TENDER DOCUMENT FOR SUPPLY OF MEDICAL EQUIPMENT PORTABLE DIGITAL 300 MA X-RAY MACHINE

Similar documents
TENDER DOCUMENT FOR SUPPLY OF FLOW CYTOMETER

From: Embassy of India, Ankara

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

DETAILED OF TENDER PAPER FOR PRINTING & SUPPLY OF FLEXI BOARD UNDER FEEDING PROGRAMMES (SNP/EFP & MDM) FOR THE YEAR

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

Vector Network Analyzer

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT , 15:00 Hrs (Indian time) , 16:00 Hrs (Indian time)

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

TENDER DOCUMENTS FOR SUPPLY INSTALLATION AND COMMISSIONING OF BIOMETRIC DEVICE FOR FINGERPRINT ATTENDANCE SYSTEM

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

Air Compressor (Scroll type oil free), Dryer and all tubing

Tender Title : LOAD TESTING OF STARTER GENERATORS

Ref No: / /91/IT/Dir/ Date: 02/02/2012.

SOFTWARE TECHNOLOGY PARKS OF INDIA

OFFICE OF THE DEAN COLLEGE OF VETERINARY SCIENCES & ANIMAL HUSBANDRY CENTRAL AGRICULTURAL UNIVERSITY SELESIH,AIZAWL, MIZORAM

Sub.: Request for Quotation of

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.

Prof.& Head, Department of Computer Science & Engineering PEC University of Technology Chandigarh

Notice Limited Tender Enquiry / Notice Inviting Quotations. No.NIQ- / / /JMI/2013 Date:-

R E Q U E S T F O R Q U O T A T I O N. ENQUIRY NO. NAL/ABP/ EAD/104/2010F January 11, 2011

Re-Tender. for. Supply and Installation of the. Student Biometric Attendance System. Indian Institute of Technology Jodhpur

ADMINSTRATION OF DAMAN AND DIU(U.T.)

2. The Earnest Money Deposit (EMD) of Rs. 50,000/- (Rupees Fifty thousand only) in

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Ministry of Women and Child Development

NOTICE INVINTING QUOTATION

New Delhi, Dated: 5th May 2011 TENDER NOTICE

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS

Limited Tender for Purchase of Vaccine Carriers and Ice Packs for Medical and Public Health Department

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

Following terms and conditions may be kept in view while submitting the bids :-

Tender Notice. Tender no. : NTSC (O)/EM/F&F/ Date: 8th June, 2015

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA BIHAR (INDIA)

Terms and Conditions

Development of application Software for Election Commission

INVITATION FOR QUOTATIONS FOR SUPPLY OF EQUIPMENT THIS INVITATION DULY SIGNED ON ALL PAGES SHOULD BE ATTACHED WITH THE QUOTE

SHORT TERM TENDER NOTICE

How To Buy Video Conferencing Equipment And Projector From Bhadarwah Campus Of Jammu And Kashmir

How To Sell Cement In Jamshedpur

DIRECTORATE OF KNOWLEDGE MANAGEMENT IN AGRICULTURE (Indian Council of Agricultural Research) Krishi Anusandhan Bhavan, Pusa, New Delhi

Government of Jharkhand Department of Science & Technology Nepal House, Doranda, Ranchi Ph , , Fax ,

Tender No: NEDA/Comp/ RMS/ Dated: 03/11/2015

LIMITED TENDER FOR DESIGN, DEVELOPMENT AND IMPLEMENTATION OF WEBSITE FOR NON TIMBER FOREST PRODUCE (NTFP)

Supply, Installation and maintenance of OCSP software

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

2. Tender which does not show rate as above is liable to be rejected.

National Small Industries Corporation Ltd NSIC Bhawan, Okhla Industrial Estate, Phase III New Delhi-20 Telephone:

INVITATION FOR TENDER FOR SUPPLY OF EQUIPMENT

TENDER DOCUMENT FOR MAINTENANCE CONTRACT FOR COMPUTERS AND PRINTERS

TENDER NOTICE. Tender for Printing of Calendars Wall Calendars, Desk Calendars & Date Calendars

UNIVERSITY OF KALYANI INVITATION FOR TENDER DOCUMENTS FOR THE ANNUAL MAINTENANCE CONTRACT OF PHOTOCOPIER MACHINE FOR THE YEAR

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software

ORISSA CONSTRUCTION CORPORATION LTD. (A GOVT. OF ORISSA UNDERTAKING) CENTRAL WORKSHOP, RASULGARH, BHUBANESWAR (ORISSA)

4 Mbps Internet connectivity Leased Line (1:1 uncompressed and unshared) for National Small Industries Corporation Ltd, New Delhi for one year.

Supply & installation of split air conditioners

GOVT. WOMEN S POLYTECHNIC COLLEGE Shivaji Nagar, Bhopal, Madhya Pradesh

GOVERNMENT OF INDIA. No: 06-ADM/23/PUR/NER/MMD/12 Dated: 27-MARCH-2012

Subject : Annual Contract for Pest Control, Rodent Control and Termite Control to the Commission for the year

No / / CICT / CCTV / AMC Date:

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR , INDIA

TENDER NOTICE NO. 04/

I) SCHEDULE TO TENDER

(A K Chatterjee ) Sc. F & Head, BIS-DSBO

TENDER FOR AMC OF LAN NODES & SWITCHES

EXPRESSION OF INTEREST (EOI) 001/ DT

Indian Institute of Technology, Kharagpur Kharagpur , WB, India

Ref. No.: F.1/N.931/CASS/SPA/PSM 6 th November, Quotation for AMC of Bio-Metric Time Attendance Machines installed in the School.

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department

Sub: Tender Enquiry for Sale of Condemned Items.

INDIAN INSTITUTE OF TECHNOLOGY (BHU) Varanasi

Tender for 30Mbps (1:1) Internet Leased Line on RF for Translational Health Science an Technology Institute, Faridabad

Limited Tender Notice For 2Mbps Internet Leased Line Connection

TENDER DOCUMENT FOR DIGITIZATION OF PUBLICATIONS OF BIS

Indraprastha Institute of Information Technology Delhi (IIIT-Delhi) Okhla, Phase-III, Near Govindpuri Metro Station, New Delhi , INDIA

TATA INSTITUTE OF FUNDAMENTAL RESEARCH Homi Bhabha Road, Colaba, Mumbai A Deemed University

TENDER DOCUMENT FOR SUPPLY, INSTALLATION & COMMISSIONING OF LA-ICP-OES & RELATED ACCESSORIES

TENDER DOCUMENTS FOR INTERNET LEASED LINE CONNECTION AT HRDG, CSIR COMPLEX, NEW DELHI : ( upto 1500 hrs.)

TENDER FOR. Supply, Installation, Commissioning and Maintenance of 04 Mbps Internet Leased Line at NSIC Head Office, Okhla, New Delhi for One Year.

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y with BOB Zonal Stationery Cell, Baroda. Ph.

(RFP) PURCHASE OF BLADE SERVER

SECTION-I. Mysore /Division / NOTICE INVITING TENDER

ARVIND LIMITED, NARODA ROAD, AHMEDABAD

TENDER FOR TRAVEL SERVICES

TENDER FOR ANNUAL MAINTENANCE CONTRACT & CREATION OF WEBSITES OF O/o DIRECTORATE OF FILM FESTIVALS.

REQUEST FOR PROPOSAL TO SETTING UP A CALL CENTRE. No SIC/DPU/19/Call Centre/ Nov2008 Dated: 19th Jan, Document Fee: Rs.

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi TENDER NOTICE FOR INTERNET CONNECTIVITY

E- NOTICE INVITING QUOTATION FOR HANDLING AND FORWARDING OF MEDICINESAND MEDICALEQUIPMENT FOR HAJ -2016

Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID

JHARKHAND STATE ELECTRICITY BOARD

TECHNOLOGY STUDENTS GYMKHANAINDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR , INDIA. No.IIT/TSG/ENQ/ /RLM-01 Date:

SCHOOL OF PLANNING AND ARCHITECTURE

SECTION PERFORMANCE BOND., hereinafter called PRINCIPAL, and

भ रत य वम नपत तन धकरण

e-tender (ON-LINE) INVITATION NOTICE NO. 06 Of

100 mbps dedicated uncompressed symmetric Internet Bandwidth (1:1) connectivity through optic fiber Leased Line at given location:

4 channel Strong Motion Accelerograph with Velocity Sensor

Expression of Interest for Empanelment Of Film Producer/ Film Production Agency

Transcription:

TENDER DOCUMENT FOR SUPPLY OF MEDICAL EQUIPMENT PORTABLE DIGITAL 300 MA X-RAY MACHINE NATIONAL CENTRE FOR ANTARCTIC & OCEAN RESEARCH (Ministry of Earth Sciences, Govt. Of India) Headland Sada, Vasco-da-Gama GOA -403 804, INDIA. Tel: 91- (0) 832 2525571 Telefax: 91- (0) 832 2525573 Email: warlu62@ncaor.gov.in Website: www.ncaor.gov.in

1 NATIONAL CENTRE FOR ANTARCTIC & OCEAN RESEARCH (Ministry of Earth Sciences, Govt. Of India), HEADLAND SADA, VASCO-DA-GAMA, GOA - 403 804 TENDER FOR MEDICAL EQUIPMENT (PORTABLE DIGITAL 300 MA X-RAY MACHINE) 1. SUPPLY OF PORTABLE DIGITAL 300 MA X-RAY MACHINE Quantity- Specification- 1 Pc As per Annexure I 2. General Terms and Conditions As per Annexure II 3. Cost of Tender Documents (In Person) 500.00 4. Cost of Tender Documents (By Post) 550.00 5. Tender Documents Tender documents can be downloaded by tenderers from NCAOR website. In case a tenderer is using the documents and forms downloaded from the website, the cost of tender documents shall be sent in the form of Bank Draft in a separate envelope along with the tender. EMD Bidders shall submit EMD along with their tender, either By DD drawn in favour of NCAOR, for a sum of 15,000/- (Rupees Fifteen Thousand only) or in the form of a bank guarantee for a sum of 15,000/- (Rupees Fifteen Thousand only) 6. Last Date and time for issue of tender documents MONDAY 10.11.2014 1600Hrs (IST) 7. Last Date and time for submission of sealed quotations TUESDAY 11.11.2014 1700Hrs (IST) 8. Date and time of tender opening WEDNESDAY 12.11.2014 1000Hrs (IST)

2 ANNEXURE I Technical Specification for Mobile/Portable X-Ray Unit Compact, easily transportable, digital mobile radiographic unit with articulated/telescopic arm, suitable for bedside X-Ray for ward patients, intensive care units and operation theatres. The unit should be a digital system with flat panel detector and must include the following. 1. Power line connection : The unit should operate in single- phase power supply and should have overload protection. Plug in facility to any standard will outlet with automatic adaptation to line voltage 200 to 240 Volts 1.5 Amp plug. 2. Ergonomics: The unit should have small foot print. The height of the column stand should not be more than 150cm for easy transportation in the lift etc. And areas with small height doors. The Equipment should be light weight, not more than 160 kg. It must have an articulated or telescopic arm for maximum positioning flexibility in any patient position. The cables should be concealed in the arm system. The exposure release switch should be detachable with a cord of at least 5 meters. Extractable measurable tape should be available. 3. The Generator: 3.1 Must be microprocessor controlled high frequency. 3.2 Output 30 KW or more at Nominal power Rating. 3.3 Display it should have a digital display of mas and KV and an electronic timer. 3.4 KV range: 40 KV to 125 KV or more 3.5 Max. Current : 400 ma or more 3.6 mas it should be capable of delivering up to 300 mas in different steps 3.7 Shortest exposure time: Should be 1 ms or less. 4. X-ray Tube: 4.1 Output should match the output of the generator 4.2 It must have a rotating anode with at least 3000rpm or more. 4.3 It should have dual focus. Large Focus: 1.3 mm and small Focus 0.6 mm or better 4.4 Anode heat storage capacity should be more than 100KHU. 4.5 Multi-leaf collimation rotatable+/-90 degrees with off/on timer should be supplied with the system. 5. Flat panel detector 5.1 The flat panel detector should be of the size 14 x17 inch or more. 5.2 Detector should have DQE of 65% at 0 lp/s or more. 5.3 The Detector pixel matrix should be 2k x 2k or more. 5.4 Pixel size/pitch should be 160µm or less. 5.5 The machine should have a detector storage compartment. 5.6 The image viewing time after exposure should not be more than 5 sec. 5.7 Weight of the detector should not be > 5 kg. 5.8 The Detector should be designed and calibrated for General Radiography Purposes and must be fully integrated with the mobile unit including the controls. 5.9 The Detector should have a long chord to easily reach the patient for bedside x-rays 6. Battery 6.1 The machine should be able to run on mains as well as on battery supply. 6.2 Please specify number of exposures which can be done on battery 6.3 The battery should also provide power for the motor to move the machine. 6.4 The battery should be able to be charged from a normal 15A, 220-240V single phase socket in less than 6 hours

3 7. Inbuilt Console: The machine should have an integrated/inbuilt console with a TFT touch screen 7.1 The console should enable to view the image, and provide post processing features, using touch screen. 7.2 The post processing features should include zoom, contrast and brightness, adjustment, panning annotate, mark and reporting. 7.3 Storage of image with a memory of at least 3000 images. 7.4 The touch screen size should be 15 inches or more. 8. Connectivity: The machine should be fully network ready and it should be possible to transfer images and patient data from and to hospital network using LAN connectivity or wireless LAN. 9. Accessories: grid of 10:1 ratio of appropriate size preferably 17 x 17 should be supplied. 10. Breaking System: The Unit should have effective breaking system for parking. 11. Warranty: 5 Years comprehensive warrantee for complete system including X-ray tubes. 12. CMC Charges: The bidders should quote year-wise CMC charges for five years after completion of warrantee uptime warrantee should be 98% 13. Certification: System shall have valid AERB certificate of the quoted model. The bidder to provide any other certificate required for importing the equipment in case of imported modes. 14. Installations and Training: The bidder should have installed same model successfully in India. The copy of the satisfactory performance certificate of same model to be enclosed along-with the bid. 15. Service Center: Company should have an established registered service center in Delhi. The bidder should provide the address and phone numbers. 16. Product Data Sheet: All specification to be provided with original product data sheet. All technical specification should be supported with original data sheet highlighting the page number in the compliance sheet. Photocopy/ computer print will not be acceptable. 17. Spare Availability: The principal should give undertaking regarding the spares availability for next 10 years. TECHNICAL COMPLIANCE STATEMENT FOR SUPPLY OF PORTABLE DIGITAL 300 MA X-RAY MACHINE

4 Technical Specification for Mobile/portable X-Ray Unit SPECIFICATIONS FOR SUPPLY OF MACHINE PORTABLE DIGITAL 300 MA X-RAY Compact, easily transportable, digital mobile radiographic unit with articulated/telescopic arm, suitable for bedside X-Ray for ward patients, intensive care units and operation theatres. The unit should be a digital system with flat panel detector and must include the following. 1. Power line connection : The unit should operate in single- phase power supply and should have overload protection. Plug in facility to any standard will outlet with automatic adaptation to line voltage 200 to 240 Volts 1.5 Amp plug. 2. Ergonomics: The unit should have small foot print. The height of the column stand should not be more than 150cm for easy transportation in the lift etc. And areas with small height doors. The Equipment should be light weight, not more than 160 kg. It must have an articulated or telescopic arm for maximum positioning flexibility in any patient position. The cables should be concealed in the arm system. The exposure release switch should be detachable with a cord of at least 5 meters. Extractable measurable tape should be available. 3. The Generator: 3.1 Must be microprocessor controlled high frequency. 3.2 Output 30 KW or more at Nominal power Rating. 3.3 Display it should have a digital display of mas and KV and an electronic timer. 3.4 KV range: 40 KV to 125 KV or more 3.5 Max. Current : 400 ma or more 3.6 mas it should be capable of delivering up to 300 mas in different steps 3.7 Shortest exposure time: Should be 1 ms or less. 4. X-ray Tube: 4.1 Output should match the output of the generator 4.2 It must have a rotating anode with at least 3000rpm or more. 4.3 It should have dual focus. Large Focus: 1.3 mm and small Focus 0.6 mm or better 4.4 Anode heat storage capacity should be more than 100KHU. 4.5 Multi-leaf collimation rotatable+/-90 degrees with off/on timer should be supplied with the system. 5. X-ray Tube: 5.1 Output should match the output of the generator 5.2 It must have a rotating anode with at least 3000rpm or more. 5.3 It should have dual focus. Large Focus: 1.3 mm and small Focus 0.6 mm or better 5.4 Anode heat storage capacity should be more than 100KHU. 5.5 Multi-leaf collimation rotatable+/-90 degrees with off/on timer should be supplied with the system. COMPLIED/ NOT COMPLIED EXTRA FEATURES

5 6. X-ray Tube: 6.1 Output should match the output of the generator 6.2 It must have a rotating anode with at least 3000rpm or more. 6.3 It should have dual focus. Large Focus: 1.3 mm and small Focus 0.6 mm or better 6.4 Anode heat storage capacity should be more than 100KHU. 6.5 Multi-leaf collimation rotatable+/-90 degrees with off/on timer should be supplied with the system. 7. Flat panel detector 7.1 The flat panel detector should be of the size 14 x17 inch or more. 7.2 Detector should have DQE of 65% at 0 lp/s or more. 7.3 The Detector pixel matrix should be 2k x 2k or more. 7.4 Pixel size/pitch should be 160µm or less. 7.5 The machine should have a detector storage compartment. 7.6 The image viewing time after exposure should not be more than 5 sec. 7.7 Weight of the detector should not be > 5 kg. 7.8 The Detector should be designed and calibrated for General Radiography Purposes and must be fully integrated with the mobile unit including the controls. 7.9 The Detector should have a long chord to easily reach the patient for bedside x-rays 8. Battery 8.1 The machine should be able to run on mains as well as on battery supply. 8.2 Please specify number of exposures which can be done on battery 8.3 The battery should also provide power for the motor to move the machine. 8.4 The battery should be able to be charged from a normal 15A, 220-240V single phase socket in less than 6 hours 9. Inbuilt Console: The machine should have an integrated/inbuilt console with a TFT touch screen 9.1 The console should enable to view the image, and provide post processing features, using touch screen. 9.2 The post processing features should include zoom, contrast and brightness, adjustment, panning annotate, mark and reporting. 9.3 Storage of image with a memory of at least 3000 images. 9.4 The touch screen size should be 15 inches or more. 10. Connectivity: The machine should be fully network ready and it should be possible to transfer images and patient data from and to hospital network using LAN connectivity or wireless LAN. 11. Accessories: grid of 10:1 ratio of appropriate size preferably 17 x 17 should be supplied 12. Breaking System: The Unit should have effective breaking system for parking 13. Warranty: 5 Years comprehensive warrantee for complete system including X-ray tubes 14. CMC Charges: The bidders should quote year-wise CMC charges for five years after completion of warrantee uptime warrantee should be 98%

6 15. Certification: System shall have valid AERB certificate of the quoted model. The bidder to provide any other certificate required for importing the equipment in case of imported modes 16. Installations and Training: The bidder should have installed same model successfully in India. The copy of the satisfactory performance certificate of same model to be enclosed along-with the bid 17. Service Center: Company should have an established registered service center in Delhi. The bidder should provide the address and phone numbers. 18. Product Data Sheet: All specification to be provided with original product data sheet. All technical specification should be supported with original data sheet highlighting the page number in the compliance sheet. Photocopy/ computer print will not be acceptable. 19. Spare Availability: The principal should give undertaking regarding the spares availability for next 10 years. TERMS AND CONDITIONS FOR SUBMISSION OF QUOTATION ANNEXURE II

7 1) The National Centre for Antarctic and Ocean Research (NCAOR) invites sealed quotations from the reputed firms for the SUPPLY OF PORTABLE DIGITAL 300 MA X-RAY MACHINE at NCAOR, GOA as per the specifications given in Annexure I 2) The bids should be submitted in sealed covers, super scribing tender for SUPPLY OF PORTABLE DIGITAL 300 MA X-RAY MACHINE, sealed and addressed to the Director, National Centre for Antarctic & Ocean Research, Headland Sada, Vasco-da-Gama, Goa 403 804. Offer sent through fax will not be accepted. 3) Overwriting and corrections should be attested properly. The bid should be complete in all respects and should be duly signed. Incomplete and unsigned bids will not be considered at all. 4) All relevant technical literature pertain to items quoted with full specifications (Drawing, if any), information about the products quoted, including brochures if any should accompany the quotation. 5) A list of reputed clients to whom the firm has supplied similar items to be furnished along-with the quotation. 6) Quotation should be valid for a period of 90 days from the date of tender opening and the period of delivery required should also be clearly indicated. If the supplier fails to deliver the goods within the time to be agreed upon, for delayed deliveries and for delays in installation (wherever applicable) NCAOR reserves the right to levy liquidated damages at the rate of 0.5% per week or part their of up to maximum of 5%. 7) Technical Bid should contain EMD. Bidders shall submit EMD along with their tender, either By DD drawn in favour of NCAOR, for a sum of 15,000/- (Rupees Fifteen Thousand only) or in the form of a bank guarantee for a sum of 15,000/- (Rupees Fifteen Thousand only) from any reputed bank (scheduled bank) initially valid for 180 days from the date of closing of the tender as per the proforma enclosed. Tender without EMD in the envelope shall be summarily rejected. The EMD of unsuccessful bidders shall be returned within 15 days of the award of contract. The earnest money will be liable to be forfeited, if the tenderer withdraws or amends impairs or derogates from the tender if any respect within the period of validity of his tender. 8) Please specify the Make/Brand and Name of the Manufacturer with address, country of origin and currency in which rates are quoted. 9) Compliance Statement: Equipments point-by-point comparison/compliance statement with technical specification indicated in the tender, should be enclosed along with your tender as well as any other extra features of the equipment be shown separately therein and also compliance statement for all commercial terms of the tender document. 10) The order acknowledgement should be from the principals and if the Indian Agent is empowered to quote and to furnish order acknowledgement, a copy of agreement entered by you with the Indian Agent to be furnished. 11) NCAOR is not entitled to issue form C/D. No sales Tax or any other Tax shall be payable by us unless payment of the same is specifically mentioned by the suppliers in their bids and same is legally leviable. 11) To avail duty concessions i.e. Excise Duty as per Govt. notification 10/97 & Custom Duty as per Govt. notification 51/96, NCAOR will provide exemption certificates. Hence, the rates should be split into basic cost and Excise Duty if any. 12) A Committee constituted by the Director, NCAOR for the purpose reserves the right to open the

8 bids. 13) A technical Committee constituted by the Director will assess the product supplied/installed for their quality and their conformity to the specifications provided by the firm in their quotations. Any item(s) identified by the Committee to be not as per the specifications or are found to be of inferior quality will be rejected, and the bills towards the supply will not be processed for payment till proper replacements are provided. 15) All medical equipment should be in good working conditions and shall be packed properly. 16) The rate quoted against each should be units stated. Where quotations are in terms of units other that specified, relationship between the two sets of units must be furnished. 17) Quotation should be submitted on FOR, Goa. 18) The supplier will be responsible for and should cover, Insurance for all transit risk. 19) No advance payment will be made. Payment shall be made within 30 days from the date of receipt, acceptance and satisfactory installation of equipment. The payment will be authorized after submission of a Bank Guarantee for 10% value of the order towards warranty guarantee. The performance Bank Guarantee should be furnished within 15 days from the date of placement of order from a reputed bank (scheduled bank in India) valid till 60 days after the warranty period. 20) Acceptance of this tender form and submission of the quote within the stipulated time would be treated as: a) The tenderer has understood all requirements as described in our Tender document. b) Acceptance to provide/establish all the facilities mentioned in our tender without any price escalation, if the tenderer finds it necessary to add any hardware or software or any other materials during implementation. c) Agreeing to execute order to the satisfaction of NCAOR or its authorized representatives within the stipulated time. 21) NCAOR will not be liable for any obligation until such time NCAOR has communicated to the successful bidder of its decision to release the Purchase Order. 22) NCAOR will not be responsible for any postal delays. 23) Bidders shall note that NCAOR will not entertain any correspondence or queries on the status of the offers received against this Tender Invitation. 24) Tenders from Manufacturers/Suppliers/Tenderers whose performance was not satisfactory in respect of quality of supplies and delivery schedules in any organizations, are liable for rejection. The tenders that do not comply with the above criteria and other terms & conditions are liable for rejection. 25) The Director, NCAOR does not bind to accept the lowest quotation and reserves the right to himself, to reject or partly accept any or all the quotations received without assigning any reason. QUESTIONNAIRE

9 a. Name of the Manufacturer / Tenderer. b. Full postal address with Telephone, Telefax, Email. c. Please specify whether Public Limited, Company, Private Organization or Partnership Firm. d. Nature of the Business. e. Date of Establishment. f. Present Turnover. g. Permanent Income Tax Ref. No. h. C.S.T. / S.T. NO. i. Address & Telephone Nos. Of your branch office in GOA (please specify whether Distributing/Servicing/Marketing the products). j. Reference of reputed Customers. k. Details of the highest order executed and value thereof. l. Tender fee submitted/enclosed. m. Technical Specifications/Literature/Brochure attached. n. Tender Acceptance. TENDER ACCEPTANCE UNDERTAKING

10 To The Director, NCAOR, Headland Sada, Vasco Goa. Having examined the tender document for SUPPLY OF PORTABLE DIGITAL 300 MA X-RAY MACHINE, we the undersigned hereby offer to supply the equipment in conformity with all specifications and conditions set out in the tender document. We enclosed all the relevant documents as per the tender. We understand that you are not bound to accept the lowest or any tender received. Date : Name : Designation : (Signature of Bidder) Seal To BANK GUARANTEE FORMAT FOR FURNISHING EMD NATIONAL CENTRE FOR ANTARCTIC & OCEAN RESEARCH Headland Sada, Vasco-da-Gama, GOA 403 804, INDIA

Whereas (Hereinafter called the tenderer has submitted their offer dated for the supply of (Herein after called the tender WE of having our registered office At are bound unto the NATIONAL (Hereinafter called the Bank) CENTRE FOR ANTARCTIC & OCEAN RESEARCH, Ministry of Earth Sciences, Govt. Of India having its office at Headland Sada, Vasco Goa 403 804, India (herein after called NCAOR which expression shall unless repugnant to the context or meaning thereof include all its successors, administrators, executors and assigns) in the sum of for which payment will and truly to be made to. NCAOR, the Bank binds itself, its successors and assigns by these presents. Sealed with the common seal of the said Bank this day of 2014. THE CONDITIONS OF THIS OBLIGATION ARE: 1) If the tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of validity of this tender. 2) If the tenderer having been notified of the acceptance of his tender by NCAOR during the period of its validity. 2. a) If the tenderer fails to furnish the Performance security for the due performance of the contract. 2. b) Fails or refuses to execute the contract We undertake to pay NCAOR up to the above amount upon receipt of its first written demand, without NCAOR having to substantiate its demand, provided that in its demand the NCAOR will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions. This guarantee is valid until the day of 2014. Signature of the bank NATIONAL CENTRE FOR ANTARCTIC & OCEAN RESEARCH (Ministry of Earth Sciences, Govt. Of India) Headland Sada, Vasco-da-Gama GOA 403 804, INDIA Tel: 91- (0) 832 2525571 Telefax: 91- (0) 832 2525573 Email: warlu62@ncaor.gov.in Website: www.ncaor.gov.in PUBLIC TENDER Director, National Centre for Antarctic & Ocean Research (NCAOR) invites sealed tender super scribing Tender No. Item and due date from well established/ reputed manufacturers / authorized and bonafide vendors for NATIONAL supply of CENTRE the following:- FOR ANTARCTIC AND OCEAN RESEARCH Sl. Tender No. Item Description Qty. Cost of EMD 11

12