Download as pdf or txt
Download as pdf or txt
You are on page 1of 18

Bid Number: GEM/2022/B/2357114

Dated: 25-07-2022

Bid Document

Bid Details

Bid End Date/Time 16-08-2022 16:00:00

Bid Opening Date/Time 16-08-2022 16:30:00

Bid Offer Validity (From End Date) 65 (Days)

Ministry/State Name Delhi

Department Name Health And Family Welfare Department Delhi

Organisation Name N/a

Govind Ballabh Post Graduate Institute Of Medical Education


Office Name
And Research

Total Quantity 1

Item Category Ultrasound Scanning Machine (Q3)

Minimum Average Annual Turnover of the


100 Lakh (s)
bidder (For 3 Years)

OEM Average Turnover (Last 3 Years) 200 Lakh (s)

Years of Past Experience Required for


3 Year (s)
same/similar service

MSE Exemption for Turnover Yes

Startup Exemption for Turnover Yes

Experience Criteria,Past Performance,Bidder


Turnover,Certificate (Requested in ATC),OEM Authorization
Certificate,OEM Annual Turnover,Additional Doc 1 (Requested
in ATC),Additional Doc 2 (Requested in ATC),Compliance of
Document required from seller BoQ specification and supporting document
*In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Past Performance 80 %

Bid to RA enabled No

Comprehensive Maintenance Charges


Yes
Required

Time allowed for Technical Clarifications


3 Days
during technical evaluation

Estimated Bid Value 9000000

Evaluation Method Total value wise evaluation

EMD Detail

Advisory Bank State Bank of India

1 / 18
EMD Percentage(%) 2.00

EMD Amount 180000

ePBG Detail

Advisory Bank State Bank of India

ePBG Percentage(%) 3.00

Duration of ePBG required (Months). 62

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this Policy.

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable.

Beneficiary:
MEDICAL SUPERINTENDENT
Govind Ballabh Post Graduate Institute Of Medical Education And Research, Health and Family Welfare Department,
Govt. of NCT of Delhi, J.L. Nehru Marg, New Delhi-110002.
(Medical Superintendent)

Splitting

Bid splitting not applied.

MII Purchase Preference

MII Purchase Preference Yes

MSE Purchase Preference

MSE Purchase Preference Yes

1. If the bidder is a Micro or Small Enterprise as per latest definitions under MSME rules, the bidder shall be
exempted from the requirement of "Bidder Turnover" criteria and "Experience Criteria". If the bidder is OEM of the
offered products, it would also be exempted from the "OEM Average Turnover" criteria. In case any bidder is seeking
exemption from Turnover / Experience Criteria, the supporting documents to prove his eligibility for exemption must
be uploaded for evaluation by the buyer.
2. If the bidder is a Startup, the bidder shall be exempted from the requirement of "Bidder Turnover" criteria and
"Experience Criteria". If the bidder is OEM of the offered products, it would also be exempted from the "OEM
Average Turnover" criteria. In case any bidder is seeking exemption from Turnover / Experience Criteria, the
supporting documents to prove his eligibility for exemption must be uploaded for evaluation by the buyer.
3. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st March of
the previous financial year, should be as indicated above in the bid document. Documentary evidence in the form of
certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant / Cost
Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the date of
constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the completed
financial years after the date of constitution shall be taken into account for this criteria.
4. Experience Criteria: In respect of the filter applied for experience criteria, the Bidder or its OEM {themselves or
through reseller(s)} should have regularly, manufactured and supplied same or similar Category Products to any
Central / State Govt Organization / PSU / Public Listed Company for number of Financial years as indicated above in

2 / 18
the bid document before the bid opening date. Copies of relevant contracts to be submitted along with bid in
support of having supplied some quantity during each of the Financial year. In case of bunch bids, the category of
primary product having highest value should meet this criterion.
5. OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product during
the last three years, ending on 31st March of the previous financial year, should be as indicated in the bid
document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a certificate
from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period shall be
uploaded with the bid. In case the date of constitution / incorporation of the OEM is less than 3 year old, the average
turnover in respect of the completed financial years after the date of constitution shall be taken into account for this
criteria.
6. Preference to Make In India products (For bids < 200 Crore):Preference shall be given to Class 1 local supplier as
defined in public procurement (Preference to Make in India), Order 2017 as amended from time to time and its
subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products. The minimum local
content to qualify as a Class 1 local supplier is denoted in the bid document. If the bidder wants to avail the
Purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of the local
content and the details of locations at which the local value addition is made along with their bid, failing which no
purchase preference shall be granted. In case the bid value is more than Rs 10 Crore, the declaration relating to
percentage of local content shall be certified by the statutory auditor or cost auditor, if the OEM is a company and
by a practicing cost accountant or a chartered accountant for OEMs other than companies as per the Public
Procurement (preference to Make-in -India) order 2017 dated 04.06.2020. Only Class-I and Class-II Local suppliers as
per MII order dated 4.6.2020 will be eligible to bid. Non - Local suppliers as per MII order dated 04.06.2020 are not
eligible to participate. However, eligible micro and small enterprises will be allowed to participate .In case Buyer has
selected Purchase preference to Micro and Small Enterprises clause in the bid, the same will get precedence over
this clause.
7. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as defined
in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued by
Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the offered
product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15% of margin of
purchase preference /price band defined in relevant policy, such Seller shall be given opportunity to match L-1
price and contract will be awarded for 25 % percentage of total quantity.
8. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and for
determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc. This has
no relevance or bearing on the price to be quoted by the bidders and is also not going to have any impact on bid
participation. Also this is not going to be used as a criteria in determining reasonableness of quoted prices which
would be determined by the buyer based on its own assessment of reasonableness and based on competitive prices
received in Bid / RA process.
9. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 80% of bid quantity, in at least one of the last three Financial years before the bid
opening date to any Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant contracts
(proving supply of cumulative order quantity in any one financial year) to be submitted along with bid in support of
quantity supplied in the relevant Financial year. In case of bunch bids, the category related to primary product
having highest bid value should meet this criterion.

Ultrasound Scanning Machine ( 1 pieces )


(Minimum 50% and 20% Local Content required for qualifying as Class 1 and Class 2 Local Supplier
respectively)

Brand Type Registered Brand

Technical Specifications

* As per GeM Category Specification

Specification Specification Name Bid Requirement (Allowed Values)

Types of Probes & Microconvex array Yes Or higher


Features
Volume Convex Probe Yes Or higher

3 / 18
Specification Specification Name Bid Requirement (Allowed Values)

Volume Linear Probe Yes Or higher

Volume TV Probe Yes Or higher

E- Breast Elastography Yes Or higher

E- Thyroid Elastography Yes Or higher

Liver Elastography Yes Or higher

Intraoperative Probe Yes Or higher

Gel Warmer Yes Or higher

Dedicated 3-D/4-D Yes Or higher

Scan Modes Contrast harmonic imaging Yes Or higher


with angio mode

Contrast-enhanced Yes Or higher


ultrasound (CEUS) option

Tissue synchronization, Yes Or higher


tissue velocity

Provision for higher Yes Or higher


sensitivity for low frequency
doppler in all probes

Number of Channels in color 50000 or more (If channels are being designated as
doppler system digital channels)

Live 3 D imaging in color Yes Or higher


doppler system

Colour Doppler system with Yes Or higher


all application packages
,Quad loop for serial studies
with high frame rate revies,
harmonic imaging capability
in all modes and integrated
stress echo package digital
storage and retrieval

Provision of Tissue Yes Or higher


Colorization (B-Colour) for
improved contrast resolution

Cine Loop Features Yes Or higher

Frame grabber facility for Yes Or higher


post analysis

Number of transducer/probe 4
ports

System should be capable of Yes, Yes with MVNo Analysis


generating real time live 3- D
images

Contrast agent imaging Yes Or higher

IMAGE DISPLAY AND DICOM 3 COMPLIANT Yes Or higher


PROCESSING

4 / 18
Specification Specification Name Bid Requirement (Allowed Values)

Automated B-mode (2-D) Yes Or higher


image

Automated CDI image Yes Or higher


optimization

Automated PW Doppler Yes Or higher


image optimization

Touch Screen Yes Or higher

Monitor display size, cm (in) 58.4 (23) LCD with handle, 61 (24) widescreen high-
resolution monitor

Split screen Twin View

Single/dual monitors Dual (image display and touch panel)

DVD/CD Writer Yes Or higher

Type of processor i7 or latest

RAM capacity of PC in GB ≥4
(hint: In caase PC not
provided put zero)

Processor speed in GHZ ≥3

Frame Grabber incorporated Yes Or higher

Connectivity between USG Yes Or higher


and PC

PC with all software Yes Or higher


inclusive interfaced with
USG machine

laser Color printer provided Yes Or higher


with computer for reporting

Inkjet printer provided with Yes Or higher


computer for reporting

CD/DVD Produced should be Yes Or higher


playable on any system

Glossy Colour Print Paper 500 sheets, NA


supplied

Dicom Interfacability Dicom Yes Or higher


to PACS

Interfacability Dicom to RIS Yes Or higher

Power Requirements Resettable over current Yes Or higher


breaker shall be fitted for
protection

Power backup UPS

Back up time in minutes 30

Suitable Servo Controlled Yes, No Or higher


Stabilizer / CVT should be
provided

5 / 18
Specification Specification Name Bid Requirement (Allowed Values)

Miscellaneous Warranty (Option of 5


Parameters comprehensive warranty is
available through bidding
only, which if opted will
supersede normal warranty
in the catalogue)

Number of installations of More than 3


the USG machines in Central
/State/PSU Govt Hospitals(
Note: Seller should supply a
performace certificate of the
device to the buyer if
demanded after placement
of order)

Comprehensive Maintenance

Warranty of required product 5 Year

Comprehensive Maintenance Duration (Post


5 Year
Warranty)

*Warranty displayed under the AMC/CMC Details section will supersede the warranty displayed under the catalog
specfication

Additional Specification Parameters - Ultrasound Scanning Machine ( 1 pieces )


Specification Parameter
Bid Requirement (Allowed Values)
Name

Detailed Technical Specifications


of High End Color Doppler The quoted Model should be as per the attached detailed Technical
Ultrasound Machine with Shear Specifications of High End Color Doppler Ultrasound Machine with Shear Wave
Wave Elastography and Contrast Elastography and Contrast Ultrasound in the Bid Document.
Ultrasound.
* Bidders offering must also comply with the additional specification parameters mentioned above.

Consignees/Reporting Officer and Quantity

Consignee/Reporti
S.No. Address Quantity Delivery Days
ng Officer

110002,1-Jawaharlal Nehru
1 Chetan Ray Marg, Near Delhi Gate New 1 60
Delhi-110002

6 / 18
Buyer Added Bid Specific Terms and Conditions
1. Generic

OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up to
25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the contract at
the contracted rates. Bidders are bound to accept the orders accordingly.

2. Provisions for workmen compensation, insurance, public liability, property damage, insurance etc. to be
ensured by the contractor. Also, safety measures prescribed for working in Extra High Voltage & use of
personnel protective equipment must be adhered to.
3. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

TECHNICAL SPECIFICATIONS OF HIGH END COLOUR DOPPLER ULTRASOUND MACHINE


WITH SHEAR WAVE ELASTOGRAPHY AND CONTRAST ULTRASOUND

S. No. Technical Specifications

Premium End. Top of the Line. Color Doppler Ultrasound system with Shear Wave
1.
Elastography

System should be State of Art. Top of the line. Premium End Fully Digital with Broadband
2.
Digital Beam Former.

3. The system design should be complaint with Green Emission Product specification.

The system should comply with standards of Environmentally Conscious Products (ECD).
4.
Certificate to attach.

5. US FDA & CE complaint. Also mention year of lunch

The system should have high density Beam Former technology and should be able to
6.
handle independent processing channel for each receiving information from transducer.

The system must be high end and should be “state of the art” with fully digital technology.
Equipment to incorporate the facility of 2D, M-Mode, CDI, PW Doppler, Power Doppler,
Contrast Imaging, Strain and Shear Wave Elastography Imaging, Real time 3-D(4-
7.
D),Imaging for Obstetrics and Gynae, Cerebrovascular, Peripheral Vascular, Transcranial
and Superficial Parts Like Breast, Scrotum, Thyroid And Musculoskeletal. Also fusion and
navigation application should be available.

8. System must have the following Transducers/Probes:

Electronic Convex Transducer Freq. Bandwidth: 1 -5 MHz±1MHz or more for abdominal


applications and support for Strain & Shear wave Elastography application. Transducer should have
high density crystal technology or pure wave technology or matrix technology for excellent
8a. grayscale image quality on difficult to image patients. Please mention the high density crystal
technology or pure wave technology or matrix technology being used in the transducer. Original
technical data sheet should be enclosed in technical bid to support the technology. System offered
with normal crystal technology will be rejected.

7 / 18
Matrix Linear Transducers- freq. bandwidth : 6-15MHz ±1MHz
8b.

High Frequency Micro Convex with bandwidth of 3MHz to 8MHz for pediatric and neonatal
8c. abdominal & brain applications.

Endo Cavity (TVS) transducer freq. bandwidth: 4 to 9 MHz (with150 degree FOV) with reusable
8d. biopsy attachment.

8e. Volume Probe (4D) 1-6 MHz with biplane imaging for abdomen and obs. gynae scan

Strain and shear wave elastography probes:

· Convex SWE transducer freq. bandwidth1-5 MHz


8f.
· Linearstrain and SWE transducer freq. bandwidth 5-10 MHzEndovaginal strain transducer freq.
bandwidth 4-9 MHz

Real-time 2D shear wave elastography with adjustable box with color fill should be available
8g. in convex and linear probes, also measurement should be available in Kpa and m/s
simultaneously

T h e Beam former should be able to handle independent processing channel for each
9.
receiving information from transducer.
The system should have minimum 470000 or more digitally processing channel. Original
10. manufacturing letter to be attached for confirming above channel numbers –.
The system shall have a next generation all- digital beam-former technology which provides
11. High Density Beam Former.
The system should perform minimum of 2000frames/sec
12.
The system should be capable of scanning depth of 33cms or more in 2D scanning modes
13.
The system should have region specific presets like adult abdomen, pediatric abdomen,
14. TV/TR, Gynae, small parts, musculoskeletal and vascular presets. All presets should be
customized according to the user.
The system should have quick view mode for 2D & CDI preset selection during exam and
15. minimum 8 sub presets for 2D & CDI modes.
The system panel height should be adjusted according to the user comfort.
16.
The panel should be swivel and in/out control for maximum user comfort.
17.
The system should have pulse subtraction / pulse inversion tissue harmonic imaging for
18. better contrast and less side lobe artifact.
The system should be next generation tissue harmonic Imaging.
19.
The system should have Receiving End Frequency and Spatial Compound Imaging
20. Technology for retaining Clinical Artifact and

20a. Compound Imaging should work for all the probes

20b. Color and Doppler Modes should be possible for selection during compound imaging

8 / 18
Multi-parametric Image Optimization: The system shall automatically and intelligently
21. optimize key imaging parameters in real-time, maintaining image uniformity across tissue
types with minimal adjustments soon as the transducer is placed on a patient.

22.
T h e system should have advanced Real time Spatial Compound Imaging with following
Feature’s

22a. Process Compound Image

22b. Separate key for Speckle Removal Mode

23. The system should have at least 256 gray scales.

The system should have 2D and spectral Doppler imaging optimization with a push of a
24. button and auto-refresh function. Should be compatible with other advanced imaging
options.

Read/write zoom with image pan-available on live, frozen, cine, dual screen images- Should
25.
preserve full image resolution within the zoom ROI- Up to 8X zoom

Cine loop as well as cine scroll facility in B mode with storage of 1000 or more images
26. should be available. Cine loop frames should also be available for abdominal contrast
applications.

H D zoom: Region of Interest (ROI) with increased detail resolution and frame rate,
27.
compatible with color Doppler and advanced spatial compounding.

T h e system should have at least four Imaging universal active transducer ports & one
28. Parking port. The ports should have electronic switching facility from key board without
probe adapter

The system should have advanced DICOM with following modalities:


· Verification SCU/SCP
· Storage SCU
· Print SCU
29. · MWM
· MPPS
· Query/Retrieve
· Structured Report
· Multi server Transfer

30. The system should display thumbnails on a clipboard while scanning to facilitate exams.

The user should be able to select either bigger screen with only ultrasound image or with
30a. thumbnail with live ultrasound Images.

T h e system should allow user configurable protocol for applications such as Abdomen
31. /OBGYN /Vascular etc for system operation. The following automation should include the
protocol:-

31a. Automatic set up of Imaging Controls & Modes

31b. Initiation auto completion of required measurements etc

9 / 18
32. The system should have single key image optimization for 2D and Doppler.

The system should High Dynamic range of 280dbor more. Higher Dynamic range will be
33.
preferred.

Doppler system should have the following configurations

· The system should have advanced wide band color Doppler imaging mode with directional
information’s without blooming / overpainting for low flow applications.

· The system should have Directional Power Doppler Imaging mode.

· The system should have PW Doppler & HPRF mode for all Transducers.

34. · Color Velocity scale Selection for convex probe should be Minimum 1.3cm/s.

· PW sample gate selection should be 1mm to 16mm

· The minimum scanning depth should be 30cms or more in Doppler modes.

· Auto trace and automatic Doppler calculations should be available in live and frozen images.

· The system should have independent PRF Mode i.e., should be able to measure high
velocity information in real time triplex mode.

The system should have real time panoramic view imaging that operates by sweeping a
transducer over the anatomy of interest by stretching upto 30cms. Should be possible with
all transducers.Should have the state of the art Transmit Real time Compound Imaging
35. Technology with Multiple transmitted lines of sight, wherein multiple coplanar images from
different viewing are obtained and combined into a single compound image at real-time
frame rates for improved visualization . Should demonstrate and show multiple transmitted
line of sight in convex, linear and endocavitary probes.

The system should have FDA approved Real Time Elastography for Liver, Breast, Prostate
36. and all other applications. Also the following features should be available in Elastography
package:

Elastography should be without compression Technique. During Elasto Mode, Reference 2D


36a. Mode should display side by side. After freeze best cycle selected from cine mode reference
of Compression Wave.

Endocavitory Probe should support Prostate elastography. Necessary software should be


36b.
built inn.

T h e system should be able to generate a color coded Elastogram with a reference


36c.
Adjustable Numerical elasticity scale for each application.

T h e system should be able to display simultaneously both color coded Elastogram and
36d. corresponding B-Mode image in real time for performing Elastography guided
biopsies/FNAC.

36e. There should be user adjustable elasticity -box size with a display depth: 0-8 cm.

36f. The system shall provide scan depths from a minimum of 2cm to a maximum of upto 33cm

10 / 18
Elastography quantification tool should be able to provide Mean, Max, Medium and Min
elasticity values of the tissues in both m/s or kPA (Kilo pascal) on Convex and Linear
36g.
Transducers.

36h. System should have integrated report worksheet for Liver elasticity assessment.
The system shall provide a single image presentation of both qualitative and
37. quantitative assessment of tissue stiffness.

The system shall provide Color coded stiffness map with 4 color display modes.
· Measure Shear wave velocity
· Maximum ROI height 2.5cm
38. · Maximum ROI width full image width
· Maximum ROI depth 4.0 cm
· Maximum Shear wave velocity 10m/s: Minimum depth shear-wave imaging should be
8cm; Minimum depth shear wave quantification should be 8cm.

The system should have FDA approved Shear wave Elastrography for liver and breast
39.
application

40. The system should have the most advanced Contrast Package available in the Industry

The system should be able to display Wash In, Stay & Washout information of contrast
40a.
information to the single frame like Micro flow Imaging.

The system should have micro flow imaging with advanced software technology to
40b. compensate respiratory motion or unsteady application of the transducers providing stable
images during contrast application for Radiology Applications.

The system should Display different Color for Wash In, Stay & Washout information of
40c.
Contrast information to Understand the arrival time of Contrast to Confirm the Diagnostic

The system should have Contrast Quantification package so that it is able to measure the
40d. arrival time of contrast agent at any point of time. It should also be available on OFF Line
Mode

The system shall provide a toolbox indicating:


i.detection of the fundamental response of the CM
40e. ii.detection of the 2nd harmonic response of the CM
iii.contrast capture imaging
iv.micro-bubble destruction imaging

The system shall offer contrast imaging package with Contrast Harmonic and
40f.
Quantification.

It shall be possible to switch between fundamental response imaging and 2nd harmonic
40g.
imaging without interrupting the image acquisition

T h e system should have 3D and 4D acquisition possible with 2D, Color Doppler, Power
41. Doppler, harmonic mode and with contrast agent imaging. Instant rendering of MPR images
should be with resolution similar to 2D resolution.

The system should have Side/ Vertical Display of 2D Images to improve the Examination
42.
Efficiency for Superficial Tissue and MSK Applications.

11 / 18
Sophisticated Ergonomics:

43. A flexible multi joint arm supports the LCD monitor, allowing appropriate positioning for
operations in the standing or sitting posture to be achieved easily.

Monitor:
44.
Monitor Size should be 22" (inch) or more Back Lit LED- LCD Monitor with Easy Grip

45. Console:

The freely programmable, mode-sensitive touch pad more than 10” or more Color Touch
45a. Command Screen enable direct access to all basic and advanced system controls

Convenient transducer trays on both sides should put up to Six transducers within easy
45b.
reach in any scanning position.

B a s i c and advanced quantification functions should be activated directly on the


45c.
programmable console.

All Mode keys concisely arranged with multi-gain controller should enable direct access to
45d.
all imaging modes.

A retractable alphanumeric keyboard should be available to manually enter comments or


45e.
patient data

45f. Panel can be Rotated and Shifted Vertically according to user Comfort port.

46. Data management:

The system should have in-built storage facility for at least 500GB with a external storage.
46a.
Of 5 TB. Images can be viewed in Image Review Mode

Filed images can be output via the USB port (USB Memory or USB HDD) or stored on
46b.
CD/DVD by Image Management

46c. Should be able to integrate with the existing PACS in the institute with no extra cost

47. Measurements and Calculations:

Measurement should be possible on frozen images and images recalled from the image
47a.
archive.

T h e system should have comprehensive set of measurements in OB / Gyn /Vascular


47b.
/Carotid /Lower Limb /Upper Limb /Thyroid /Testis /Abdominal applications

47c. Template customization should be possible.

On board report for all packages – Report transfer to Print Page along with Selected Images
47d.
will be Printer normal PC Printer.

48 The system should be US FDA approved.

49. Onsite demonstration of the quoted unit is mandatory.

12 / 18
System should have Micro-Vascular imaging technology expanding the range of visible
blood flow and provides visualization of low velocity micro vascular flow usually unseen
with routine ultrasound.
50. · Micro Vascular Imaging should have better vascular visualization, combined with high
frame rates, should result diagnostic confidence when evaluating lesions, cysts and
tumours, improving patient outcomes.

The system should have 4D Imaging facility with freely movable light source.
51.
Accessories
52
Online UPS of 2 KVA for at least 30 mins backup.
52a.
Patient couch (fully motorized high end with adjustable height to enable easy transfer of
52b. patients) & two ergonomic high back operator chairs.
Patient stool & stepper (one each)
52c.
One computer desktop with core i7 CPU- minimum 4 GB RAM. 1TB storage with 32 inch
52d. display. It should have the software required for real time transfer of Ultrasound images in
DICOM format from the scanner to the computer.
One good quality color paper printer and scanner with cartridges.
52e.
Any other hardware required for optimum utilization of advanced applications on the
52f. scanner.
Stand alone gel warmer capable of holding three ultrasound bottles of standard size at a
52g. time (Thermasonic or equivalent brand).
Wall mounted cabinets to be installed in the ultrasound room.
52h.
Patient privacy curtain and appropriate partition to optimize space utilization.
52i.
Ambient lighting in the room as per the ACR norms.
52j.
Appropriate probe cleansing solution adequate for one year
52k.
Customized suitcases for keeping probes for storage.
52l.
Heavy duty cover for cables of probes to safeguard against rodent damage.
52m.
Biopsy guide attachment;
52n.

a. Convex curved array 1-5 MHz: one in number (non disposable)

b. Linear array 5-9 MHz : one in number (Non disposable)

c. Endocavitary probe 4-9 MHz ; two in number (Non disposable)

52o. Signage as per PC PNDT act guidelines

52p. Warranty five years inclusive of transducers, all accessories and third part items.

52q. CMC 6 th year to 10 th inclusive all the things included in warranty with year wise quoted rates.

13 / 18
List of installations of instructions where same equipments are installed.
52r

Artificial intelligence enabled software as per USA and EU guidelines should be part of standard
52s specifications.

The vendor will have to ensure that the ultrasound scanner has GPS and tracker enabled as per
52t PC-PNDT requirements. The same should also be maintained for five years from date of
installation.

52u List of spare parts including everything during warranty and subsequent 5 years CMC.

52v Cartridges for printer, batteries for UPS in warranty and CMC part.

4. Generic

Bidder financial standing: The bidder should not be under liquidation, court receivership or similar
proceedings, should not be bankrupt. Bidder to upload undertaking to this effect with bid.

5. Generic

Data Sheet of the product(s) offered in the bid, are to be uploaded along with the bid documents. Buyers can
match and verify the Data Sheet with the product specifications offered. In case of any unexplained
mismatch of technical parameters, the bid is liable for rejection.

6. Generic

Experience Criteria: The Bidder or its OEM {themselves or through reseller(s)} should have regularly,
manufactured and supplied same or similar Category Products to any Central / State Govt Organization / PSU
/ Public Listed Company for 3 years before the bid opening date. Copies of relevant contracts to be
submitted along with bid in support of having supplied some quantity during each of the year. In case of
bunch bids, the primary product having highest value should meet this criterion.

7. Generic

Installation, Commissioning, Testing, Configuration, Training (if any - which ever is applicable as per scope of
supply) is to be carried out by OEM / OEM Certified resource or OEM authorised Reseller.

8. Generic

The successful bidder has to supply all essential accessories required for the successful installation and
commissioning of the goods supplied. Besides standard accessories as per normal industry practice,
following accessories must be part of supply and cost should be included in bid price: All accessories and
third party items during 05 years Warranty as well as 05 years CMC period..

9. Generic

Upload Manufacturer authorization: Wherever Authorised Distributors are submitting the bid,
Manufacturers Authorisation Form (MAF)/Certificate with OEM details such as name, designation, address, e-
mail Id and Phone No. required to be furnished along with the bid.

10. Scope of Supply

Scope of supply (Bid price to include all cost components) : Supply Installation Testing Commissioning of
Goods and Training of operators and providing Statutory Clearances required (if any)

14 / 18
11. Turnover

OEM Turn Over Criteria: The minimum average annual financial turnover of the OEM of the offered product
during the last three years, ending on 31st March of the previous financial year, should be as indicated in the
bid document. Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a
certificate from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant
period shall be uploaded with the bid. In case the date of constitution / incorporation of the OEM is less than
3 year old, the average turnover in respect of the completed financial years after the date of constitution
shall be taken into account for this criteria. In case of bunch bids, the OEM of CATEGORY RELATED TO
primary product having highest bid value should meet this criterion.

12. Turnover

Bidder Turn Over Criteria: The minimum average annual financial turnover of the bidder during the last three
years, ending on 31st March of the previous financial year, should be as indicated in the bid document.
Documentary evidence in the form of certified Audited Balance Sheets of relevant periods or a certificate
from the Chartered Accountant / Cost Accountant indicating the turnover details for the relevant period shall
be uploaded with the bid. In case the date of constitution / incorporation of the bidder is less than 3 year old,
the average turnover in respect of the completed financial years after the date of constitution shall be taken
into account for this criteria.

13. OEM

IMPORTED PRODUCTS: In case of imported products, OEM or Authorized Seller of OEM should have a
registered office in India to provide after sales service support in India. The certificate to this effect should be
submitted.

14. Service & Support

Availability of Service Centres: Bidder/OEM must have a Functional Service Centre in the State of each
Consignee's Location in case of carry-in warranty. (Not applicable in case of goods having on-site warranty).
If service center is not already there at the time of bidding, successful bidder / OEM shall have to establish
one within 30 days of award of contract. Payment shall be released only after submission of documentary
evidence of having Functional Service Centre.

15. Service & Support

Dedicated /toll Free Telephone No. for Service Support : BIDDER/OEM must have Dedicated/toll Free
Telephone No. for Service Support.

16. Service & Support

Escalation Matrix For Service Support : Bidder/OEM must provide Escalation Matrix of Telephone Numbers
for Service Support.

17. Certificates

Bidder's offer is liable to be rejected if they don't upload any of the certificates / documents sought in the Bid
document, ATC and Corrigendum if any.

18. Warranty

Bidder / OEM has to give an undertaking that after expiry of warranty period, it will provide Comprehensive
Maintenance Service for next 5 years for the offered products at the rate not more than 10 % of contract
price per annum. Buyer reserves the right to enter into a CMC agreement with the Successful Bidder / OEM
after expiry of the Warranty period at above mentioned rate and the payment for the CMC charges would be
made Biannually after rendering of the CMC Services of the relevant CMC period. Performance Security of the
successful bidder shall be forfeited if it fails to accept the CMC contract when called upon by the buyer. CMC
would include cost of 02 to 10% (Upload the undertaking). The original Performance Security of contract will
be returned only after submission and verification of AMC Performance Security for 3% of total CMC value
valid up to CMC period plus 2 months (if there is no other claim).

19. Warranty

15 / 18
Warranty period of the supplied products shall be 5 years from the date of final acceptance of goods or after
completion of installation, commissioning & testing of goods (if included in the scope of supply), at consignee
location. OEM Warranty certificates must be submitted by Successful Bidder at the time of delivery of Goods.
The seller should guarantee the rectification of goods in case of any break down during the guarantee period.
Seller should have well established Installation, Commissioning, Training, Troubleshooting and Maintenance
Service group in INDIA for attending the after sales service. Details of Service Centres near consignee
destinations are to be uploaded along with the bid.

20. Warranty

Timely Servicing / rectification of defects during warranty period: After having been notified of the defects /
service requirement during warranty period, Seller has to complete the required Service / Rectification within
3 days time limit. If the Seller fails to complete service / rectification with defined time limit, a penalty of
0.5% of Unit Price of the product shall be charged as penalty for each week of delay from the seller. Seller
can deposit the penalty with the Buyer directly else the Buyer shall have a right to recover all such penalty
amount from the Performance Security (PBG).Cumulative Penalty cannot exceed more than 10% of the total
contract value after which the Buyer shall have the right to get the service / rectification done from alternate
sources at the risk and cost of the Seller besides forfeiture of PBG. Seller shall be liable to re-imberse the
cost of such service / rectification to the Buyer.

21. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Fixed Deposit Receipt also (besides
PBG which is allowed as per GeM GTC). FDR should be made out or pledged in the name of Bidder A/C (Name
of the Seller). The bank should certify on it that the deposit can be withdrawn only on the demand or with the
sanction of the pledgee. For release of Security Deposit, the FDR will be released in favour of bidder by the
Buyer after making endorsement on the back of the FDR duly signed and stamped along with covering letter.
Successful Bidder has to upload scanned copy of the FDR document in place of PBG and has to ensure
delivery of hard copy of Original FDR to the Buyer within 15 days of award of contract.

Disclaimer
The additional terms and conditions have been incorporated by the Buyer after approval of the Competent Authority
in Buyer Organization. Buyer organization is solely responsible for the impact of these clauses on the bidding
process, its outcome, and consequences thereof including any eccentricity/restriction arising in the bidding process
due to these ATCs and due to modification of technical specifications and/or terms and conditions governing the
bid. Any clause incorporated by the Buyer such as demanding Tender Sample, incorporating any clause against the
MSME policy and Preference to make in India Policy, mandating any Brand names or Foreign Certification, changing
the default time period for Acceptance of material or payment timeline governed by OM of Department of
Expenditure shall be null and void and would not be considered part of bid. Further any reference of conditions
published on any external site or reference to external documents/clauses shall also be null and void. If any seller
has any objection/grievance against these additional clauses or otherwise on any aspect of this bid, they can raise
their representation against the same by using the Representation window provided in the bid details field in Seller
dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer is duty bound to reply to all
such representations and would not be allowed to open bids if he fails to reply to such representations. Also, GeM
does not permit collection of Tender fee / Auction fee in case of Bids / Forward Auction as the case may be. Any
stipulation by the Buyer seeking payment of Tender Fee / Auction fee through ATC clauses would be treated as null
and void.

Additional Clause For Comprehensive Maintenance Charges


1.CMC shall include preventive maintenance including calibration as per technical/ service /operational manual of
the manufacturer, service charges and spares, after satisfactory completion of Warranty. During the CMC period
commencing from date of the successful completion of warranty period, Service personnel shall visit each
consignee site as recommended in the manufacturer’s technical/ service /operational manual, at least once in six
months or as per user requirement. Cost of consumables shall not be included in CMC.Further there will be 98%
uptime warranty during CMC period on 24 (hrs) X 7 (days) X 365 (days) basis, with penalty, to extend CMC period by
double the downtime period.
2.CMC charges to be indicated as percentage of cost of equipment quoted for each year after the warranty period.
3.GST shall be included in the CMC Charges quoted.

16 / 18
4.Cost of CMC will be added for Ranking/Evaluation purpose with depreciation formula.A 10% discounting rate per
year shall be applied on CMC Charges for price evaluation on Net Present Value.
5.The payment of CMC will be made on quarterly basis after satisfactory completion of said period, duly certified by
end user.
6.While creating a bid or RA, buyers shall indicate whether CMC is required against Yes/No” options. If CMC Charges
are included, an option for number of years for CMC required after the warranty period shall be available.Under this
option up to 10 years can be chosen for CMC charges beyond warranty period.
7.In case the bid has a provision for CMC, the warranty of the product will also be deemed to have been converted
into Comprehensive warranty including preventive maintenance and calibration as per technical/ service
/operational manual of the manufacturer, service charges and spares, during the Warranty Period also. Sellers are
therefore advised to include the cost of Comprehensive Warranty including spares (excluding consumables) also in
product Cost.
8.The CMC functionality shall be available in bid only and no direct RA shall be applicable.In case of bid to R/A
decrement rules shall be applicable on total price inclusive of CMC charges. Bunching of products shall not be
available while creating bids with CMC charges.

8.1.Buyer shall indicate number of years of warranty by selecting different options available in the field
depending on warranty parameter applicable in category parameters for the equipment. No. of years of
warranty indicated here shall supersede the warranty period indicated elsewhere in bid or product
specifications. The Seller while participating in Bid/RA will get fields to indicate CMC charges as percentage
depending on number of years of CMC selected by Buyer. The following shall be applicable, if 5 year CMC
selected:
CMC charges for 1st year after warranty period– Percentage to be indicated- A1
CMC charges for 2nd year after warranty period– Percentage to be indicated- A2
CMC charges for 3rd year after warranty period – Percentage to be indicated- A3
CMC charges for 4th year after warranty period – Percentage to be indicated- A4
CMC charges for 5th year after warranty period – Percentage to be indicated- A5
Similarly, A6 to A10 are to be indicated for 6th to 10th year of CMC if applicable.
8.2.The calculation of CMC Charges shall take into account the number of years of warranty and duration of
CMC as specified while creating bid.
8.3.In the price evaluation, the system shall provide function to calculate the cost of each equipment by
formula indicated below includingCMC and then show the inter-se-ranking of the bidders. The following are
the variables
(i) Number of years for which CMC required.
(ii) Number of years of product warranty
The formula for calculating total cost including CMC charges shall be as under:
Total Cost for evaluation=
C+C*{(A1/100)/(1.10^n)+(A2/100)/(1.10^n+1)+(A3/100)/(1.10^n+2)+(A4/100)/(1.10^n+3)+
(A5/100)/(1.10^n+4)} and so on
C – Cost for equipment quoted and n shall be number of years of product warranty specified.
If 2 year warranty specified, n shall be2 and if 5 year warranty specified, n shall be 5. A1,A2, A3, A4& A5shall
depend on how many years CMC selected. For3 yearCMC, only A1,A2 and A3 factors are to be taken into
account and A4 and A5 will not be applicable.
8.4.CMC charges offered for each subsequent year should be same or higher than preceding year.
8.5.The CMC charges shall be offered within range of 3 to 10% of cost of equipment.

9.Since CMC charges are to be paid only later for each year during CMC period,applicable performance guarantee
amount after placement of contract shall be based on the cost of equipment excluding the cost of CMC Charges.
10.Performance bank guarantee applicable for CMC is to be submitted at start of the CMC and shall be applicable
between 2.5% to 5% as specified in bid on total CMC Charges.The PBG submitted after award of contract shall be
released only after new PBG for the CMC period is submitted and accepted by buyer/consignee after due
verification.Bank guarantee for CMC is to remain valid till completion of CMC period plus one year. The bank
guarantee for CMC shall be submitted to buyer directly. In case, seller fails to submit the PBG or does not provide
services for the CMC contract after expiry of warranty period then PBG of equipment shall be forfeited.
11.In case of splitting of order quantity, equipment cost and CMC charges offered by L1 bidder shall be matched by
higher quoting eligible bidders on one-to-one basis.The equipment cost and CMC charges (year to year) shall be
matched individually.
12.The CMC Contract shall be an offline contract to be handled by buyer.The payment of CMC will be made on
quarterly basis after satisfactory completion of said period, duly certified by end user and scope of CMC will be as
per para 1 above.
13.CMC Charges are inclusive of all the charges for Transportation, Lodging, Boarding, all insurances including third
party insurance and all other incidental charges. The same shall include GST. The prices also include cost of spares
and damaged parts. Purchaser does not have any liability, whatsoever, over and above the cost of CMC. It also
includes for arranging hand tools & tackles, special tools etc. required to carry out the work.

17 / 18
This Bid is also governed by the General Terms and Conditions

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which shares
a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to undertake
compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action in accordance
with the laws.

---Thank You---

18 / 18

You might also like