TATA MEMORIAL CENTRE

ADVANCE CENTRE FOR TREATMENT RESEARCH EDUCATION IN CANCER

KHARGHAR, NAVI MUMBAI- 400 0210, INDIA

Tel-27405041/5002 Fax No.27405058

Email – /

Date : 15/02/2016

To,

Techno Commercial (Single Bid)

ENQUIRY NO:ACTREC/EQUIP/TC/2015-16/E-60

Submission date: 08/03/2016 upto 01.30 p.m.

Tender Opening date :08/03/2016 at 02.30 p.m.

TENDER FORM

The Director, ACTREC, Tata Memorial Center, Advance Centre forTreatment, Research, Education in Cancer,invites sealed tenders for the supply, installation and commissioning of the equipment as per technical specifications of the tender.

Please quote all the model including the state of the art equipment which meets the basic requirement in both Foreign currency and Indian Rupees.

1Tender will be submitted in single part simultaneously in sealed covers

super scribed as “ACTREC/TC/2015-16/E-38 FOR “PROVIDING FIXING

PLAY EQUIPMENTS”.Thetender should contain the techno- commercialbid which should be received by 01.30 p.m. on or before 08/03/2016 in the Purchase Department, Advance Centre for Treatment, Research, Education, inCancer, Room No.PS/313 Kharghar, Navi Mumbai – 410 210.Tenders submitted in other places not reached Purchase Department, ACTREC before the scheduled closing will not be considered.

Only technically shortlisted and commercially lowest offers will be

considered for financial negotiations.

2.An Earnest Money deposit of ₹.2,300/-/- is to be paid at Cash counter or by DD in favour of “Director, ACTREC” payable at Kharghar, Navi Mumbai - 410210 and the photo copy of EMD receipt of the tender documents should be enclosed in Techno-Commercial Bid. The photocopy of the original money receipt must be kept with the vendor and to be shown at the time of tender submission. The Bids received without paying the tender documents charges and EMD charges shall not be considered. The EMD & Tender document Receipt number and date should be mentioned on the envelope.

3.The bids received without paying the tender document charges and EMD charges shall not be considered.

4.The Director, ACTREC / TMC reserves the right of cancellation, adding, reducing or deferring the purchase without assigning any reason thereof and claim in this behalf in any way shall not be tenable for compensation in one way or the other. In such case the bidder will be refunded with the earnest money deposit without any payment of interest. The Director, ACTREC on enquiry will disclose the reasons for rejecting a tender or non issuing a tender document.

GENERAL TERMS

  1. Facilities required for electric power, ventilation, ducting and other details such as roomdesign, including control space if essential conforming to the safety standards etc.shouldbe mentioned in the offer. Any requirement of UPS/Voltage Stabilizer/computer connectivity & software should be specified.

2 The bidder will be responsible for safe transit of the goods under proper goods

insurance coverage and under standard conditions.

3. The bid should also contain a list of essential and optional accessories, spares and consumable required to be maintained by the Hospital and vendor. The list of places and institutions where the same equipment quoted are installed must be provided with technical bid. An equipment performance certificate from users is desirable.

4. Tenderers must be willing to demonstrate equipment functioning to the users at thetenderers cost.

5. The supplier will provide training of operators/technicians for operation and user

maintenance free of cost.

6 The successful tenderer will have to enter into a contract for supply, installation

and commissioning of the equipment. A Bank Guarantee for satisfactory

performance and service for specified period as mentioned in the contract will haveto be submitted.

7.The bidder will be solely responsible for the activities if found fraudulent on the

part of principal to cheat or swindling the Indian money by way of advance

payment or breach of terms and condition of L/C established for import of

tendered item

8. The bid should also include the following :

PAN No.

Service Tax No.

Vat No.

Profit & Loss a/c & Balance Sheet of the company for 03 years

Factory License / Shops & Establishment License.

Complete Literature of the Product offered.

Latest Letter of Authority from the manufacturer if the supplier is dealer or agent of the firm.

9. Tenderers having a service centre at Mumbai will be preferred.

10.If unsigned bids are forwarded, the Director, ACTREC / TMC reserves the right to reject the tender.

11.The equipments must have safety certifications EN 1176 certification/ BIS

certified approved wherever applicable & copy to be enclosed. Equipment

quality should be of high quality & meet theinternational standards.

12. The bidder is responsible for installation and commissioning of the equipment without damaging infrastructural image/face of our building/installation site. Temporary destruction and re-construction of existing structure in connection with the site preparation and installation of the equipment will be the vendor’s responsibility. Charges/expenses involved for the same shall be borne by the supplier. If any damage takes place while the work is in progress, from any cause whatever or if any defect, shrinkage or other faults appear in the work, the bidder shall make good the same at his own cost.

13.The installation certificate will have to be issued by the team of the experts and it should be countersigned by the user or Authorized person and the date on which such certificate is counter signed by will be the date from which period of warranty commence.

14. Any change in policy decision made by the TMC-ACTREC management before

awarding the contract will be binding on the vendor.

15.The bidder or his authorized representative will be entitled to participate in the tender opening process to take note of the proceedings of disclosure.

16. Equipment /Unit offered should be a new unit and not a refurbished unit

17. Conditional & incomplete offers will not be accepted.

TATA MEMORIAL CENTRE

ADVANCED CENTRE FOR TREATMENT RESEARCH & EDUCATION IN CANCER

KHARGHAR, NAVI MUMBAI 410210.

Tel-27405041/5002 Fax No.27405058

Email – /

TENDER FORM

Application

Ref : Tender No : Date :

1 Name of the Item / Work
2. Due Date of the submission of the tender.
3. Receipt No. for EMD Amount and
Date
4. Name / Title of the Bidder
5. Full Address (recent)
E-Mail(Recent)
Tel. No & Mobile No. (Recent)
Fax (Recent)
6.Name of the personauthorized to deal / undertake business for and on behalf of the bidder
Tel. No & Mobile No. (Recent)
Fax (Recent)
E-Mail(Recent)
7. Legal entity of the bidder whether Firm / Society / Company / Other entity
a. Registration No. / b. Authority with whom registered
c. License No. granted byfor
8.Main business of the bidder whether Manufacturer, Business Distributor, Wholesale Dealer, Retail trader or Service Agent
9.Authorized Area of operation in India
10.Name of the Principal Organization / Company for and on behalf working in India
11.Origin of the Principal Organization / Company
12.Address of the Principal Organization / Company
Tel. No. & Mobile No.
Fax
E-Mail
13.Name & Address of the Bankers of the bidders.
14. Authority / Delegation / Licence No. & Date granted by the principal to the representative bidder
15. PAN No.
TAN No.
16. Registration No. granted by Central Excise Commissioner for Service tax
17. CST No. / VAT No. / ST No.
18. Central Excise License No.
19. Import / Export Code No.
License No. for import
20. No. of manpower employed by the bidder / a. Scientific b. Technical
c. Administrative d. Finance
21. Support facility equipment No.
22. Experience of the bidder in dealing with the tendered item. Tenderer must have similar job done in the line of business / experience with 3 to 5 years will be considered
23. Whether supply of any item / service to TMC in past; if yes indicate the Purchase Order No. & Date
24. Any other relevant information for submission

Certified that the above information is correct & true to the best of my knowledge and belief. Nothing has been concealed and fabricated and in case any information is found incorrect. I, the under signatory will be personally responsible.

Signature

Nameof authorized person for bidder with seal

Date :

Tata Memorial Centre
Advanced Centre for Treatment, Research and Education in Cancer (ACTREC)
Technical Specifications of: Children Play Equipments
(Please see the Image)
Sr. No. / Description of Item / Compliance
1 / Slide with side hand rail & guard rail at top powder coated & FRP slide (Qty 1 No.)
2 / See Saw: FRP mould seats mounted heavy duty power coated GI pipe & structure (Qty 1 No.)
3 / Basket Ball Pole: With height adjustable from 4 feet height to 6 feet with laminated board, basket ring with net
(Qty 1 No.)
Transportation & Installation at Site including Cement & sand
Please also attach relevant technical literature of the quoted item/ equipment.

Sr.No.1 -Slide with side hand rail & guard rail at top powder coated & FRP slide

Sr. No.2 - See Saw: FRP mould seats mounted heavy duty power coated GI pipe & structure

Sr.No.3 - Basket Ball Pole: With height adjustable from 4 feet height to 6 feet with

laminated board, basket ring with net


To be printed & executed on Letter head of the principal supplier/manufacturer of the equipment of foreign origin

LETTER OF AUTHORIZATION

I, Mr. ______Chairman / Managing Director / President / Vice-President / General Manager hereby certify and declare that
M/s. ______having its registered office at ______is an organization dealing with the manufacturing and assembling of the equipment ______which is meant for scientific use for research/diagnostic/treatment and having business operations in India.

It is also certified that our representation and operations in India is done & executed by
M/s. ______which is a organization constituted under the provisions of ______and having their registered office at ______who has been fully authorized by us to act as our representative in whole or part of India to deal, undertake, participate in the business proceedings, quote rate for supply, installation, testing and commissioning, after sales services of our products / equipments and their spare parts together with consumables and procure purchase orders to pass to us on such rates and conditions as may be negotiated by them for and on behalf of us.

The Indian agent M/s. ______has also been authorized to provide after sales services, supply spare parts and consumables on the authorized rates as indicated in the price list of the company for the period of the currency of warranty and annual maintenance contract thereafter for a period of 5 years. They have also been authorized to negotiate the rate for allowing special discount to the hospital.

Signature

Name of authorized person for bidder with seal

Date :

To be printed & executed on Letter head of the supplier company / Indian agent

UNDERTAKING

To,

The Director,

Advance Centre for Treatment Research & Education in Cancer

Kharghar, Navi Mumbai – 410210.

1. I, the under signatory hereby undertake to supply, install and erect, testing & commission and maintenance of the equipment namely ______for and on behalf of bidder on agreed terms and conditions as have been stipulated and mentioned in the Purchase order on acceptance of my offer for the above equipment / item.

  1. I, the undersigned also hereby undertake to assure and promise to provide the spare parts within reasonable time for operation of the aforesaid equipment without any charge during the warranty period and thereafter I will make available all the spare parts and consumables on the agreed price allowing discount on the price list of the company, authenticated copy of which will be submitted for your record.

3. Further also, I undertake to assure and promise to provide technical operational training to the scientific and technical staff members of the user Institute without any charge after commissioning of the equipment and condition thereof. In case training experts are not available in India the necessary operational training not exceeding to one week shall be arranged by the manufacturing company of the equipment in the manufacturing / assembling unit of the equipment in the foreign country of origin.

Signature

Name of authorized person for bidder with seal

Date :

To be printed & executed on Letter head of the supplier company / Indian agent

Schedule of disclosure of existing customers to whom supply of equipment / service made available in India

CERTIFICATE

This is to certify that M/s. ______having manufacturing factory / unit at ______and having registered office at ______is a company registered and incorporated company under the Law of the land of ______, is our the principal company manufacturing the equipment namely ______. The said equipment has been supplied, installed and successfully commissioned with the users as are listed with their addresses in annexure hereto.

This is also to certify that we have not supplied above named equipment to any of the users in India at the cost less than the price quoted by us to Director, ACTREC, within the period of last six months.

Signature

Name of authorized person for bidder with seal

Date :

COMMERCIAL BID

1. The details of the price the equipment should be quoted in the following manner :

a)F.O.B. (including handling, inland freight & documentation charges) of basic unit, standard accessories, optional accessories & spares.

b)Freight & Insurance (Air & Sea). The insurance must cover the equipment up to installation, commissioning and testing.

c)Installation & commissioning charges if any. The delivery period of the equipment and the time required for installation / commissioning of the equipment must be mentioned.

d)The tender of the offer would be DAP (Delivery at place) / DDP (Delivered Duty Unpaid) – TMC as per the Incoterms 2010. All essential spares, consumables, labour and any other incidental costs required for delivering the equipment up to the site of installation and for the startup of the equipment must be included in the commercial bid.

e)The Institute is exempted from Custom Duty in accordance with Government Notification No.51/96 – Customs dt.23/07/1996 amended from time to time

2.Validity : Tender must remain valid for six months from the due date of the tender.

3.Mode of Payment : The mode of payment must be indicated clearly. The preferredMode of payment is payment within 30 days after successful installation and commissioning of the equipment. For import cases the mode of payment is “Unconfirmed and Irrevocable Letter of credit “

Payment Terms:

a) 90% against delivery and balance 10% on satisfactory installation of the

equipment.

b)10% Performance Bank Guarantee should be given which should be valid till

the completion of warranty period.

4. Warranty :

Warranty period and terms of warranty including accessories, details of preventive / periodic maintenance, frequency and task description must be specified.Vendors are required to specify the standard warranty offered. Preventive maintenance visits as per manufacturer'srecommendations should be undertaken during warranty, in addition to thebreakdown / service calls. Tenders not confirming to the clause are liable to be rejected. Should have local service facility.

5.Spares : Essential spares likely to be required during the period of warranty must be supplied with the equipment. Price list of major or minor spare components which are likely to be needed for proper functioning of the unit after warranty period must be supplied and the prices should be frozen for the next 05 years after the warranty period.

6.Consumables :Consumables if any required during installation, startup, commissioning andtrial runs are to be supplied by the supplier of the equipment. All consumables required for the working of the equipment should be quoted for in the commercial bid.

7.Items where custom duty has to be paid in India must be indicated with current rate ofduties.

8.In the price bid tenderers should ensure to quote the prices in the prescribed form if any of the tenderer not quoted the price are mentioned `dash' or `N.A.' then Management will presume that the cost of those equipments for which tenderers put 'dash' or `N.A.' included in the cost and no additional amount will be paid.

9.If the tenderer is not capable of quoting particular item tenderer should clearly mention in the Technical bid in the compliance report. For the cases where the compliance report the tenderer not mentioned anything then management is free to presume that it is inclusive of the cost quoted by the tenderer.

10.The term FREE implies providing goods and services within the premises of ACTREC, KHARGHAR,TMC at no cost to TMC or any account whatsoever.

11.If the manufacturer is quoting in foreign currency, an undertaking must be given by the manufacturer that the manufacturer does not have any office in India.

12.TMC – ACTREC reserves the right to purchase all OR any of the quantities tendered

13.Delivery site: – Stores Dept, ACTREC

14.Conditional & incomplete offers will not be accepted. Offers with conditions / ambiguity shall be liable to be rejected.

15.Rules & regulations of TMC will be part of contract.

16.Forfeiture of the E.M.D.: If for any reason whatsoever any bidder withdraws his bid at any time prior to expiry of the validity period or after issue of the Letter of Intent/ Work Order, Purchase Order, refuses to execute the Work Order / Purchase order or furnish the Security Deposit and Performance Guarantee for faithful performance of the contract within the stipulated time, the amount of E.M.D. is liable to be forfeited by ACTREC.

17.Refund of E.M.D.The Original E.M.D. receipt along with written request letter needs to be submitted in the Purchase Department for Refund of E.M.D.

a) EMD of the successful tenderer shall be refunded after the security deposit as called for the contract is furnished.

b) EMD furnished by all unsuccessful tenderers will be returned as early as possible after the expiry date of validity of their offer but not later than 30 days of award of the contract.

18.The installation certificate will have to be issued by the team of the experts and it should be countersigned by the user or Authorized person and the date on which such certificate is counter signed by will be the date from which period of warranty commence.

19.The bidder are also advised to ensure that the Commercial offer and the Technical offer papers are signed by the authorized persons and rubber stamp should be put wherever asked for.

20.The bidder or his authorized representative will be entitled to participate in the tender opening process to take note of the proceedings of disclosure.

21.Liquidated damages: In event of failure to supply within the stipulated delivery period, the purchaser reserves the right to levy liquidated damages @ 2% per month or part thereof for the delayed supplies.