Procurement Cum Rate Contract of. Mobile Medical Unit on. Turnkey Basis

Similar documents
(Item : 100mA X-Ray Machine, Blood Cell Counter, Precision Spirometer (Portable), X-Ray Film (Blue Based)

(Item : 15 KVA DG Set, 50 KVA DG Set & 100 KVA DG Set)

Procurement Cum Rate Contract of. Turnkey Basis

ua&124½ funs'kky; fpfdrlk,oa LokLF; lsok;sa] jktlfkku t;iqj esa ns[kk tk &% fufonk lwpuk %&

GOVERNMENT OF RAJASTHAN DIRECTORATE MEDICAL & HEALTH SERVICES, RAJ., JAIPUR. No. SPO/D&M/Pvt. Sec./NIT-2/ /09/

E-BID FOR THE RATE CONTRACT FOR SUPPLY OF DENTAL MATERIAL

Notice inviting e-bids for Printing and Supply of IEC Material

E-BID FOR THE RATE CONTRACT FOR SUPPLY OF LAB KITS, CHEMICAL REAGENTS AND GLASSWARE ITEMS

Tender Notice & Documents for Printing of Examinations Booklet/

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Annexure ***Financial Bid to be Kept in Separate Sealed Envelope duly attested by the bidder with his Seal & /Signature.

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

RAJASTHAN STATE GANGANAGAR SUGAR MILLS, LTD. SRIGANGANAGAR

TENDER FOR LOCAL CHEMIST

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated

श र प रत प क ल ज. Government of Jammu & Kashmir SRI PRATAP COLLEGE

The last date for submission of the bids is at

BHARAT HEAVY ELECTRICALS LIMITED,

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

TENDER FORM Controller of Stores, HIMACHAL PRADESH (INSTRUCTION TO TENDERERS)

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

Tender. for. Indian Institute of Technology Jodhpur

ESI CORPORATION MODEL HOSPITAL

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

PUNJAB TECHNICAL UNIVERSITY,

TENDER DOCUMENT FOR. Purchase Section University of Kashmir Hazratbal, Srinagar, J&K

TENDER DOCUMENT FOR UNIVERSITY RATE CONTRACT FOR ONE YEAR ( )

Tender. for. Indian Institute of Technology Jodhpur

PEC University of Technology, Chandigarh

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

SUPPLY OF MEDICINAL GASES FOR THE YEAR

Tender No.3558/H/2012/Roots Dated:

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

vkbz-lh-,e-vkj-& jk"vªh; tutkfr LokLF; vuqla/kku lalfkku ICMR - NATIONAL INSTITUTE OF RESEARCH IN TRIBAL HEALTH

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

GOVERNMENT OF KARNATAKA (Department of Agriculture)

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

TENDER ENQUIRY FOR ENGAGING AN ADVERTISING AGENCY FOR PUBLISHING TENDERS AND OTHER ADVERTISEMENTS OF SPM HOSHANGABAD IN NEWS PAPERS

Please purchase PDFcamp Printer on to remove this watermark.

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

LOK SABHA SECRETARIAT General Procurement Branch

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

TENDER DOCUMENT FOR PURCHASE OF: DIFFERENT TYPES OF CONVEYOR BELT. Tender Number: /COINING, Dated:

Divisional Office JLN Udyog Bhawan, Khrew Cement Works

Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

RE-TENDER DOCUMENT FOR SUPPLY OF GENERAL STATIONERY AND COMPUTER STATIONERY ITEMS IN HIGH COURT LUCKNOW BENCH, LUCKNOW

UV-Visible Spectrophotometer

Tender. For. Bio Medical Waste Bins. At All India Institute of Medical Sciences, Jodhpur

THANE MUNICIPAL CORPORATION, THANE. RAJIV GANDHI MEDICAL COLLEGE & CHHATRAPATI SHIVAJI MAHARAJ HOSPITAL, KALWA. E-TENDERING

TENDER DOCUMENT FOR PURCHASE OF: HOSE PIPES. Tender Number: /OSM, Dated:

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR DATA RECOVERY CENTER D.G SET Tender Number: /13/ESTATE, Dated:

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

GOVERNMENT OF TAMILNADU

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

STANDARD BIDDING DOCUMENTS FOR NATIONAL COMPETITIVE BIDDING

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

NOTICE INVITING TENDER

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

Himalayan Forest Research Institute

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

NOTICE INVITING TENDER

Supply and Installation of A3 Size Scanner

NOTICE INVITING e-tender

mrrj izns'k jkt; fo qr mriknu fuxe fy0 fufonk lwpuk

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

SUPREME COURT OF INDIA Tilak Marg, New Delhi ADMN. MATERIALS (P&S) NOTICE INVITING TENDER FOR AWARDING OF CONTRACT OF VARIOUS PRINTING WORK

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S)

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

DISTRICT HEALTH SOCIETY CHENNAI

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

TENDER FOR SUPPLY OF PRE-PRINTED THERMAL PAPER ROLL USED FOR BRTS IBUS ETM MACHINE WITH BRANDING RIGHTS

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

SUPREME COURT OF INDIA TILAK MARG, NEW DELHI ADMN. MATERIALS (P & S)

Transcription:

- 1 - Procurement Cum Rate Contract of Mobile Medical Unit on Turnkey Basis

- 2 - INDEX S.No. DESCRIPTION PAGE NO. 1 NIT IN ENGLISH & HINDI 3-4 2 GENERAL INTRACTIONS FOR TENDERERS/BIDDERS IN HINDI & ENGLISH 3 TENDER FORM 7 4 DECLARATION FORM (ANNEXURE-A) 8-9 5 TERMS & CONDITIONS OF THE TENDER (ANNEXURE-B) 10-25 6 SPECIAL TERMS & CONDITIONS 26-27 7 CATALOGUE OF ITEMS-SPECIFCATION (ANNEXURE-C) 28-33 8 PERFORMA OF FINANCIAL BID (ANNEXURE-D) 34-35 9 UNDERTAKING FOR INSTALLED MANUFACTURING CAPACITY CERTIFICATE, CERTIFICATE OF LATEST TECHNOLOGY AND RATE REASONABILITY, UNDERTAKING FOR AVAILABILITY OF SPARE PARTS & CONSUMABLES, UNDERTAKING FOR ACCEPTANCE OF COMPREHENSIVE GUARANTEE & CAMC, UNDERTAKING OF BLACK LISTING & BANNING AFFIDAVIT REGARDING VAT/CST DEPOSIT. (ANNEXURE-E) 10 STATEMENT OF PAST SUPPLIES AND PERFORMANCE (ANNEXURE-F) 11 STATEMENT OF PLANT & MACHINERY ETC. (ANNEXURE-G) 38 12 PRE STAMP RECEIPT (ANNEXURE-H) 39 13 FORMAT OF AFFIDAVIT (T&C NO. 4 (IV), 9(III)(ANNEXURE I) 40 14 INFORMATION STATEMENT I & II (ANNEXURE-J) 41-42 5-6 36 37 15 COMPREHENSIVE MAINTENANCE AGREEMENT (ANNEXURE- K & L) 16 VERIFICATION OF CONTENTS OF ANNUXURE A TO L (ANNEXURE-M) 43-49 50

Øa0 la0 1. - 3 - GOVERNMENT OF RAJASTHAN DIRECTORATE MEDICAL & HEALTH SERVICES, RAJ., JAIPUR Tel. No. 0141-2229858 0141-2226100 No. DMHS/SPO/E&I/ R.C. 11-13/ NIT-04/12/2603 Dated: 01.02.2012 NOTICE INVITING TENDER Sealed Tenders are invited for Departmental Rate Contract (R.C. Period 2011-13) and Supply of following items:- vkbzve dk uke Mobile Medical Unit (On Turnkey Basis) vuqekfur ek=k dqy vuqekfur ykxr ¼jkf k yk[kksa esa½ vekurk jkf k ¼jkf k yk[kksa esa½ 29 870.00 17.40 Date of selling of tender form - 10.02.2012 from 11.30 A.M Last Date for sale of tender form - 15.03.2012 upto 11.00 A.M. Last Date of receipt of tender - 15.03.2012 upto 01.30 P.M. Date of opening of technical Bid - 15.03.2012 at 02.30 P.M. fufonknkrk dh Ikk=rk Only Vehicle Manufacturer /Fabricator/ Consortium (Upto two partners in which one is essential to be vehicle manufacturer & other to be Fabricator) Detailed particulars of the list of equipment required, tender documents & specifications of equipment may be seen on the govt. of Rajasthan Public Relations Department's Website- "www. dipronline. Org." or www.rajswasthya.nic.in or in the office of the secretary, Store Purchase Organization room no. 124. A Pre-Bid Meeting will be held on 17.02.2012 at 03.00 PM in the Conference Hall of Directorate of Medical & Health Services, Raj. Jaipur to Clarify the issues and to answer questions on any matter that may be raised at that stage. If there is any amendment in tender document/catalogue, after pre-bid meeting, the amendments will only be available on departmental website www.rajswasthya.nic.in. It will not be published in any news paper. If there is any amendments after pre-bid meeting in tender document the Tender should be submitted in amended tender form. Tender form must be sent separately (Item wise) along with tender fees & earnest money in separate envelope for each item, otherwise tender of the firm may be cancelled. Director (PH) Medical & Health Services Rajasthan, Jaipur.

ZZ Øa0 la0-4 - jktlfkku ljdkj funs'kky; fpfdrlk,oa LokLF; lsok;sa jktlfkku] t;iqj Tel. No. 0141-2229858 0141-2226100 No. DMHS/SPO/E&I/ R.C. 11-13/ NIT-04/12/2603 Dated: 01.02.2012 &% fufonk lwpuk %& fohkkxh; nj lafonk vof/k o"kz 2011&13 dh nj lafonkvkas,oa vkiwfrz gsrq fueukafdr fooj.kkuqlkj] eksgjcun fufonk,sa vkeaf=r dh tkrh gs%& 1. vkbzve dk uke Mobile Medical Unit (On Turnkey Basis) vuqekfur ek=k dqy vuqekfur ykxr ¼jkf k yk[kksa esa½ vekurk jkf k ¼jkf k yk[kksa esa½ 29 870.00 17.40 fufonknkrk dh Ikk=rk Only Vehicle Manufacturer /Fabricator/ Consortium (Upto two partners in which one is essential to be vehicle manufacturer & other to be Fabricator) fufonk QkeZ fcøh izkjehk dh frffk & 10-02 02-2012 2012 iwokzug 11-30 cts ls fufonk QkeZ fcøh dh vfure frffk & 15-03 03-2012 iwokzug 11-00 cts rd fufonk izkfir dh vfure frffk & 15-03 03-2012 vijkug~ 1-301 cts rd rduhdh fcm [kksyus dh frffk & 15-03 03-2012 vijkug~ 02-30 0 cts fufonk dk folr`r fooj.k ¼midj.kksa dh lwph] rduhdh LisflfQds ku,oa fufonk 'krsz½ tu leiø funs'kky; jktlfkku ljdkj dh osc lkbzv& "www. dipronline.org." or www.rajswasthya.nic.in ij ;k lfpo] Hk.Mkj Ø;.k laxbu ¼dejk ua&124½ funs'kky; fpfdrlk,oa LokLF; lsok;sa] jktlfkku t;iqj esa ns[kk tk ldrk gsa izh&fcm ehfvax dk vk;kstu funs'kky; fpfdrlk,oa LokLF; lsok;sa ds dkuqzsul gkwy esa fnukad 17.02.2012 dks vijkug~ 03-00 00 cts fd;k tk;sxka rnksijkur fufonk 'krksz@rduhdh LisflfQds ku esa vko';d gksus ij ifjorzu fd;s tk ldrs gsa izh&fcm i'pkr~ fd;s x;s ifjorzuksa dks fohkkxh; osclkbv Ikj ns[kk tk ldrk gsa budk iqu% lekpkj i=ksa esa izdk ku ugha djk;k tkosxka izh&fcm fefvax ds ifj.kke Lo:i gksus okys ifjorzuksa ds i pkr gh fufonk,sa bl dk;kzy; dks Hkstus dh dk;zokgh djsaa dì;k /;ku j[ksa fd vyx&vyx vkbz ZVe ds fy, vyx&vyx fufonk k izi= esa gh viuh fufonk izlrqr djsa ] vu;fkk QeZ dh fufonk fujlr dh tk ldrh gs A funs'kd ¼tu LokLF;½ fpfdrlk,oa LokLF; lsok;sa jktlfkku t;iqj

- 5 - fufonk ds lkeku; vuqns k fufonk QkeZ Hkjus,oa izlrqr djus ls iwoz] fufonk 'krksz,oa 'kjk;rksa rfkk fueu funsz kksa dk xgu@xehkhjrk ls v/;;u dj fy;k tkos rkfd fufonk fujlr u gksa 1 fufonk nlrkost dh 'krksz dk lko/kkuh iwozd,oa lq{er% v/;;u djsa 2 fufonk dh 'krksz ds rgr vko ;d izek.k i=@ykbzlsal@nlrkost] iw.kz rfkk vkfnukad rd gksus pkfg,a 3 fufonk QkeZ lfpo] Hk.Mkj dz;.k laxbu ¼dejk ua0 124½ funs kky;] fpfdrlk,oa LokLF; lsok;sa] jktlfkku] t;iqj ls dk;kzy; le; esa fdlh Hkh dk;z fnol dks :- 1]100@& ds udn Hkqxrku vfkok fmek.m Mªk V@cSdlZ psd izlrqr dj izkir fd;s tk ldrs gsa fmek.m Mªk V@cSdlZ psdl] funs kd ¼fp-,oa Lok½ lsok;sa] jkt0 t;iqj ds i{k esa gksuk pkfg, rfkk fufonk 'kqyd izr;sd vkbzve ds fy, :- 1100@& nsuk gksxka fufonk QkeZ] vkosnu ij jftlvªh@lihm ikslv ls :- 100@& ds vfrfjdr Hkqxrku ij ¼fufonk 'kqyd ds :- 1100@&] v{kjs X;kjg lks ek= ds vfrfjdr½ Hkh Hksts tk ldsaxs] ijurq izi= igqapus esa ikslvy es gqbz nsjh ;k izkir ugha gksus ds fy;s] fohkkx dh dksbz fteesnkjh ugha gksxha fufonk QkeZ tu leidz fohkkx jktlfkku ljdkj dh osclkbv & www. Dipronline. Org. or www.rajswasthya.nic.in ls Hkh Mkmu yksm dj izkir fd;k tk ldrk gs rfkk fufonk kqyd dk fmek.m Mªk V@cSdlZ psd fufonk ds lkfk tek djk;k tk ldrk gsaa 4 fufonk kqyd,oa vekur jkf k ¼bZ,eMh½ dk fmek.m Mªk V@cSdlZ psd vyx&vyx] fufonk ds lkfk izlrqr djuk gksxka 5 fufonk izi= izkfir ds vkosnu i= ds lkfk os/k esu;wqsdpfjax@qsfczdsfvax ykbzlsul dh izekf.kr izfr,oa lunh ys[kkdkj }kjk izekf.kr VuZvksoj izek.k&i= izlrqr djuk vko';d gsa mdr nlrkost izlrqr djus ij gh fufonk izi= tkjh fd;k tk ldsxka 6 fufonkdkj }kjk pslhl] Qsfczds ku dk;z,oa rduhdh LisflfQds ku esa a a n kkz;s fpfdrlk midj.k,oa vu; vkbzvel dks vurzjk"vªh; vksj jk"vªh; [;kfr izkir midj.k fuekz=h deifu;ksa ls vius Lrj ls Ø; dj midj.kksa dh LFkkiuk dh tkdj Turnkey basis ij vkiwfrz dh tkuh gs] rkfd eksckbzy esfmdy ;wfuv] fpfdrldh; lsok;sa nsus ds fy;s lkfkzd :i ls dk;z dj ldsaa 7 fufonk,sa] fufonk 'krksz,oa 'kjk;rks ds vuqlkj,oa eksgjcun nks fyqkqks esa ¼rduhdh fcm,oa forrh; fcm ds fy;s i`fkd&i`fkd½ nksuks fyqkqks dks,d eksgjcun fyqkqs esa lfpo] Hk.Mkj dz;.k laxbu] funs kky;] fpfdrlk,oa LokLF; lsok,sa] sa] jktlfkku t;iqj dks izsf"kr@izlrqr djsxsa 8 fu/kkzfjr fnukad,oa le; ds i pkr izkir fufonkvksa ij fopkj ugha fd;k tkosxk A 9 izh&fcm ehfvax dk vk;kstu dkwuqzsul gkwy funs kky; fpfdrlk,oa LokLF; lsok;sa] jktlfkku t;iqj esa fnukad 17-02-2012 dks vijkug 3-00 cts ls fd;k tk;sxka fufonk 'krksz] 'kjk;rksa,oa rduhdh LisflfQds ku ds lecu/k esa vh;kosnu izh&fcm ehfvax ls 3 dk;z fnol iwoz bl dk;kzy; esa izlrqr djsaa izh&fcm ehfvax i pkr~ fufonk 'krksz@rduhdh LisflfQds ku esa vko ;d gksus ij ifjorzu fd;s tk ldrs gsa izh&fcm fefvax ds ifj.kke Lo:i gksus okys ifjorzuksa ds i pkr gh fufonk,sa bl dk;kzy; dks Hkstus dh dk;zokgh djsaa 10 bl fufonk ds lecu/k esa dsoy vf/kd`r glrk{kjdrkz ls izkir i= O;ogkj ij gh fohkkx@vkj,e,llh,y }kjk fopkj fd;k tkosxka

- 6 - General Instruction for Tender Before filling up of bid or submission the tender form, kindly go through these following directions & term conditions carefully so that your tender be not considered invalid : 1 Go through the conditions of the document carefully and meticulously. 2 Certificates/License/Documents which are required should be complete and updated. 3 Tender forms can be obtained from Secretary, Store Purchase Organization. (Room No-124) Directorate of Medical & Health Services, Rajasthan, Jaipur after depositing Non-refundable amount of Rs. 1100/- (Rs. Eleven hundred only) in Cash or demand draft during office hours on any working day. The DD/BC should be in favour of Director, Medical & Health Services (Raj), Jaipur Bidding documents requested by mail will be ispatched by Registered/Speed post on payment of an extra amount of Rs. 100/-(Extra Rs. One hundred only). The Department will not be responsible for the postal delay, if any, in the delivery of documents or non-receipt of the same. Tender forms can be downloaded from Public Relations Department s govt. of Rajasthan Website- www. Dipronline. Org. or www.rajswasthya.nic.in Cost of downloaded tender forms shall be deposited by the tenderer through DD/BC of Rs. 1100/- along with tender. 4 D.D./B.C of tender form fees & earnest money should be sent separately along with tender in envelope cover-a. 5 Tender forms will be issued to the Vehicle/Mobile Medical Unit manufacturers/fabricators/consortium (upto two partners in which one is essential to be vehicle manufacturer and other to be fabricator only) Applicants on the Production of attested copy (from Notary Public) of the valid Manufacturing license and latest turnover statement duly Certified by Chartered Accountants ailing which tender form will not be issued. 6 The Manufacturers/Fabricators /Consortium of Vehicle/Mobile Medical Unit are required to supply the Mobile Medical Unit (as per specification provided by the department) has to ensure that the medical equipments and other items as per technical specification have been properly installed in the prescribed slot in the Mobile Medical Unit after procuring them (at their own level) from Nationally and Internationally acclaimed firms. 7 Tender form must be as per Terms & Conditions & submitted in properly sealed envelopes, Cover-A for Technical Bid & Cover-B for Financial Bid, both Cover A & B must be sealed in an envelope and addressed to the Secretary, Store Purchase Organization, Directorate of Medical & Health Services Rajasthan, Jaipur. 8 Tender received after prescribed date and time will not be considered 9 A Pre-Bid Meeting will be held on dated 17.02.2012 at 3.00 PM in the Conference Hall, Ground Floor of Directorate of Medical & Health Services, Raj. Jaipur to clarify the issues and to answer questions on any matter that may be raised at that time. The issues to be raised during pre-bid meeting should be referred to Director (PH)/CAO&SSPO of the department in writing at least three days before the meeting so that these could be properly scrutinized. Necessary Modification in the tender document, if required, may be issued after pre-bid meeting. Please note that Tenders should be submitted after Pre-Bid meeting incorporating the modifications, if any. 10 The authorised signatory of firm shall only be entertained to correspondence with the department/ corporation regarding this tender issues.

- 7 - Government of Rajasthan Directorate of Medical & Health Services, Swasthya Bhawan, Store Purchase Organisation (Room No-124) Tilak Marg, C-Scheme, Rajasthan, Jaipur Tender Form Procurement Cum Rate Contract of Mobile Medical Unit on Turnkey Basis Name & Address of the Tenderer M/S...... Telephone... Telegram Code... Fax No.... Note: - TENDER FORM IS NOT TRANSFERABLE Tender Form Fee Rs. 1100/- [One thousand one Hundred only] As applicable (Unrefundable) NIT (BID) REFERENCE TENDER FOR PROCUREMENT CUM RATE CONTRAC T OF MOBILE MEDICAL UNIT : LAST DATE FOR ISSUANCE OF TENDER DOCUMENT : 15.03.12 upto 11.00 A.M. LAST DATE & TIME FOR RECEIPT OF TENDERS : 15.03.12 upto 1.30 P.M. DATE & TIME OF OPENING OF (TECHNICAL BID) TENDERS : 15.03.12 at 02.30 P.M. PLACE OF OPENING OF TENDERS : Conference Hall, Swasthya Bhawan ADDRESS FOR COMMUNICATION : DIRECTOR (PH) MEDICAL & HEALTH, SERVICES, SWASTHYA BHAWAN, TILAK MARG, C- SCHEME, JAIPUR (RAJ.) PIN. 302005 Tel. No. 0141-2229858 0141-2226100 Fax No. 0141-2225334 0141-2229858 Signature of Tenderer with Seal

- 8 - ANNEXURE- A Declaration Form (It should be notarized) I/We... (Name of Tenderer) having our office at... (Address of Tenderer) do declare that I/We have read all the Terms & Condition of the tender floated by Director (PH), Medical & Health Services, Rajasthan, Jaipur for the Mobile Medical Unit (Chassis, fabrication work with medical equipments and other items installed in it) and agree to abide by all the Terms & Conditions set forth therein. I/We declare that we are participating in this tender in the capacity of... (Vehicle Manufacturer/Fabricators/Consortium). I/We enclose valid Vehicle/Mobile Medical Unit Manufacturing (Manufacturers of vehicles, four or more than four wheels)/ Fabricating License. I/We further declare that the rates offered by us shall remain valid for the entire period of the tender and not supplied the Mobile Medical Unit below the quoted rates to elsewhere. I/We enclose the following documents as per details given against each: - S. No Item Particular 1 Earnest Money Deposit Con. No. 4 (i) & 9 Page no.. Yes.. No... 2 Attested Photocopy of Manufacturing /Fabricating License Con. No. 4 (ii) Page no.. Yes.. No... 3 Copy Of Central Excise Registration Con. No. 4(iii) Page no.. Yes.. No... 4 Acknowledgement of EM-II for SSI Units of Rajasthan from Industries Dept Con. No. 4 (iv) 5 BIS License with schedule for ISI Marked Products Quoted con. No. 4 (v) 6 Duly attested photocopy of ISO& CE/BIS/USFDA certificate for quoted Items as mentioned in Tender Catalogue con. No. 4(vi & vii) Page no.. Yes.. No... Page no.. Yes.. No... Page no.. Yes.. No... 7 Annual turnover statement past 3 years certified by Auditor. 4(viii) Page no.. Yes.. No... 8 Copy of latest Balance sheet and P&L certified by Auditor. Con. No. 4 (x) (F.Y. 2010-11) 9 (A) Latest Sales Tax Clearance Certificate (up to dated 30.09.11 con. No. 4(x)(A) (B) Specify point of supply with full Address. Con. No. 4(x)(B) Page no.. Yes.. No... Page no.. Yes.. No......... 10 Declaration form in Ann A Duly Signed & notarized. 4(ix) Page no.. Yes.. No... 11 Original Tender Terms & Condition Ann. B Con. No. 14(ix)(B) Page no.. Yes.. No... 12 Statement of Installed Manufacturing Capacity. 4 (xii) (Ann. E) 13 Duly Signed Tender Catalogue in Original con. No. 4(xiii) in (Ann. C) Page no.. Yes.. No... Page no.. Yes.. No... Signature of Tenderer with Seal

- 9-14 Certificate regarding quoted model is latest technology 4 (xii) (Ann. E) Page no.. Yes.. No... 15 Certificate regarding rate reasonability 4 (xii) (Ann. E) Page no.. Yes.. No... 16 Undertaking for availability of Spare Parts & Consumables 4 (xii) (Ann. E) 17 Undertaking for acceptance of Comprehensive Guarantee (Ann. E) 18 Statement of Past Supplies and Performance (Ann. F) Sep. con no.-15 19 Undertaking of black listing & banning (Annexure-E)con no. 4 (xii) 20 Statement of Plant & Machinery etc. (Annexure-G) con no. 4(xiv) Page no.. Yes.. No... Page no.. Yes.. No... Page no.. Yes.. No... Page no.. Yes.. No... Page no.. Yes.. No... 21 Pre - stamp receipt ( Annexure-H) con no.9 (ii) Page no.. Yes.. No... 22 Format of DIC with in Affidavit of Rs. 10/- (Annexure-I) (T&C No. 4 (iv), 9(iii), 17(xi) 23 Statement no. I & II regarding supply performance status. (Annexure-J (i & ii) Page no.. Yes.. No... Page no.. Yes.. No... 24 CMA (Annexure-K) on Rs. 100-/ Non Judicial Stamp. Page no.. Yes.. No... 25 AMC Charges/Rats. (Schedule B of Annexure D) (Annexure L ) Page no.. Yes.. No... 26 Verification by Deponent (Annexure M) Page no.. Yes.. No... 27 Name & Specimen Signature of Officer of the tenderer whom is authorized to make Correspondence with the Department 1.... (Name & Signature) 2.... 3.... Date Name & Signature of tenderer with seal Note: Please mention page number before submitting the tender.

- 10 - ANNEXURE-B Tender form is non transferable CONDITIONS OF TENDERS AND CONTRACT N.B. TENDERER SHOULD READ THESE CONDITIONS CAREFULLY AND COMPLY STRICTILY WHILE SENDING THEIR TENDERS. IF A TENDERER HAS ANY DOUBT REGARDING THE TERMS & CONDITIONS AND SPECIFICATIONS, MENTIONED IN THE TENDER NOTICE/ CATALOGUE, BEFORE SUBMITTING THE TENDER, HE SHOULD REFER THESE TO THE DIRECTOR (PH), MEDICAL & HEALTH SERRVICES, RAJASTHAN JAIPUR AND OBTAIN CLARIFICATIONS. THE DECISION OF THE DIRECTOR (PH), MEDICAL & HEALTH SERVICES RAJASTHAN JAIPUR SHALL BE FINAL AND BINDING ON THE TENDERER. 1. Sealed tender will be received till 1.30 PM on dated 15.03.2012 by the Secretary, Store Purchase Organisation. Directorate of Medical and Health Services, Rajasthan, Jaipur for the Rate contract & one time Supply of Mobile Medical Unit for a period of one year from the month of issuance of the rate contract. 2. Only Vehicle/Mobile Medical Unit manufacturing units(four or more than four wheels)/fabricators/consortium (Up to two partners in which one is essential to be vehicle manufacturer & other to be fabricator) who are holding valid Manufacturing/fabricating license whose annual turn over is more than Rs. 5.00 Crores during 2010-11 are eligible to participate in the Tender. (a) Annual turn over of both partner of the consortium will be collectively considered. (b) The consortium Agreement should specify the lead partner and joint and severe responsibility of both partners. (c) Consortium Agreement should be valid and alive till conclusion of the contract under this tender. 3. Sealed Tenders superscribed Tenders for rate contract and supply of Mobile Medical Unit containing COVER A & COVER B as prescribed hereafter should be submitted to the Secretary, Store purchase Organisation, Directorate (PH) of Medical and Health Services, Rajasthan, Jaipur. 4. The Tenderer should send along with the Tenders the following certificates for the items tendered in separate cover here after called COVER A (i) Earnest Money deposit (ii) Duly attested photocopy of manufacturing/fabricating licence/ acknowledgement/memorandum/iem for the Chassis duly approved by the licensing authority. The licence should be renewed up to date. (iii) Firm shall submit copy of the Registration with Central Excise Department if applicable as per provisions of central excise act. Signature of Tenderer with seal

(iv) (v) - 11 - Duly attested copy of Acknowledgement of EM-II issued by District Industry Center with in Affidavit as per Annex I under preference to Industries of Rajasthan, Rules in respect of stores for which they are registered. Duly attested photocopy of BIS licence renewed upto date with respective schedule for ISI Marked quoted items. (vi) Duly attested photocopy of ISO Certificate, if applicable. (vii) Dully attested photocopy of BIS/CE/USFDA/Govt. of India Lab Certificate or Govt. of India Approved Lab Certificate for quoted Items as mentioned in Tender Catalogue. (viii) Annual Turnover statement for past three years certified by Auditor. (ix) Copies of latest Balance Sheet & Profit & Loss statement certified by the Auditor (F.Y. 2010-11). (x) (a.)duly attested copy of latest Sales Tax clearance certificate (upto 30.09.2011) from the Commercial Tax Officer of the circle concerned from where supplies will be affected shall be submitted. (b.) Declaration regarding point of supply with full address in Annexure- A. (xi) The Declaration form in Annexure-"A" Signed by the Tenderer & Notarized. (xii) Undertaking/Declaration- regarding installed manufacturing capacity, quoted model is of latest technology & have not been outdated, rates are reasonable & not sold on lower rates to anyone than charge from this institution, non black listing & non banning & availability of spare parts and consumable for the quoted equipment for at least 10 years from the date of installation must be submitted jointly on Non Judicially stamp paper of Rs. 200/- in Prescribed format at Annexure-E (Notarized) of each quoted item in the Tender. (xiii) Original Tender Catalogue Annexure-C duly filled. (Tenderer should mark in the specific column, whether complied the specification or not) (xiv) The firm/bidders should submit the list of plant and machinery, staff, factory area, etc. on non-judicial stamp paper of Rs. 50/- (Notarized) in enclosed Performa (Annexure-G). NOTE: - (A) All above mentioned documents duly notarized/attested by Notary public must be submitted. Un attested/ Unnotarized copies of such document will not be considered valid. (B) All attested document must be submitted in Hindi or English language. If the documents are not in Hindi or English, they should be translated in Hindi or English & attested by authorized translator. Translated copy alongwith copy of original document must be submitted. (C) Other than Sales tax clearance certificate, all above mention documents should be under the name & address of premises where the quoted items are actually manufactured. (D) The point of supply within the state of Rajasthan or out of Rajasthan should be specified under condition no. 4 (x)(b). Signature of Tenderer with seal

- 12 - (E) (F) (G) TENDER WILL BE LIABLE FOR OUTRIGHT REJECTION IF:- (I) ANY RATES ARE DISCLOSED IN COVER A. (II) ANY DISCOUNTS/ SPECIAL OFFERS ARE MADE IN COVER A. The Tenderer may submit Profit & Loss account & Balance Sheet and annual turnover statement of the previous financial years. If the following item/certificate not submitted, the tender will not be considered responsive:- (i) Tender Fees. (ii) EMD. (iii) Manufacturing/Fabricating License/Acknowledgment of Manufacturing/ Fabricating License/EM-II from industry department/dic/nsic/ Competent Authority. (iv) Turnover Certificate. (v) BIS Certificate/License in case of ISI marked items. 5. Financial Bid duly filled as per Annexure- D giving the rates for Quoted items in individual envelopes (One envelopes for each item) should be sent in separate sealed cover here after called," COVER B". Each envelopes should be superscribed with the Name and Catalogue Number of the Quoted Item. COVER-B should also be addressed to the Secretary, Store Purchase Organization, Directorate of Medical and Health Services (PH), Rajasthan, Jaipur and should be superscribed "FINANCIAL BID FOR PROCUREMENT CUM RATE CONTRACT OF MOBILE MEDICAL UNIT." Signatory authority of Tenderer as laid down in condition no. 7(i) should signed each page of Annexure-D. NOTE :- (A) If any item in catalogue has different sizes, lengths, strength & sub group etc., Rates of each size, length, strength and sub-group must be filled in separate format (Annexure "D") & sealed in separate envelopes. (B) VAT or CST should be mentioned clearly & Separately. (C) If the VAT or CST is exempted it should be specified in Annexure 'D'. 6. Both covers (A&B) should be send to the Secretary Store Purchase Organization, (SSPO), Directorate of Medical & Health services (PH), Rajasthan, Swasthya Bhawan, Jaipur within prescribed time & date. All received tenders will be opened in the presence of Tenderer who choose to be present. Cover B will be opened only for those tenderers who satisfy the standard criteria laid down by the department on the details furnished by the Tenderer in COVER A, in compliance of Tender terms & conditions. 7. (i) In event of Tender being submitted by proprietary firm tender must be signed by sole proprietor. In event of a partnership firm tender must be signed on its behalf by a person holding a power of attorney authorizing him to do so; and in the case of company, the tender must be signed by authorised signatory as the manner laid in the Articles of association. (ii) Any change in the Constitution of the Firm/ Company shall be notified forthwith by the contractor in writing to the Director, Medical and Health Services Rajasthan, Jaipur/M.D., RMSC Ltd., Jaipur and such change shall not relieve any former member of the Firm/ Company from the liability under the contract. No new partner / partners shall be accepted in the Firm by the contractor in respect of the contract unless he/ they agree to abide by all its terms and conditions and deposit with the Director, Medical and Health Services Rajasthan Jaipur a written agreement to this effect. Signature of Tenderer with seal

- 13 - The contractors receipt for acknowledgement or date of any partner subsequently accepted as above shall bind all of them and will be a sufficient discharge for any of the purposes of the contract. 8 Tender form shall be filled with ink or typed. Tender filled by pencil shall not be considered. The Tenderer shall sign the tender form at each page and at the end in token of acceptance of all the terms and conditions of the tender. 9. EARNEST MONEY: (i) Tender shall be accompanied by an earnest money 2% of the estimated cost (as mention in NIT) without which tenders will not be considered. The amount should be deposited in either of the following forms in favour of Director (PH), Medical & Health services, Rajasthan, Jaipur. (A) Cash through treasury challan deposited under head "8443-civil Deposits, Kha-Deposit not bearing interest-103- Security Deposits." Challan should be deposited in State Bank of Bikaner & Jaipur, Tilak Marg, Jaipur Branch. (B) Bank Drafts/Bankers cheque of the scheduled Bank. (ii) Refund of earnest money: - The earnest money of unsuccessful Tenderer shall be refunded soon after finalization of the tender. Tenderer has to produce a Pre stamp receipt as per Annexure-H with the tender Document. (iii) Partial exemption from earnest money: - Firms which are registered as micro and SSI Unit of Rajasthan with Commissioner of Industries Rajasthan, shall furnish the amount of earnest money in respect of items for which they are registered as such subject to their furnishing attested copy of Acknowledgment of EM-II issued by DIC with an affidavit worth Rs. 10 as per annexure-i at the rate of 0.5% of the estimated cost. (iv) The central Government and Government of Rajasthan Undertakings need not furnish any amount of earnest money. (v) The earnest money/security deposit lying with the Department/office in respect of other tenders awaiting approval or rejected or on account of contracts being completed will not be adjusted towards earnest money for the fresh tenders. The earnest money may, however, be taken into consideration in case tenders are re-invited for the same item. 10. FORFEITURE OF EARNEST MONEY: - The earnest money will be forfeited in the following cases: (i) When Tenderer withdraws or modifies the offer after opening of tender but before acceptance of tender. (ii) When Tenderer does no execute the agreement, if any, prescribed within the specified time or extended time by competent authority on the request of the tenderer. (iii) When the Tenderer does not deposit the security money after the supply order is given. (iv) When he fails to commence the supply of the items as per supply order within the time prescribed. (v) When he fails to submit samples/demonstration of quoted item on demand or extended time by competent authority on the request of the tenderer. (vi) Forfeiture under T&C of -38 or any other terms & conditions. Signature of Tenderer with seal

- 14-11. PREFERENTIAL TREATMENT :- (i) Indigenous products offered for supply by the manufacturer will get preferential treatment in the matter of approval subject to quality standards. (ii) ISI marked items will be preferred, if applicable. (iii)it may be noted that the department does not undertake to assist in the procurement of raw material whether imported or controlled as well as restricted and as such the Tenderer must offer their rate to supply the specific items from own quota of stock by visualizing, the prospect of availability of raw material needed. Any of the above points if taken, as argument for non-supply/late supply will not be entertained. 12. GUARANTEE CLAUSE:- (i) The tenderer would give guarantee that the MOBILE MEDICAL UNIT would continue to conform to the description and quality as specified for a period of three years for unlimited kilometer on complete MOBILE MEDICAL UNIT including engine, Gear box, Medical equipment and Generator etc. from the date of delivery of the said MOBILE MEDICAL UNIT to be purchased and that not with standing the fact that the purchaser may have inspected and/or approved the said MOBILE MEDICAL UNIT if during the period of 3 years, the said MOBILE MEDICAL UNIT be discovered not to conform to the description and quality as afore said/ or have determined and the decision of the purchase officer in that behalf will be final and conclusive the purchaser will be entitle to reject the said MOBILE MEDICAL UNIT or such portion there of as may be discovered not to conform to the said description and quality, on such rejection the MOBILE MEDICAL UNIT will be at the sellers risk and all the provisions relating to rejection of goods, etc., Shall apply. The tenderer shall, if so called upon to do so replace the goods, etc. or such portion there of as is rejected by the Purchase Officer, otherwise, the tenderer shall pay such damage as may arise by reason of such breach of the condition here in contained. Nothing here in contained shall prejudice any other right of the Purchase Officer in that behalf under this contract or otherwise. (ii) In case of machinery and equipment also guarantee will be given as mentioned in above the Tenderer shall during the guarantee period replace parts if any and remove the manufacturing defect if found during the above period so as to make the machinery and equipment operative. The Tenderer shall also replace machinery and equipment in case it is found defective which can not be put to operation due to manufacturing defect etc. (iii)in case of machinery and equipment specified by the Purchase Officer the Tenderer shall be responsible for carrying out annual maintenance and repairs on the terms & conditions as may be agreed. The Tenderer shall also be responsible to ensure adequate regular supply of spare parts needed for a specific type of machinery and the equipments whether under their annual maintenance and repairs contract or otherwise. In case of change of model he will give sufficient notice to the Purchase Officer who may like to Purchase spare parts from them to maintain the machinery and equipment in perfect condition. (iv) The price of CMA/AMC if required in technical specification shall be taken into account while evaluating the price bid. (Annexure-D) CMA will be commence after completion of guarantee period on a written request made by the concerned purchase officer(s) to the firm and firm shall abide itself by the terms & conditions of CMA (Annexure-K). The weightage shall be 95% and 5% (average of whole period) for items cost/rates and AMC respectively as mentioned in Schedule-A & Schedule-B Annexure-D. Signature of Tenderer with seal

- 15-13. MARKING All non consumable articles (except glass or imported articles) like instruments, equipments and others accessories etc. Should bear" Rajasthan Sarkar "in Hindi on each without which the supply will not be entertained. In case, any item supplied by the approved firm does not conform to the required standard, the payment there of, if received by the supplier shall have to be refunded to the indenting officer/ Director (PH), Medical and Health Services, Rajasthan. The supplier will not have any rightful claim to the payment of cost for substandard supplies which are consumed either in part or whole pending receipt of laboratory test. It may be noted that supply of goods less in weight and volume than those mentioned on the label of the container is an offence and the same will be dealt with in the manner prescribed under rules. 14. RATES AND COMPARISON OF RATES: Only net rates should be quoted. No Separate free goods or cash discounts should be offered. Rate must be valid for the entire period of the tender and must be offered conforming to the following: - (i) Delivery should be given at stores of Purchasing Officers situated at different place in Rajasthan and rate must be quoted accordingly, The department will pay no cartage or transportation charges. (ii) Rates must be offered net only against the specified packing of the items. The net rate must be inclusive of all charges by way of packing, forwarding, incidental or transit charge including transit insurance and any other levies or duties etc. charge on the product except VAT or CST. If rates are quoted giving any free goods quantity or cash discounts the same shall not be considered. (iii) (iv) (v) (vi) (vii) Only VAT or CST and surcharge if applicable will be paid over net rate. Excise duty or surcharge prevailing on the date of submission of the rate must be included in the net rate and should also be shown separately in col. 8 of the Financial Bid (Annexure- D). In the event of any subsequent variation (increase or decrease) in excise duty and VAT or CST by the government (State or central) the same will be modified accordingly. Other statutory increase or decrease shall be agreed upon mutually between government and contractor and revised rate shall be applicable to order received by the contractor on or subsequent to the date of such increase/decrease in government duty. The rates should be confined as far as possible to the packing units mentioned in the catalogue and different rate for different packing should be avoided. In no case the rate should be split up showing the cost of any on the component parts of the specified item. If split price are found, the item may be treated as rejected. The rates must be written both in words and figures. In case of discrepancy between the prices quoted in words and in figures, lower of the two shall be considered. There should not be errors and/ or overwriting, corrections, if any, should be made clearly and initialed with dates. Element of the Rajasthan VAT or CST or Central Sales Tax should be mentioned separately. (viii) The Tenderer will exercise all due diligence at their own level regarding applicability of taxes, duties and fees etc. for the unit of supplies as specified in the tender and accordingly include in their quote. Any additional/extra claims over and above the rates agreed pertaining to taxes, duties and fees etc. will not be entertained on account of whatever reasons may be. Signature of Tenderer with seal

- 16 - (ix) (x) (A) No paper should be detached from the tender form. (B) The Tenderer shall sign with seal on every page of the tender form and Terms & Conditions (Annexure-B) in taken of his acceptance of all the Terms & Conditions of the tender and return the same along with tender. He should also sign at the bottom of each page of the original tender catalogue, Non receipt of terms and conditions duly signed with the tender shall render the tender to be rejected. Any change or insertion of any other condition or stipulation in the above terms of supplies are not allowed and if so found, shall render the tender to the rejected without notice. NOTE :- Specification in Financial Bid (Annexure-D) should not be differ from the original tender catalogue specification, otherwise tender may liable to be rejected. 15. APPLICABILITY OF TAXES: Only one kind of the sales tax will be payable whether Rajasthan VAT or CST or Central Sales Tax depending on the relative station of supply as the case may be. 16. SUBMISSION AND RETURN OF SAMPLES & DEMONSTRATIONS: (i) (ii) (iii) (iv) Samples must be sent of all the quoted items free of cost, if required, within the prescribed period on demand even though the specifications or descriptions etc. are mentioned in the tender form. No sample will be accepted after prescribed period. In the event of non submission of samples within the prescribed period on demand, the tender shall not be considered and Earnest Money shall be forfeited. However, departmental authority may grant extension of time for submission of samples on the request of tenderer. Samples of equipments & instrument of the unsuccessful Tenderer may be collected back from the Secretary, Store Purchase Organization, Medical and Health Directorate Rajasthan Jaipur within the period intimated by him. The department will not be responsible for any damage, wear and tear of loss during the course of testing examination etc. The department for a period of one month would retain sample of approved items after the expiry of contract. The department shall not be responsible for any damage, wear & tear or loss in stipulated period. The department will not make any arrangement for return of samples even if the Tenderer agrees to pay the cost of transportation. The uncollected samples shall stand forfeited to the department after the period allowed for collection and no claim for cost etc. shall be entertained. The tenderer may be asked to demonstrate the technique, procedure and utility of equipment as per specification of tender document before the technical committee of department at departmental stores/hospitals. Samples should be strictly according to the item quoted in the tender form failing which these will not be considered. Such sample must be delivered free of charge to the Secretary Store Purchase Organization, Medical and Health Directorate Rajasthan Jaipur. Sample must be submitted duly sealed and marked suitably either by writing on the sample or on a slip or durable paper securely fastened to the sample with the particulars as mentioned below:- (A) Name and full address of the firm. (B) Catalogue No. and name of item. (C) Name of section. Signature of Tenderer with seal

- 17 - (v) (D) Name of manufacturer (E) Brand No change in marking on samples will be allowed after the submission of the sample. Samples should be submitted alongwith separate challan in triplicate. Samples without challan will not be accepted. 17. SECURITY DEPOSIT & AGREEMENT: (i) All firms whose offers are accepted will have to deposit a security equal to five per cent (5%) of the total value of approximate quantity as per NIT in favour of Director (PH), Medical & Health Services, Rajasthan, Jaipur at the time of agreement. The security amount shall in no case be less than the earnest money. (ii) The S.D. shall be 5% of the total value of stores. If the total value of stores supplied by the firm to various purchase officers of the Department excluding medical education department (as clause-22) is exceeds to total value of approximate quantity as NIT, the firm shall deposit an additional 5% security of value of supply orders to Director (PH)/SSPO. Before ensuring the security deposit, the Purchase Officer will not release payment until the additional S.D. amount deposited by the suppliers. Additional S.D. shall be estimated/calculated based on the information submitted by firms in statement no. "I" and "II". (iii) If the purchase officers of medical education department (as clause-22) use this R/C for procurement, the Purchase Officer will take 5% Security Deposit from the suppliers on total value of ordered stores at their level and also desired to act in accordance with the terms & conditions of Rate Contract. (iv) The earnest money of successful Tenderer will be adjusted toward security deposit and balance will be given in one of the following forms only: - (A) Cash through treasury challan deposited under head "8443-civil Deposits, Kha-Deposit not bearing interest-103- Security Deposits." Challan should be deposited in State Bank of Bikaner & Jaipur, Tilak Marg, Jaipur Branch. (B) Bank Drafts/Bankers cheque of the scheduled Bank. (v) The Departmental purchase committee and the committee at the level of Head of Department may permit the firm to submit Bank Guarantee also for the part (upto 50%) or full amount (where the amount exceeds Rs. 10.00 Lacs) in lieu of cash/demand draft/bankers cheque receipted copy of challan in appropriate cases towards earnest money/security deposit. (vi) The security will be refunded after six months from the date of expiry of the contract on satisfactory completion of contract and after satisfying that there are no dues outstanding against the Tenderer. (vii) The department will pay no interest on security deposit/earnest money deposit. (viii) Successful tenderers will have to execute an agreement on a Non Judicial Stamp Paper Rs. (As mention in intent letter) in the prescribed form with the Director, Medical & Health Services, Rajasthan, Jaipur and deposit security for the performance of the contract within 15 days from the date on which the acceptance of the tender, under Registered post, is communicated to him. However, Director (PH)/M.D. RMSC Ltd., Jaipur may condone the delay in execution of contract by the tenderer. Signature of Tenderer with seal

(ix) (x) (xi) (xii) (xiii) - 18 - Incase of breach of any terms and conditions of the contract or on unsatisfactory performance, the amount of security deposit shall be liable to forfeiture in full or part by DM&HS/ M.D. RMSC Ltd., Jaipur and decision of DM&HS/ M.D. RMSC Ltd. & M.D., NRHM, Jaipur shall be final. The expenses of completing and stamping the agreement shall be paid by the Tenderer and the department shall be furnished free of charge with one executed stamped counter part of the agreement. Central and Rajasthan State Government Undertakings need not furnish amount of Security Deposit. Firms which are registered as micro and SSI units with the Department of Industries, Rajasthan shall furnish the amount of security deposit @1% of total value of approximate quantity as per tender catalogue on furnishing attested copy of Acknowledgment of EM-II issued by DIC with an affidavit as per annexure-i It is to be noted that earlier years earnest money/security deposit, even if lying in this department, shall not be considered towards this contract and therefore fresh security deposit should be furnished. The 25% of total deposited S.D. amount shall be withheld against the security of this supplementary (CMA) agreement. If there is any default in comprehensive maintenance service the department may forfeit the penalty amount described under different clauses any other recovery from security deposit. 18. SUPPLY ORDERS: (i) (a) The supply orders will be placed to the approved manufacturer only (not agents/suppliers/distributors etc.) by MD, NRHM/ Dir. PH etc., through registered post only. The date of registration at the post office will be treated as the date of purchase order for calculating the period of supply. The supply period shall be 90 days for the first supply order as per supply schedule at (ii) below, from the date of purchase order including for preparation of prototype/sample and its approval. (b)termination for default: The right to cancel the supply order rests only with the Director (PH)/MD NRHM. (ii) (iii) (iii) Supply schedule shall be as follows:- First 90 Days 90 to 135 Days And so on 20 Vehicles 20 Vehicles 20 Vehicles per 45 days In case of break in supply order, the supply of 20 vehicles shall be ensured within 45 days from date of issuance of supply order during currency of R.C It is expected that minimum order value for an item shall be Rs. 5000 and above. If any procurement of an item is essential which is having small value, then CM&HO or higher authorities may club together demands of their subordinate offices and may place supply orders. However, the supply orders may by placed for a store value of less than Rs. 5000/- with the consent of Supplier. The supply commitment as per Annexure-E may be considered for placement of supply orders to firm. The ready stock position of material, if provided by the firm may also be considered by the department for the placement of supply orders in addition to commitments, taking also in view the requirement of department. Firm may submit ready stock position by the 10 th of each month to the department. Signature of Tenderer with seal

[[ (iv) (v) - 19 - The quantity indicated in the catalogues are mere estimates and are intended to give an idea to the prospective Tenderer to enable them to decide whether they will undertake to supply the article to this Department on most competitive rates. The figures indicated in the catalogue do not constitute any commitment on the part of department to purchase any of the articles in the quantities shown therein against each or in any quantity whatsoever. It is further made clear that the Department does not bind itself to purchase all or any quantity mentioned in the catalogue and no objection against the quantity of the indent of approved item being more or less than the approximate quantity will be entertained and shall not be acceptable as a ground for non supply on the quantity indented. Price Preference: - Price preference/ purchase preference will be given to the goods produced or manufactured by industries of Rajasthan over goods produced or manufactured by Industries out side Rajasthan as per Purchase of Stores (Preference to Industries of Rajasthan) Rules, 1995. It is clarified that purchase preference only be granted to the industries of Rajasthan. (vi) (a) Comparison of Rates: - In comparing the rates tendered by firm outside Rajasthan and those in Rajasthan but not entitled to Price Preference under the Rules, the element of Rajasthan VAT or CST shall be excluded whereas that of Central Sales Tax shall be included. (b) While comparing the rates in respect of firms within Rajasthan, the element of Rajasthan VAT or CST shall be included. 19. SUBMISSION OF RETURN AND CONTRACT COMPLETION REPORT:- (a) Submission of Return: The firm shall furnish consolidated statement (Annexure-J) of supplies made, in enclosed format to each PO (Purchase officer) in statement No.1 and to SSPO (Secretary, Store Purchase organization) by 10th of each month duly verified by the consignee(s). Every time the statement should contain details of all orders placed under the contract. Please note that if statements are not submitted in time then the payments may be with held and the firms shall be responsible for such delay in payments. Firms will have to submit consolidated statement No.II in duplicate at the end of R/C as well as after expiry of material guarantee period (as provided in guarantee clause of the contract) to enable the department to examine the case for refund of security money. The PO will submit every month verified copy of statement No.1 along with his comment to SSPO for monitoring of receipt of supplies. (b) Submission Of Contract Completion Report: - (i) The consignee should submit the completion report in the prescribed statement no. II against each order to the sspo/director (PH) within 30 days of receipt of material. (ii) The PO shall maintain a register for each rate contract and will monitor placement of supply order, receipt of material, complaints (if any) of defective material, quantity received quality/performance and submission of completion report to sspo/director (PH) within one months of receipt of material. (iii) It shall be the responsibility of the consignee/po to get registered the complaint of defective material or defective performance immediately in the office of sspo/director (PH) for taking action against the contractor/supplier. Intimation to the contractor/supplier shall also be sent by the consignee as well as by concerned PO, immediately just after noticing such defects in material/performance in such a manner, so as to reach in the office of the firm immediately and before completion of guarantee period. Any delay in taking action shall be viewed seriously by the department. Signature of Tenderer with seal

- 20-20. TERMS OF PAYMENT :- As per special condition no. 18 21. LIQUIDATED DAMAGES: (i) The time specified for delivery in the tender form shall be deemed to be the essence of the contract and the successful Tenderer shall arrange supplies within the period on receipt of order from the Purchasing Officers. (ii) In case of extension in the delivery period with liquidated damages the recovery shall be made on the basis of following percentages of value of Stores which the Tenderer has failed to supply :- (a) Delay up to one- fourth period of the prescribed Delivery Period - 2.5% (b) Delay exceeding one fourth but not exceeding half of the prescribed delivery period - 5% (c) Delay exceeding half but not exceeding three- fourth of the prescribed delivery period - 7.5% (d) Delay exceeding three- fourth of the prescribed period -10% (iii) Fraction of a day in reckoning the period of delay in supplies shall be eliminated if it is less than half a day. (iv) The maximum amount of agreed liquidated damage shall be 10%. (v) If the supplier requires an extension of time in completion of contractual supply on account of occurrence of any hindrance, he shall apply in writing to Director (PH)/M.D. RMSC Ltd.& M.D., NRHM, Jaipur which has placed the supply order, for the same immediately on occurrence of the hindrance but not after the stipulated date of completion of supply. The Purchase Officers shall make the case for obtaining approval of time extension with in three days with his comments. (vi) Delivery period may be extended with or without liquidated damages. If the delay in the supply of goods is on account of hindrances beyond the control of the Tenderer, the extension in delivery period may be granted without Liquidated Damage. (vii) If the Tenderer is unable to complete the supply within the specified or extended period, the purchasing officer shall be entitled to purchase the goods or any part thereof from elsewhere without notice to the Tenderer on his (i.e., Tenderers) account and risk only with the prior approved from Director (PH)/ M.D., RMSC Ltd. & M.D., NRHM, Jaipur. The Tenderer shall be liable to pay any loss or damage which the purchasing officer may sustain by reasons of such failure on the part of the Tenderer. The Tenderer shall not be entitled to any gain on such purchases made against default. The recovery of such loss or damage shall be made from any sums accruing to the Tenderer under this or any other contract with the government. If recovery is not possible from the bill and the Tenderer fails to pay the loss or damage, within one month of the demand, the recovery of such amount or sum due from the Tenderer shall be made under the Rajasthan Public Demand Recovery Act 1952 or any other law for the time being in force. In case more than one supplier has been approved for any item under the approved list circulated to the purchasing officers, the risk purchases may be made at a higher rate from any other firm whose rate is duly approved. It is mandatory for the approved supplier to acknowledge receipt of orders with in fifteen days from the date of dispatch of order, failing which the purchasing officers will be at liberty to initiate action to purchase the items on risk purchase system at the expiry of the prescribed supply period. After taking required approval from Director (PH)/ M.D., RMSC Ltd..& M.D., NRHM, Jaipur Signature of Tenderer with seal