Vous êtes sur la page 1sur 14

TATA MEMORIAL CENTRE

ADVANCE CENTRE FOR TREATMENT RESEARCH EDUCATION IN CANCER


KHARGHAR, NAVI MUMBAI- 400 0210, INDIA
Tel-27405041/5002 Fax No.27405058
Email – skirkase@actrec.gov.in / purchase@actrec.gov.in

Date : 01/03/2016

To,

Techno Commercial (Single Bid)

ENQUIRY NO: ACTREC/EQUIP/TC/2015-16/E-64


Submission date: 22/03/2016 up to 01.30 p.m.
Tender Opening date :22/03/2016 at 03.30 p.m.

TENDER FORM

The Director, ACTREC, Tata Memorial Center, Advance Centre for Treatment,
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.

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


superscribed as “ACTREC/TC/2015-16/E-64 FOR “Hiring of Ambulance
Services on Annual Rate Basis .The tender should contain the techno-
commercial bid which should be received by 01.30 p.m. on or before
22/03/2016 in the Purchase Department, Advance Centre for Treatment,
Research, Education, in Cancer, 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 ₹.3,500/- & tender fee of ₹.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.

1
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. Bidder should have an Experience of similar services (i.e providing vehicles on


rent) for at least preceding 3 years. Copies of detailed work orders should be
submitted as documentary proof.

2. The Bidder should possess an independent EPF in their firms name on the
date of submission of bid. Copies of the same, indicating the registration no should
be submitted along with the copies of the latest challans.

3. Documentary proof in the form of RC (registered in the bidders name or his


company or legally valid partners only, should be submitted in its support. In
case of partnership firm, complete details/relevant documents shall be furnished
with the bids.

4. A firm shall submit only one bid in the same bidding process, individually as a
bidder. No firm can be a subcontractor while submitting a bid individually in the
same bidding.

5. All pages of the bid to be signed and sealed by authorized person of the bidder.

6. The successful tenderer will have give Bank Guarantee for satisfactory
performance and service for specified period as mentioned in the contract will
have to be submitted.

7. The bid should also include the following :


4 PAN No.
5 Service Tax No.
Vat No.
6 Profit & Loss a/c & Balance Sheet of the company for 03 years
7

8. The contractor will have to provide spare wheel(s) in good condition with the
vehicle to meet any eventual breakdown en-route requiring minor repairs
developed during journey.

2
9. If unsigned bids are forwarded, the Director, ACTREC / TMC reserves the right to
reject the tender.

10. The vehicle asked for under tender should be fit in all respects for use in
accordance with Motor Vehicle Act and rules and existing laws as applicable from
time to time. The vehicle(s) must be equipped with valid documents i.e.,
Registration Book, Insurance Certificate, Fitness Certificate, Permit and with all
taxes, fee, levies paid up to date, during the currency of the contract. The
responsibility of any lapse in this regard shall be that of the contractor exclusive
and the ACTREC stands completely indemnified by the contractor against such
defaults.

11. Any change in policy decision made by the TMC-ACTREC management before
awarding the contract will be binding on the vendor.

12. The duration of contract for the subject vehicle(s) will be for a period of 01 year
as per terms & conditions of contract. The same can be extended for another
term, as may be mutually agreed. Extension of the term however, not binding on
either party.

13. The rates quoted are firm and will remain un-changed during the currency of the
contract including the extended period.

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

15. If contract is no longer required one month’s notice shall be given in writing before
effecting the termination of contract.

16. Conditional & incomplete offers will not be accepted.

3
TATA MEMORIAL CENTRE
ADVANCED CENTRE FOR TREATMENT RESEARCH & EDUCATION IN CANCER
KHARGHAR, NAVI MUMBAI 410210.
Tel-27405041/5002 Fax No.27405058
Email – skirkase@actrec.gov.in / purchase@actrec.gov.in

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 person authorized
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 by for

8. Main business of the bidder


whether Manufacturer, Business
Distributor, Wholesale Dealer,
Retail trader or Service Agent

4
9. Authorized Area of operation in
India
10. Name of the proprietor

11. No. of years in Service/ business


12. Total No. of Ambulances
Available please mention
Ambulance Nos. & also attach
photocopy of R.C’s

13. Name & Address of the Bankers


of the bidders.

14. Year of make of the vehicles

15. Total Number of Drivers (attach


photocopies of Driving Licence)
16. Copy of Balance Sheet/ Annual
Report/ IT Return of the firm
for last 3 years , if any (Attach
Documentary evidence)(2012-
13, 2013-14, 2014-15)
17. PAN No.
TAN No.
18. Registration No. granted by
Central Excise Commissioner
for Service tax
17. CST No. / VAT No. / Service

5
Tax No. (please attach copies)
19. Details of services provided by
the agency to the other
Hospital/ Govt. Depts. (attach
documentary evidence)
20. Experience of the bidder in
dealing with the tendered item/
services. 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

Name of authorized person for bidder with seal

Date :

6
TATA MEMORIAL CENTRE

ADVANCED CENTRE FOR TREATMENT, RESEARCH AND EDUCATION IN CANCER

Hiring of Ambulance Services for a period of 1 year

Sr. No. Description Compliance

1. Cardiac Ambulance

2. Non Cardiac Ambulance

3. Maruti Van Ambulance

4. ECCO Ambulance

5. Ambulance AC

6. Hearse Van Ambulance (with ice box)

7
Ambulance Terms and condition

1. On Placement of the Telephonic request Appropriate Ambulance (Cardiac/ Non Cardiac/


Hearse) has to be immediately dispatched so as to reach ACTREC within 30 minutes.
2. The driver and personnel in the ambulance should be well trained to handle patients
during transit.
3. The Ambulance sent should be in good working condition in terms of the vehicle
mechanicals.
4. The clinical amenities in the ambulance (Cardiac / Non Cardiac as the case be) should
be checked before dispatch in terms Oxygen pressure to last a journey with patient on
Oxygen for 3 hours and a full stand by Oxygen cylinder as back up. For Cardiac
Ambulance Medical equipments like Monitors, Ventilators, Defibrillator etc should be in
good working condition with required accessories/ consumable so as to apply on the
patient immediately on arrival.
5. The Ambulance siren and emergency lighting system should be in working condition.
6. On arrival the Ambulance may require to wait as the case may be for the shifting of the
patient or bring the patient back from the referred site.
7. In case of breakdown of the ambulance during transit an alternate ambulance of similar
amenities is to be arranged by the contractor immediately so that the patient reaches the
destination without wastage of time.

8. Ambulance should be fully equipped & legally registered as Ambulance with


R.T.A. The vehicle should have valid permit, required tools, Spare wheel and spares for
running repairs to be carried out en- route. The vehicles should have neat and clean seat
covers and foot mat etc
9. The driver(s) provided with the vehicle(s) must be physically/medically fit, professionally
sound and legally competent in all respects holding valid license as prescribed under
prevailing Motor Vehicle Act and rules other applicable act and rules on the subject.
10. The Contractor should ensure that insurance of the ambulance against third party
liabilities & comply with all the relevant rules of the Motor Vehicles ACT etc.
11. Driver will maintain log book which will form the basis for regulating the payment
12. Agency/ Contractor will submit bill on monthly basis for regulating the payment

13. In the event of failure or delay of the contractor in placing the required hired
vehicles at the disposal of ACTREC or vehicle is not in acceptable condition for any
reason whatsoever, ACTREC authorities shall have the option to exercise any of the
following rights:
To make suitable alternative arrangement of the hired vehicle at the sole risk and cost of
the contractor and recover such extra cost and expenses from contractor either from the
amount due to the contractor or from his Security Deposit etc. The cost and expenses
under this Clause however shall not be limited to the outstanding amount/Security
Deposit etc. due to the contractor and the contractor will be liable to refund the entire cost
to ACTREC.

8
COMMERCIAL BID

1. Validity : Tender must remain valid for three months from the due date of the
tender.

2. Mode of Payment : The mode of payment must be indicated clearly. The


preferred Mode 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 “

3. 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.

4. 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.

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

6. TMC – ACTREC reserves the right to purchase/ services all OR any of the
quantities tendered

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

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

9. 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.

10. 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.

9
11. The bidder or his authorized representative will be entitled to participate in the
tender opening process to take note of the proceedings of disclosure.

12. Any change in policy decision made by the TMC-ACTREC management before
awarding the contract will be binding on the vendor.

PURCHASE OFFICER
ACTREC

I/We have read the Terms and conditions and the same are acceptable to me/us.

____________________
(Tender’s Signature)

TENDERER'S FULL NAME & ADDRESS:


NAME: ________________________________

ADDRESS: _____________________________

_______________________________________

DATE:

10
TATA MEMORIALCENTRE
ACTREC

Please refer attached file (for Price Bid) PLEASE QUOTE THE
PRICES IN INR.
Kindly attach the same along with the tender

11
Tata Memorial Centre
ACTREC
(Purchase Department)
Sector 22, Kharghar, Navi Mumbai-410210,

Vendor Capability Proforma

Vendor Name:

Address (Reg) Office:

Address Factory:

Telephone No: Fax No:


Email :
Contact Person Name :
Designation:
Mobile No:
Types of establishment : Manufacturer/Distributor/Dealer/Trader/Agent
Constitution of company : Proprietary/Partnership/Limited/Other
Year of Establishment :
Items proposed to be supplied to the hospital :

Name and address of Bankers & Account No. :

Credit limit:
PAN No:
Sales Tax registration No.
FDA license No. (if required)
Factory Act License/SSI Registration/Shops and establishment license No.:

12
Commercial Information

Are you in Rate Contract with DGS & D/


Railway/MCGB/BPT/ Any other hospital:-
Principal customers Product Value in
Name and address supplied Rs. Lacs per year

Other information

Please enclose Photocopies of following documents:


1 Balance sheet and P&L A/c for last three years
2 Latest Income Tax Return acknowledge

3 VAT / Service Tax certificate


4 FDA License if required
5 Factories ACT License/SSI Registration/Shops
And establishment License

Signature & Seal of the Vendor: Date:

For TMH office use only


Inspection carried out by :
Inspection date:
Vendor Code:
Signature of inspector:
Approved / Rejected by:

Purchase Officer

13
NEFT FORM

APPLICATION FORM FOR DEPOSITING PAYMENT AGAINST BILLS IN BANK ACCOUNT BY


ELECTRONIC CLEARING SERVICE/NEFT

1) Name of the Vendor

2) Vendor Address & Other Particulars


a) PAN NO.
b) VAT NO.
c) CST NO.
d) SERVICE TAX NO.
e) Mobile No.

f) Email ID
Account Holder's Name (Title of the
3) Account)

4) Bank Account No.

5) Bank Name, Branch & Address

6) 9-Digit MICR code of the bank

7) Account type (SB/CURRENT)

8) IFSC Code (attach xerox copy of cheque)

I hereby declare that the particulars given above are correct and complete. If the transaction is delayed
or not effected at all for reasons of incomplete information, I would not hold the user institution
responsible. I agree to discharge the responsibilities as a participant under the scheme.

Signature of the Vendor with seal.


Certified that the particulars furnished above are correct as per our records.

Signature of the authorised official from the bank.

14

Vous aimerez peut-être aussi