedi ng two years, if it determines that the bidder has breached the code of integrity. The Ministry/Department will maintain such list which will also be displayed on their website. (iv) The bidder shall not be debarred unless such bidder has been given a rea sonable opportunity to represent against such debarment. V. Code of Integrity: No official of the bidder shall act in contravention of the codes which includes (i) Prohibition of (a) making offer, solicitation or acceptance of bribe, reward or gift or any material benefit, either directly or indirectly, in exchange for an unfair advantage in the procurement process or other wise to influence the procurement process. (b)

any omission, or misrepresentation that may mislead or attempt to mislead so that fina ncial or other benefit may be obtained or an obligation avoided. (c) any collusion, bid rigging or anticompetitive behaviour that may impair the transparency, fairness and the progress of the procurement process. (d) improper use of information provided by the procuring entity to the bidder with an intent to gain unfair advantage in the procurement process or for personal gain. (e) any financial or business transactions between the bidder and any official of the procuring entity related to tender or exec ution process of contract; which can affect the decision of the procuring entity directly or indirectly. E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 17 of 3 6 (f) any coercion or any threat to impair or harm, directly or indirectly, any party or its property to influence the procurement process. (g) obstruct ion of any investigation or auditing of a procurement process. (h) making false declaration or providing false information for participation in a tender process or to secure a contract; (ii) Disclosure of conflict of interest. (iii) Disclosure by the b idder of any previous transgressions made in respect of the provisions of sub - clause with any entity in any country during the last three years or of being debarred by any other procuring entity. The purchaser will reject a proposal for award if it determi nes that the bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the contract in question. T h e D i r e c t o r , A I IM S B hubaneswar (Odisha, India) h as t he f u l l and e x c l us i v e r ig h t t o a cc e p t o r r eje c t , i n c r e a s e o r de c r ea s e the o r d er q u a nt i t y , any o r all t he terms of the t e n d e r w i t h o u t a s s i g n i n g any r ea s o ns thereof and al s o to c an c e l t he su p p ly a t any t i m e w i t h o u t a s si g n i ng any r ea s o n . Seal & Signature of Bidder E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 18 of 3 6 E - TENDERING INSTRUCTIONS TO BIDDERS General: The Special Instructions (for e - Tendering) supplement ‘Instruction to Bidders’, as given in this Tender Document. Submission of Online Bids is mandatory for this Tender. E - Tendering is a new methodology for conducting Public Procurement in a transparent and secured manner. Suppliers / Vendors will be the biggest beneficiaries of this new system of procurement. For conducting electronic tendering, AIIMS BHUBANESWAR has decided to use the po rtal www.tende

rwizard.com/AIIMSBBSR,https://eprocure.gov.in , or www.aiimsbhubaneswar .nic.in Instructions : 1. Tender Bidding Method ology: Two Stage Online Bidding 2. Broad outline of activities from prospective Bidders: (a) Procure a Class III Digital Signature Certificate (DSC) (b) Register on the e - Procurement portal www.tenderwizard.com/AIIMSBBSR (c) Create Users on the above p ortal (d) View Notice Inviting Tender (NIT) on the above portal (e) Download Official Copy of Tender Documents from the above portal (f) Seek Clarification to Tender Documents on the above portal. View response to queries of bidders, posted as addendum, by AIIMS,BBSR (g) Bid - Submission on the above portal. (h) Attend Public Online Tender Opening Event (TOE) on the above portal - Opening of Technical Part (j) Post - TOE Clarification on the above portal (Optional) – Respond to AIIMSBBSR’s Post - TOE queries. (k) Attend Public Online Tender Opening Event (TOE) on the above portal - Opening of Financial Part (Only for Technical Responsive Bidders) 3. For participating in this tender online, the following instructions are to be read carefully. These instructions ar e supplemented with more detailed guidelines on the relevant screens of the above portal. (a) Digital Certificates: For integrity of data and authenticity / non - repudiation of electronic records, and to be compliant with IT Act 2000, it is necessary for e ach user to have a Digital Certificate (DC), also referred to as Digital Signature Certificate (DSC), of Class III, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in ]. (b) Registration : To use the Electronic Tender portal www.tenderwizard.com/AIIMSBBSR , vendors need to register on the portal. Registration of each organization is to be done by one of its senior persons vis - à - vis Autho rised Signatory who will be the main person coordinating for the e - tendering activities. In the above portal terminology, this person will be referred to as the Super User (SU) of that organization. For further details, please visit the website/portal, and follow further instructions as given on the site. Pay Annual Registration Fee as applicable (i.e. Rs.2000 +GST as applicable). E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 19 of 3 6 Note: After successful submission of Registration details and Annual Registration Fee, please contact to the Helpdesk of the portal to get your registration accepted/activated. 1. The Bidder must ensure that after following above, the status of bid submission must become – “Submitted”. 2. Please take due care while scanning the documents so that the size of documents to be u ploaded remains minimum. If required, docu

ments may be scanned at lower resolutions say at 150 dpi. However it shall be sole responsibility of bidder that the uploaded documents remain legible. 3. It is advised that all the documents to be submitted are kept scanned or converted to PDF format in a separate folder on your computer before starting online submission. 4. The Financial part may be downloaded and rates may be filled appropriately. This file may also be saved in a folder on your computer. Plea se don’t change the file names & total size of documents (Preferably below 5 MB per document) may be checked. Bid submission The entire bid - submission would be online on the Tender wizard portal i.e. https://www.tenderwizard.com/AIIMSBBSR Broad outline of submissions are as follows: (i) Submission of Bid Parts (Technical & Financial) (ii) Submission of information pertaining to Bid Security/ EMD. (iii) Submission of signed copy of Tender Documents/Addendums. The TECHNICAL PART shall consist of Electroni c Form of Technical Main Bid and Bid Annexure. Scanned/Electronic copies of the various documents to be submitted under the Eligibility Conditions, offline submissions, instructions to bidders and documents required to establish compliance to Technical Spe cifications and Other Terms & Conditions of the tender are to be uploaded. The FINANCIAL PART shall consist of Electronic Form of Financial Main Bid and Financial Bid Annexure, if any. Scanned copy of duly filled price schedule as Annexure are to be upl oaded. Processing Fee : Firm have to pay processing fee (i.e. 0.1% of ECV+ GST as applicable (min.750/ - & Max Rs.7500/ - + GST as applicable) through online (Credit card/ Debit Card/ Net Banking), When participating in the e - Tender. Offline Submissions: Th e bidder is requested to submit the following documents offline to T he Sr. Procurement - cum Store Officer, AIIMS, Sijua, Bhubaneswar (Odisha) – 751019 on or before the date & time of submission of bids specified in covering letter of this tender document, i n a Sealed Envelope. The envelope shall bear (name of the tender), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time). 1. EMD - Bid Security in Original, in shape of FDR/BG only pledged in favour of AIIMS, Bhubaneswar, valid for a period 180 days 2. Documents as Per NIET Public Online Tender Opening Event (TOE) The e - Procurement portal offers a unique facility for ‘Public Online Tender Opening Event (TOE). Tender Opening Officers as well as authorized representatives of bidders can att end the Public Online Tender Opening Event (TOE) from the comfort of their offices. E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 20 of 3 6 For this purpose, representatives of bidders (i.e. Supplier organization) duly authorized. Every legal requireme

nt for a transparent and secure ‘Public Online Tender Ope ning Event (TOE)’ has been implemented on the portal. As soon as a Bid is decrypted, the salient points of the Bids are simultaneously made available for downloading by all participating bidders. The medium of taking notes during a manual ‘Tender Opening E vent’ is therefore replaced with this superior and convenient form of ‘Public Online Tender Opening Event (TOE)’. The portal provides a unique facility of ‘Online Comparison Statement’ which is dynamically updated as each online bid is opened. The format o f the Statement is based on inputs provided by the Buyer for each Tender. The information in the Comparison Statement is based on the data submitted by the Bidders. A detailed Technical and / or Financial Comparison Statement enhance Transparency. Detailed instructions are given on relevant screens. The portal has a unique facility of a detailed report titled ‘Online Tender Opening Event (TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This is available to all participating b idders for ‘Viewing/Downloading’. There are many more facilities and features on the portal. For a particular tender, the screens viewed by a Supplier will depend upon the options selected by the concerned Buyer. Important Note: In case of internet related problem at a bidder’s end, especially during ‘critical events’ such as – a short period before bid - submission deadline, during online public tender opening event it is the bidder’s responsibility to have backup internet connections. In case there is a pro blem at the e - procurement / e - auction service - provider’s end (in the server, leased line, etc) due to which all the bidders face a problem during critical events, and this is brought to the notice of AIIMSBBSR by the bidders in time, then AIIMSBBSR will pr omptly reschedule the affected event(s). Other Instructions For further instructions, the vendor should visit the home - page of the portal. The complete help manual is available in the portal for Users intending to Register / First - Time Users, Logged - in us ers of Supplier organizations. Various links are also provided in the home page. Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups and minimize teething problems during the use of the said portal. The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to: 1. Obtain individual Digital Signature Certificate (DSC ) well in advance of your first tender submission deadline on the portal. 2. Register your organization on the portal well in advance of your first tender submission deadline on the portal 3. Get your organization’s concerned e

xecutives trained on the po rtal well in advance of your first tender submission deadline on the portal 4. Submit your bids well in advance of tender submission deadline on the portal (There could be last minute problems due to internet timeout, breakdown etc) While the first three instructions mentioned above are especially relevant to first - time users on the portal, the fourth instruction is relevant at all times. Minimum Requirements at Bidders end Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP) Broadband connectivity. Microsoft Internet Explorer 8.0 or above. Digital Certificate(s) Vendors Training Program Necessary training to each and every registered bidder under this portal shall be imparted by the ASP, M/s. ITI, Bhubaneswar, if required, before partic ipation in the online tendering. For any further assistance, please contact Mr Swadesh Kumar Bal (07377708585/ 09776823641), Helpdesk - 011 - 49424365, ITI email ID for mailing communication: - twhelpdesk404@gmail.c om / twhelpdesk680@gmail.com / twhelpdesk614 @ gmail.com E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 21 of 3 6 P l ea s e s ee annex u re e n c lo s ed: - An n ex u r e - I t o XI I S/N Particulars Annexure Ref. Refer Page 1 Unde rtaking for Compliance of All Tender Terms & Conditions mentioned in this Tender Document Annexure - I 2 2 - 23 2 Criminal Liability Undertaking Annexure - II 2 4 3 Manufacturers Authorisation Form Annexure - III 2 5 4 Deviation Statement Form Annexure - IV 2 6 5 Performance Statement Form Annexure - V 2 7 6 Financial Bid (PART - I) Annexure - VI 2 8 7 Financial Bid (PART - II) CMC Charges for 05 years after 05 Years Warranty period. Annexure - VII 2 8 8 Cost of Consumables / Accessories / Spare Parts for Equipment A nnexure - VIII - X 2 9 - 3 1 9 Performa of performance Guarantee/Bank Guarantee bond Annexure - XI 3 2 10 Copy of Contract Agreement Annexure - XII 3 3 - 3 6 Sr. Procurement - cum Store Officer AIIMS, Bhubaneswar E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 22 of 3 6 Annexure - I Name of the E - Te n de r : S u pply , In s t a l l a ti o n & Co mmi ss i o nin g of Heart Lung Machine with Heater Cooler Unit for Open Heart & Bypass Surgery for the Dept of CTVS at AIIMS, Bhubaneswar . UND E R T AK I N G F O R C O M P LI A NCE O F A L L T E R MS & C O N D ITI O NS M E N T I O N E D IN THIS T E N D E R D O CUM E NT To T he D i r e c t o r, A II MS B hub aneswar , Si r / Madam , 1. T h e u n d e r s i g n e d c e r t i f y t h a t I / w e h a ve go n e t h r o u

g h t h e entire tender documents including te rm s a n d c o n d i t i o n s me n ti o n e d i n t h e t e n d er d o c u me n t a n d u n d e r t a ke to c o m p ly w i t h t h e m . I h a v e n o o b j e c t i o n f or a n y o f t h e c o n t e n t o f t h e t e n d e r d o c u m e n t a n d I u n d e r t a ke n ot to s u b m i t a n y c o m p l a i n t / re pr e s e n t at i o n a g a i n st t h e t e n d er d o c u m e n t a f t er s u b m issi o n date a n d ti m e o f t h e t e n d e r . T h e r at e s qu o t ed by m e / u s a r e val i d a n d bi n d i n g o n m e / u s f or a c c e p t a n c e ti ll t h e v al i d i t y of t e n d e r . 2. I /W e u n d e r s i g n ed h e r e by b i nd m y s e l f / o u r s e l v e s t o AL L I N D I A I N S T I TU T E OF ME D I C A L S C I ENCES, B H UBANESWAR, ODISHA - 751019 t o su p p l y t h e ap p r o v ed aw a r d e d E q u i p m e n t / I n s t r um e n t s / A p p a ra t u s / it e m s i n t he a pp r ov e d pr i c e s t o A II M S B h ubaneswar. 3. T h e E q u i p m e n t / I n s t r um e n t s / A p p a ra t u s s h a ll b e brand new, o f t h e b es t q u a li ty a n d o f t h e k i n d a s p er t h e re qu i r e me n t o f t h e i n s t it u t i o n . Th e d e c i s i o n o f t h e D i re c t o r , A IIMS B h ubaneswar, I n d i a ( h e r e i n a f t er ca l l ed t h e said o ff i c e r ) as r e g a r d to t h e q u a li ty a n d k i n d o f a r tic le s h al l b e fi n a l a n d b in d i n g o n m e/us . 4. I/We undertake to a rr a n g e f o r a de m o n s t r a t i o n o f t he E q u i p m e n t / I n s t r um e n t s / A p p a ra t u s , if required . F a i l u r e t o a rr a n g e for a de m o n s t r a t i o n o n t he g i v en date may lead t o c an c e ll a t i o n o f our b i d. C o s t o f su c h de m o n s t r a t i o n s ha l l b e b o r n e b y me/us . 5. I/We h e r e by u n d e r t a k e to s up p ly t h e Equipment d u r i n g t h e va l i d i ty o f t e n d e r as p er d i r e c t i o n s g i v e n i n s u p p ly o r d er wit h i n s t ip u l a t ed p e r i o d p o s i t i v e l y. 6. I/We u n d e r t a k e t h at t h e i t e m s s u p p l i ed a r e as p er Make/ Model / C a t a l o g u e / t e c hn i c a l l i t e r a t u r e d e s c r i p t i o n . 7. If I /We f ai l to s u p p l y t h e Equipment i n st ip u l a t e d p e r iod, n e c e s s a r y a c t i o n c a n be t a ke n by t h e D ir e c to r , A I I MS B h ubaneswar who h as f u l l po wer to c o

m p o u n d o r f o r f e it t h e Bid S e c u r i t y / S e c u r i t y d e p o s i t. 8. If it is d eemed n e c e s s a r y to c h a n g e a n y a r t ic le on b e i n g f o u n d o f i n f e r i or q u a l i t y , it s h a l l b e r e p l ac ed by m e / u s f r e e o f co s t i n t i me t o pr e v e n t i n c o n v e n i e n c e. 9. P e r f o r m a n c e s ec u r i ty of 10 % o f t h e c o s t o f t h e s up p ly v alue s h al l b e d e p o s i t ed by m e/us i n t h e f o r m of F D R / Irrevocable Ba n k G u a r a n t e e i n favour o f All I ndia I ns t i t u t e of Me d ic a l S c ien ce s, B hubaneswar o n a ward o f t h e c o n t r ac t from a Nationalised / Commercial Bank a n d s h a l l r e m a i n i n t h e c u s to d y o f t h e D ir e c tor, AIIMS BBSR til l t h e val i d i t y o f t h e warranty period p l u s two m o n t h ( i.e. valid f or 62 m o n t h s ) from the date of installation . E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 23 of 3 6 10. I/We d e c l a r e t h at n o l e g a l / f i n a n c i al ir r eg u l a r i t i e s a r e pe n d i n g a g a i n st t h e p r o p r i e to r P a r t n er/Director of t h e t e n d e r i n g f i r m o r m a n u f a c t u r e r. 11. I / w e d o he r eb y c o nf i r m t h a t t he p r i c e s / r a t es q u o t e d are f i xe d a n d a re at par w i t h t he pr i c es q u o t e d b y m e / us t o a n y o t h e r Go v ernment of I n d i a / G o v t . H o s p i t a l s / M e d i c al I n s t i t u t i o n s / P S U s . I / w e a l s o o f f e r to s u pp l y t he Equipment a t t he pr i c es a n d rat es n o t e x c ee d i n g t h o s e m e n t i o n e d i n t he F i n a n c i a l B i d. 12. I/We u n d e r t ake t h a t i f t h e r a t es o f a n y i t e m s a r e lowered d u e to a n y r e ason, I w i l l c h a r ge t h e lower r a t e s . 13. I/We u nd e r t a k e t o s up p ly t h e all Li t e r a tu re ( Log B o o k / M a i nt e n a n c e Re c o r d / Tro u b l e s h oo t i n g / O p e r a t io n M a nu a l s e t c .) s u p p l i e d w i t h e a c h Equipment b y P r i n c i p a l M a nuf a c t u r er i n O r i gi n a l t o A I I M S B h ubaneswar . 14. I / w e h ave n e c e s s a r y i n f r a s t r u c t u r e f or t h e m a i n t en a n ce of t he equ i p m e n t and w i l l pr o v i de a l l a c c e s s o r i e s / s p a r es as a n d w h e n r e q u i r e d during warranty

period as well as CMC period. 15. I / w e u n d e rta ke t o g e t t he Equipment r e p a i r e d w i t h i n 48 h o u r s of t he r e c e i v i n g of t he co mp l a i n t f r o m t he A I I M S Bhubaneswar, f a ili ng wh i c h a p e n a l t y a t t he ra t e of Rs. 5 00 / - p e r day shall be deducted f r o m p en d i n g b il l / Performance B a n k G u a r a n t e e b e f o r e r e l e a s i n g t he s am e t o us a f t e r 62 (Sixty Two) m o n t h s. 16. I pledge and solemnly affirm that th e information submitted in tender documents is true to the best of my knowledge and belief. I further pledge and solemnly affirm that nothing has been concealed by me and if anything adverse comes to the notice of purchaser durin g the validity of tender period, the Director, All India Institute of Medical Sciences, Bhubaneswar (India) will have full authority to take appropriate action as he/she may deem fit. S i g n a t u re o f B i d d e r W it h seal o f f irm (N a m e of B i dd e r ) P l ac e … ……… …… D a t e … … ……… …… E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date - 2 7 Nov 2020 Page 24 of 3 6 A N NE X URE – II Name of the E - Te n de r : S u pply , In s t a l l a ti o n & Co mmi ss i o nin g of Heart Lung Machine with Heater Cooler Unit for Open Heart & Bypass Surgery for the Dept of CTVS at AIIMS, Bhubaneswar CR I M I N A L L I AB I L I T Y UND E RT A K IN G ( T o b e e x e c u t e d o n ₹ 1 0 / - N o n - j u d i c i a l S t a m p P a p e r d u ly a t t es t e d b y P u bl i c N o t a r y ) I …… … … … … ……… …………………… …… … . S / o ………………….... … … … ............. Resident of .................................................................................................................... .......... ......................................................................................................... ........................................ d o so le m n l y pl e dge and a f f ir m that, 1. I am the P roprietor/ P artner/ Director / authorized signato ry of M / s . ...................................................... 2 . No police case and/or case by CBI/FEMA/Income Tax/ Sales Tax authorities are pe nding against the Proprietor / P artner /Director of the firm/ company (Agency) and also against the firm/ co mpany. ( Indicate any convictions if any against the above persons or F irm/ Company . ) 3. The Proprietor / Partner /Director of the firm/ company (Agency) and also the firm/ company has never been blacklisted by any Government authority/ organisation. 4 I/We

have not quoted the price higher than previously supplied to any Government Institute / Organisation / reputed Private Organisation or DGS&D rate in recent past. S i g n a t u r e (Name) Seal of the participating Bidder Company Af f i r m a t i o n / V e r i f i c a t i o n By Notary Public E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date – 2 7 Nov 20 Page 25 of 3 6 Annexure - III Manufacturers’ Authorisation Form ( The Bidder shall require the manufacturer to fill in this form in accordance with the instructions indicated. This letter of authorisation should be on the letterhead of the Manufacturer and should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer . ) Date: Insert date (as day, month and year ) of Bid Submission Tender No.: ( Insert number from Invitation for Bids.) To The Dir ector AIIMS Bhubaneswar Sijua, Odisha, India WHEREAS We ( Insert Complete name of Manufacturer ), who are official manufacturer in ( Insert type of goods manufactured), having factories at ( insert full address of Manufacturer’s Factories), do hereby authoris e ( Insert Complete Name of Bidder ) to submit a bid the purpose of which is to provide the following equipment, manufactured by us ( insert name and or brief description of the equipments ), and to subsequently negotiate and sign the contract. We accept th e Warranty / Guarantee condition mentioned in the tender documents of AIIMS Bhubaneswar. We al s o h e r e b y c o n f ir m t h at w e w o u l d b e r e s p o n s i b l e f or th e s a t i s f a ct o ry e x e c u t io n of c o n t r a c t p l aced o n th e a ut h o r i z e d a ge n t i n c l u d i n g availa b il i t y o f s p ar e p a r t s & consumables f or t h e p e r io d of 1 0 years f or s u pp l ie d e qu i p m e n t t o AI I M S Bhubaneswar . Signed : ( insert signature of authorised representative of the manufacturer ) Name : ( insert complete name of authorised representative of the manufacturer ) Duly authorised to sign this authorisation of behalf of: ( insert complete name of Bidder ) Date on ____________________ day of ________________________ , ____________ (insert date of signing ) E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date – 2 7 Nov 20 Page 26 of 3 6 Annexure - IV Deviation Statement Form 1. The following are the particulars of deviations from the requirements of the tender Technical Bid Specifications (parameter wise). Specification Deviations Remarks (including Justification)

Note : 1) Where there is no deviation, the statement should be returned duly signed with an endorsement indicating (parameter wise) “ No Deviations ” Place : Signature and seal of the Date : Manufacturer/Bidder E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date – 2 7 Nov 20 Page 27 of 3 6 Annexure – V Performance Statem ent Form Name of the Firm ............................................... Sl No. Order placed by ( Full address of Purchaser) Order No. & date Value of order (Equipment) Have the items been installed & Commissioned satisfactorily (Yes/No) Signat ure and seal of the manufacturer / Bidder ........................................................... Place : Date : Note : Documents to be attached( i.e Po copies of earlier supplies made to any AIIMS/ Govt. Hospitals/ Reputed private Hospital for same equipment). E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date – 2 7 Nov 20 Page 28 of 3 6 Annexure - V I F i n a n c ial Bid (Part – I) Sl. No Name of Equipment Quantity Rate Per Unit GST (%) GST Amount Amount(Including GST) 1. Heart Lung Machine with Heater Cooler Unit for Open Heart & Bypass Surgery ( Including Heart Lung Machin e Qty - 01, Stainless steel line clamps Qty - 12, Stainless Steel Intra Cardiac Suckers (adult & Paed ) Qty - 04 Each, Thermal Blanket Qty - 02 ) 01 ( One ) As per BoQ item wise breakdown cost for reference only , the below price must be included in the set ment ioned above a . Heart Lung Mcahine 01 b . Stainless steel Lime Clamp 12 c . Stainless Steel Intra Cardiac Suckers (Adult & Paed) 04 Each d . Thermal Blanket 02 e . Heater Cooler Unit 01 F i n a n c ial Bid (Part – II) 2 CMC charges for 05 y ears after cover of the Warranty of said equipment Qty - 01 (one) no. (i) 6 th Year CMC (ii) 7 th Year CMC (iii) 8 th Year CMC (iv) 9 th Year CMC (v) 10 th Year CMC 3 Make: 04 Model: 05 Manufacturer Name: 06 Certification of Equipment: (i.e. USFDA/CE/BIS/ISO/ISI etc) 1. I/We have gone through the Terms & Conditions as stipulated in the tender enquiry document and confirm to accept and abide by the same. 2. The above quoted rates are inclusive of packing & forwarding charges, in surance, freight and other incidental charges payable up to AIIMS Bhubaneswar site and cost involved for maintenance of the equipment including spares & labour charges for 5 year s warranty period. No other char

ges would be payable by the Institute. 3. That I /We shall supply the items of requisite quality. 4. Delivery of Equipment: within 90 days from the date of Purchase Order (PO) at AIIMS, Bhubaneswar. 5. Warranty: 05 (Five) years from the date of successful installation & Commissioning of the equipment. 6. CMC : 05 (Five) years after expiry of warranty. The proposal for entering in to CMC should come from the bidder before completion of warranty period. 7. That I/We undertake that the information given in this tender are true and correct in all respect. Signature of th e bidder with seal. D at e : P lac e : E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date – 2 7 Nov 20 Page 29 of 3 6 Annexure - VII F i n a n c ial Bid (Part – II I ) Name of the E - Te n de r : S u pply , In s t a l l a ti o n & Co mmi ss i o nin g of Heart Lung Machine with Heater Cooler Unit for Open Heart & Bypass Surgery for the Dept of CTVS at AIIMS, Bhubanesw ar SL No Name of Consumables Quoted Rate Per Unit GST (%) Amount (including GST) Total Amoun t (Including Tax) = Note: - The above quote should incl ude all applicable taxes and price of Consumables shall be freezed for entire warranty period (For 05 Years). D at e : Signature of the bidder with seal. E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date – 2 7 Nov 20 Page 30 of 3 6 Annexure - VIII F i n a n c ial Bid (Part – II I ) Name of the E - Te n de r : S u pply , In s t a l l a ti o n & Co mmi ss i o nin g of Heart Lung Machine with Heater Cooler Unit for Open Heart & Bypass Surgery for the Dept of CTVS at AIIMS, Bhubaneswar SL No Name of Accessories (As per Technical Specification) Q uoted Rate Per Unit GST (%) Amount (including GST) Total Amount (Including Tax) = Note: - The above quo te shoul d include all applicable taxes and price of Accessories shall be freezed for entire warranty period(For 05 Years). Signature of the bidder with seal. D at e : E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date – 2 7 Nov 20 Page 31 of 3 6 Annexure - I X F i n a n c ial Bid (P

art – II I ) Name of the E - Te n de r : S u pply , In s t a l l a ti o n & Co mmi ss i o nin g of Heart Lung Machine with Heater Cooler Unit for Open Heart & Bypass Surgery for the Dept of CTVS at AIIMS, Bhubaneswar Details Spare Parts require for Heart Lung Machine : SL No Name of Spare Parts Quoted Rate Per Unit GST (%) Amount (including GST) Total Amount (Including Ta x) = Note: - The above quote should inclu de all a pplicable taxes and price of Spare Parts shall be freezed for entire warranty period(For 05 Years). Signature of the bidder with seal. D at e : Annexure - X E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date – 2 7 Nov 20 Page 32 of 3 6 Form of Performance guarantee / Bank guarantee bond In consideration of the Directo r of All India Institute of Medical Sciences Bhubaneswar (hereinafter called “AIIMS Bhubaneswar”) having offered to accept the terms and conditions of the proposed agreement between AIIMS Bhubaneswar and …………….....................…… (hereinafter called “t he said Vendor(s)”) for the supply, installation & commissioning of …………………………………………………… (hereinafter called “the said agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs. …………. (Rupees ………………………………… only) as a bid security/perf ormance guarantee from the vendor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement with reference to tender No...................... 1. We, ………………………………. (hereinafter referred to as “the Bank”) hereby undertake to pay to the AIIMS Bhubaneswar an amount not exceeding Rs. ……………………….. (Rupees………………. Only) on demand by the AIIMS Bhubaneswar. 2. We, ……………………………….(indicate the name of the Bank) do hereby undertake to pay the amounts due and payable under t his guarantee without any demure, merely on a demand from the AIIMS Bhubaneswar stating that the amount claimed as required to meet the recoveries due or likely to be due from the said vendor(s). Any such demand made on the bank shall be conclusive as rega rds the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ………………….. (Rupees ……………….only) 3. We, the said bank further undertake to pay the AIIMS Bhubane swar any money so demanded notwithstanding

any dispute or disputes raised by the vendor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the vendor(s) shall have no claim against us for making such payment. 4. We, ……………………………. (indicate the name of the Bank) further agree that the guarantee here in contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the AIIMS Bhubaneswar under or by virtue of the said agreem ent have been fully paid and its claims satisfied or discharged or till Director AIIMS Bhubaneswar on behalf of the Government certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Vendor(s) and accordingly discharges this guarantee. 5. We, ……………………………. (indicate the name of the Bank) further agree with the AIIMS Bhubaneswar that the Institute shall have the fullest liberty without our consent and without affecting in any manner our obligation he reunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Vendor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said vendor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Vendor(s) or for any forbearance, ac t of omission on the part of the AIIMS Bhubaneswar or any indulgence by the AIIMS Bhubaneswar to the said Vendor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relievin g us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Vendor(s). 7. We, ……………………………. (indicate the name of the Bank) lastly undertake not to revoke this guarantee except with the previous consent of the AIIMS Bhubaneswar in writing. 8. This guarantee shall be valid up to …………………………unless extended on demand by the AIIMS Bhubaneswar. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. …………………… (Rupees ……………… ..) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged. Dated the ………………..day of ……………………for………………â€

¦.(indi cate the name of the Bank) (Name, designation and code No. of the Bank Officer(s) signing the guarantee) (Address & other details of the Controlling Officer of the branch of the bank issuing the BG) E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date – 2 7 Nov 20 Page 33 of 3 6 Annexure - XI Contract Form (To be made on Rs 100.00 Non Judicial Stamp/E Stamp Paper) Contract Agreement for Equipment Name (Make: & Model: ) 1. This agreement is made at Bhubaneswar on the day month of Two Thousand Twenty between All Indi a Institute of Medical Sciences(AIIMS) Bhubaneswar, Sijua, Dumuduma, Bhubaneswar - 751019 (Odisha) (hereinafter called ‘Client’ which expression shall, unless repugnant to the context or meaning thereof be deemed to mean and include its successors, legal rep resentatives and assigns) of the First Party . BETWEEN 2. M/s. , having its registered office at (hereinafter called the ‘Vendor/Agency/OEM/ Authorized Dealers’ which expression unless repugnant to the context shall mean and include its successors - in - interest assigns etc.) of the Second Party . 3. WHEREAS the ‘Client’ is desirous to engage the ‘Vendor’ for supplying, installation & commissioning of Equipment Name (Make: & Model: ) on e - Ten der basis at AIIMS Bhubaneswar for which the ‘Vendor’ has accepted the terms and conditions as per the Tender document for execution and completion of supply, installation & commissioning of Equipment Name (Make: & Model: ) as well as guarantee of such works and rectification of defects therein. Terms & Conditions of the Contract Agreement: 1. Period of Contract Agreement: The contract shall be for a period of 05 (Five) years from the date of satisfactory installation & comm issioning of the equipment. 2. The following documents shall be deemed to form and be read and construed as part of this agreement: (a) Notice Inviting Bid, Eligibility Criteria & Instruction to Bidders (NIB, ITB & Eligibility Criteria). (b) General Conditions of Co ntract (GCC). (c) Special Condition of Contract. (d) Technical Specification (e) Technical and Financial Bid (f) Clarifications of Pre Bid queries during first call and amendment/ corrigendum during first call. (g) Financial Bid amendment/corrigendum on technical specificatio ns. (h) All the correspondence till award of contract i.e. Notification of Award, Performance Bank Guarantee etc. (i) Supply/Purchase Order (j) Payment Terms: as per Terms & Conditions of the Tender Document (k) Uptime Guarantee & Downtime Penalty Clause:

as per Terms & C onditions of the Tender Document 3. Warranty/Guarantee of the Equipment: (a) The Equipment will be with 60 ( Sixty ) m o n t hs O n s i t e Warranty i n c l ud i n g Spare Parts & Labour e tc for tr o u b l e f re e f u n c t i o n i n g and ma i n t e na n c e o f t he fa c il i t y f r o m t he da t e o f sat isfactory installation & commissioning absolutely at no extra cost to the institute . It ensures t hat t he installed eq u i p me n t is t he latest model as per t he Purchase Order s pe c i f i c a t i o n s and t he s p a r es f o r t he equ i p m e n t w ill b e a v a i la b le for a pe r i o d o f a t lea s t 5 y ea r s a f te r t he w a r r a n t y / g u a r a n t e e pe r iod of Five Years. E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date – 2 7 Nov 20 Page 34 of 3 6 (b) The Vendor shall enter into CMC with AIIMS, Bhubaneswar for 05 (Five) Years after completion of 05 (Five) Years comprehensive warranty at below mentioned CMC Charges on the basis of mu tual agreement between Contract Holder & AIIMS, Bhubaneswar : Year Amount 06 th Year 07 th Year 08 th Year 09 th Year 10 th Year The Vendor will guarantee O ne v i s i t of technical support staff e v e r y t h r ee m o n t hs ( 4 v i s i t s in a y e a r ) f o r p e r iodic / p r e v e n t i v e main t e n an c e a nd a n y t ime f o r at t end i n g re pa irs / b r e ak d o w n c a l l s . 4. Penalty & Recovery of Sums Due: (a) T h e Vendor g u a r a n t ees t hat t he e q u i p me n t including the a cc es s o r i es w i l l b e ma i ntained in goo d working c o n d i t i o n f o r a pe r i o d o f 347 day s o u t o f a pe r iod o f 365 d a y s ( i.e . 95% u pti m e on yearly basis throughout the w a rr a n t y pe r i o d as w ell as d u r i ng t h e s e r v i c e c o n t r a c t p e r i o d) . (b) I f t he equipment is o u t o f or d e r for m o r e t h a n 05(Five) hou r s d u r i n g any day, it s h a ll be c o n s i d e r ed as o ne day do wn t i m e . T h e es s e n t i al pe r i o d t o s h u t down t he i nst al l a t i o n enti r e l y o r p a r t i a l l y s hould al s o b e i nc l u d ed in t he d o w n t i m e if it e x c e e ds 02(Two) days w h i l e c al cu l a t i n g t he 95% g u a r a n t e e d u p t i m e . (c) Up o n r ec e i p t o f n o t i c e from AIIMS, Bhubaneswar, t he s u pp l i e r s ha l l, w it h in 48 hou r s o n a 24 X 7 X 365 b as is r es p o nd t o t a k e a ct i o n t o r epair o r r e p la c e t he de f

ec t i v e E q u i p m e n t / Accessories o r p a r t s t h e r e o f, f r ee o f c o s t , at t he u l t i m a t e de s t i n a t i o n. T h e Contract holder s h all t a k e ov er t he r e p la c ed p a r t s / a ccessories / s t o r es a f t e r p rov id i n g t heir r ep l a c e me n t s and no c lai m , w ha t s o e v er s h a ll lie o n t he p u r c ha s e r f o r suc h r epla c ed p a r t s / accessories / s t o r es t he r eaft e r . T h e p e n a l t y c l au s e for non - r e pla c ement w ill b e ap p li c a b le as per t ender c o n d i t i o n s . (d) I f t he Vendo r , having be e n no t i f ied, fa i ls t o r e sp o nd t o t a k e a c t i o n t o r ep l a c e t h e de f e c t ( s ) w i t h i n 48 hou r s o n a 24 X 7 X 365 b as i s , AIIMS, Bhubaneswar may p r o c e ed to t a k e su c h r e m e d ial a c t i o n (s ) as deemed f i t b y t he AIIMS, Bhubaneswar, a t t he r i s k and e x pen s e o f t he Vendor and w i t h o u t p r ej u di c e t o ot her c o n t r a c tu al r igh t s and r e me d ie s , w h ic h AIIMS, Bhubaneswar m a y have a g a i ns t t he Vendor . (e) T h e Vendor w ill b e r e q u i r ed t o p a y a pe n a l t y o f Rs. 5 00 / - (Rupees Five H u n d r e d only) per day f o r per u n i t in c a s e t he n u m b e r o f days o f down t i m e in each pe r iod o f 365 days is mo r e t han t he d o w n t i me p e r m is s i b l e w h i c h is t o b e c al cu l a t e d as de f i n ed a b o v e and t he delay f o r n o t br i n g i n g t he eq u ip m e nt in f u n ct i o n i n g or d e r is in any w ay di r ectl y , e v en p a rt ia l l y , a t tr i b u t a b l e t o t he Vendor. (f) In case the Penalty Amount is not paid by the Vendor, then AIIMS, Bhubaneswar will recover the same from the Performance Security/ Bank Guarantee Deposit given by the Vendor. 5. AIIMS Bhubaneswar shall not be respon sible for any financial loss or other damage or injury to any item supplied or person deployed by the vendor in the course of their performing the duties in connection with purchase order/supply order. 6. F all Clause: If at any time during the Contract perio d, the Vendor/Manufacturer/Distributor/Dealer reduces sale price or sells or offers to sell such stores, as are covered under the contract to any person/Organization including the purchaser or any Department of Central Government of any Department of AIIMS , Bhubaneswar Hospital/PSUs at a price lower than the price chargeable under the contract. The benefit of such price reduction would be passed on to AIIMS, Bhubaneswar by the Agency, If any such price reduction

in case for any of above approved item come t o the notice of AIIMS Bhubaneswar, the Supplier Agency is liable to pass on correspondingly reduction of price to AIIMS, Bhubaneswar and deposit such reduction price difference to AIIMS Bhubaneswar, in case of supplied items from the date of coming in to f orce of such reduction or AIIMS Bhubaneswar will deduct the such difference amount from the pending bills/ Performance Security Deposit to recover the loss to the Government. E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date – 2 7 Nov 20 Page 35 of 3 6 7. The Competent Authority of AIIMS Bhubaneswar reserves the right to relax/withdraw any of the terms and conditions mentioned in the Contract, in doing so if it is in the interest of the AIIMS Bhubaneswar. If at any time during the period of this contract, the client feels that performance of this contract is not beneficial to it, the Di rector, AIIMS, Bhubaneswar reserves the right to terminate this contract without assigning any reasons. 8. Force Majeure: If, at any time during the subsistence of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed by reasons of any war or hostility, act of public enemy, civil commotion, sabotage, fire, floods, exception, epidemics, quarantine restriction, strikes lockout or act of God (hereinafter referred to as events) provided not ice of happening of any such eventuality is given by the second party to the client within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contact nor shall either party have any claim for damages against other in respect of such non - performance or delay in performance and deliveries have been so resumed or not shall be final and conclusive. Further, if the performance in whole or in part of any obligation under this contract is prevente d or delayed by reason of any such event for a period exceeding 60 days, AIIMS, BBSR shall be at liberty to terminate the contract. 9. Any complementary scheme offered by the Manufacturer shall be provided to the AIIMS Bhubaneswar with no additional cost. 10. Per formance Security: The Vendor/Agency/Authorized Dealer have to furnish Performance Security of Rs. (Rupees only) in shape of FDR/TDR/Irrevocable Bank Guarantee in the name of All India Institute of Medi cal Sciences, Bhubaneswar. The Performance Security should be kept valid for 62 months i.e. Five years + Two months after completion of obligations under the contract , which would commence from the date of installation and commissioning of equipment . 11. Insol vency etc.: In the event of the Vendor/Agency/Authorized Dealer being adjudged i

nsolvent or having a receiver appointed for it by a court or any other under the Insolvency Act made against them or in the case of a company the passing any resolution or maki ng of any order for winding up, whether voluntary or otherwise, or in the event of the firm failing to comply with any of the conditions herein specified AIIMS, Bhubaneswar shall have the power to terminate the contract without any prior notice. 12. Right to c all upon information regarding status of contract: The AIIMS, BBSR will have the right to call upon information regarding status of contract at any point of time. 13. Legal Jurisdiction: The agreement shall be deemed to have been concluded in Bhubaneswar, Odi sha and all obligations here under shall be deemed to be located at Bhubaneswar, Odisha and Court within Bhubaneswar, Odisha will have Jurisdiction to the exclusion of other courts. 14. Obligation of the Vendor : The Vendor shall ensure full compliance with tax laws of India with regard to this Contract and shall be solely responsible for the same. The Vendor shall keep AIIMS, Bhubaneswar fully indemnified against any liability of tax, interest, penalty etc. of the Contractor in respect thereof, which may arise. 15. In addition to above, all other terms and conditions expressed and implied and essential for execution of this agreement as per Tender enquiry document will form part of this agreement. 16. THIS AGREEMENT will take effect from ____________ Day __________ ___________ Month of __________ Two Thousand Twenty and shall be valid for Five Years. IN WITNESS WHERE OF both the parties here to have caused their respective common seals to be hereunto affixed / (or have hereunto set their respective hands and seals) the day and year mentioned above in Bhubaneswar in the presence of the witness: E T e n d e r N o . 11074/0 2 1 / A I IMS B BSR /CTVS / 2 0 - 21 /4 7 Date – 2 7 Nov 20 Page 36 of 3 6 Fo r and on behalf of the ‘Vendor /Firm/Authorized Dealer’ Signature of the Authorized Official Name of the Official Seal of the ‘Vendor/Firm/Agency/Authorized Dealer’ Signed, sealed and delivered by the said official of Vendor holder in presence of For and on behalf of the ‘Director, AIIMS, Bhubaneswar’ Signature of the Authorized Officer Name of the Officer Seal of the Authorized Officer Signed, sealed and delivered by the said officer in presence of Witness: ________________________ _________ Name: __________________________________ Address: _________________________________ ________________________________________ ________________________________________ Witness: _____________________________ Name: _______________________________ A ddress: _____________________________ _____________________________________ ______