Upload
phamnhan
View
236
Download
1
Embed Size (px)
Citation preview
1
Issued to M/s. _______________________________________________________
B I D D I N G D O C U M E N T F O R
Purchase of equipments & sajj/sajja for State in Newly Constructed 24 Nos. 100 bedded MCH WING Hospitals at District Bareilly, Etawah,
Moradabad, Kanpur Dehat, Firozabad , Meerut, Bulandshahar, Ghaziabad, Saharanpur, Muzaffarnagar,
Agra,Aligarh,Bijnor,Pilibhit,Badaun,Shahjahanpur,Barabanki,Mainpuri, Baharaich,Faizabad,Gonda,Allahabad,Raebareli,Sultanpur.
On Turnkey Basis
Bid Reference: 8F/QC-850/8648 Dated: 19-12-2016
Directorate of Medical & Health Services, U.P.
Director, CMSD Swasthya Bhawan, Kaisarbagh,
Lucknow (U.P.) India
Sl. No.
2
Directorate of Medical & Health Services, U.P.
Director, CMSD Swasthya Bhawan, Kaisarbagh, Lucknow (U.P.) India
Phone & Fax: 0522- 2625809
Website: www.uphealth.up.nic.in & www.dghealth.up.nic.in
Email: [email protected]
BID REFERENCE : 8F/QC-850/8648, Dated 19-12-2016
DATE OF COMMENCEMENT OF SALE OF TENDER DOCUMENT
: 19 December , 2016
LAST DATE FOR SALE OF TENDER DOCUMENT
15 January, 2017
LAST DATE AND TIME FOR
RECEIPT OF TENDER : 16 January, 2017 up to 2:30 P.M.
TIME AND DATE OF OPENING
OF TENDER : 16 January, 2017 at 3:00 P.M.
PLACE OF OPENING OF TENDER : OFFICE OF THE DIRECTOR GENERAL MEDICAL & HEALTH U.P LUCKNOW (C.M.S.D. Section)
ADDRESS FOR COMMUNCATION: Directorate of Medical & Health Services U.P, Swasthya Bhawan Kaisarbagh, opposite High Court, Lucknow – 226001. Phone & Fax: 0522- 2625809
COST OF TENDER DOCUMENT : Rs. 60375/- inclusive of tax NON REFUNDABLE
5
”
”
”
”
”
www.uphealth.up.nic.in, www.dghealth.up.nic.in ls MkmuyksM
www.uphealth.up.nic.in, www.dghealth.up.nic.in ”
www.uphealth.up.nic.in &
www.dghealth.up.nic.in ””
6
OFFICE OF THE DIRECTOR GENERAL OF MEDICAL & HEALTH SERVICES U.P. LUCKNOW (C.M.S.D SECTION-8)
PHONE: 0522-2625809 EMAIL-ID: [email protected]
No. 8F/Q.C.-850/8648 Lucknow: Date- 19 DEC, 2016
Tender Notice
On behalf of Hon’ble Governor of Uttar Pradesh tenders are invited from reputed
manufacturers Firm/Firm Authorized Dealer of reputed brands,/Maximum Three Consortium
Partners for supply with installation of Hospital furniture’s and Medical equipment for 100 Bedded
MCH Wing in 24 districts under N.H.M. programme on Turnkey basis under Quantity contract for
each equipments, valid for one year from the date of contract:-
Sl. No.
Name of Item
Quantity Approximate Rate (Rs.)
Approximate Amount (Rs.)
(A) Hospital Furniture 1- Hospital Bed fowler (ISI) with I.V.
Stand 80 20000.00 1600000.00
2- ICU Bed with I.V. Stand (For ICU & SNCU)
18 35000.00 630000.00
3- Eclampsia bed 02 35000.00 70000.00 4- Bed side locker (SS) 100 8000.00 800000.00 5- Bed Side Table (SS) 100 3000.00 300000.00 6- Bed Sid stools (SS) for attendant 100 2000.00 200000.00 7- Attendant bench 2 feet wide 100 2000.00 200000.00 8- Bed side Screen 20 2000.00 40000.00 9- Wash Basin Stand with SS Bowl 100 1500.00 150000.00 10- Instrument Almirah 10 10000.00 100000.00 11- Medicine Almirah 10 10000.00 100000.00 12- Bed Pans SS 100 500.00 50000.00 13- Dressing Trolley SS 05 20000.00 100000.00 14- Medicine Trolley SS 05 20000.00 100000.00 15- Equipments Trolley SS 05 20000.00 100000.00 16- Food Service Trolley SS 05 20000.00 100000.00 17- Linen Trolley SS 05 20000.00 100000.00 18- Stretcher with trolley 05 10000.00 50000.00 19- WHEEL CHAIR 10 15000.00 150000.00 20- Oxygen Trolley 10 1500.00 15000.00
21- I.V. Stand 40 500.00 20000.00 22- Emergency Drug Cart 06 5000.00 30000.00 23- Syringe and Needle cutter 20 1500.00 30000.00 (B) Medical Equipments
1. Hydraulic O.T. Table 04 200000.00 800000.00 2. Delivery Table with foot steps 08 20000.00 160000.00 3. Anesthesia Trolley 02 150000.00 300000.00 4. Suction Apparatus High Vacuum 04 15000.00 60000.00 5. Suction Apparatus Electrical 04 12500.00 50000.00 6. Mucus Extractor with Suction
Tube and Foot Operated Suction Machine
04 8500.00 34000.00
7. Adult Resuscitation Kit 04 8000.00 32000.00 8. Neonatal Resuscitation Kit 04 8000.00 32000.00 9. Fetal Doppler 04 45000.00 270000.00
7
10. Fetal Monitor 03 100000.00 300000.00 11. Stethoscope 10 1500.00 15000.00 12. BP Instrument Stand Type 05 2500.00 12500.00 13. BP Instrument Table Top Model 05 1500.00 7500.00 14. Infant BP Instrument 10 1500.00 15000.00 15. Multi Para Pulse Oxymeter 05 90000.00 450000.00 16. NEBULISER 10 2000.00 20000.00 17. Digital Weighing Machine Adult 05 4000.00 20000.00 18. Digital Weighing Machine Infant 05 5000.00 25000.00 19. Radiant Warmer 06 65000.00 390000.00 20. Phototherapy Unit 04 15000.00 60000.00 21. Multi Para Bed Side Monitor 6 nos.
with central nursing Station 01 800000.00 800000.00
22. Air Curtain at entrance for O.T., labor room, ICU and SNCU
08 20000.00 160000.00
23. High Pressure Sterilizer Horizontal 01 225000.00 225000.00 24. High Pressure Sterilizer Vertical 02 90000.00 180000.00 25. Dressing Drums SS of different sizes 03 7000.00 21000.00 26. Ceiling Shadow less Light for O.T 02 525000.00 1050000.00 27. Portable Shadow Less Light for Labor
Room 02 45000.00 90000.00
28. Instruments Sterilizer 08 8000.00 64000.00 29. Gynaec Electric Cautry 02 150000.00 300000.00 30. Refrigerator 300 Liters 05 20000.00 100000.00 31. Refrigerator 165 Liters 05 10000.00 50000.00 32. Oxygen Cylinder B Type 25 22500.00 550000.00 33. Nitrous Oxide Cylinder B Type 05 22000.00 110000.00 34. Regulator and flow meter for medical
gas 25 1000.00 25000.00
35. ECG Machine 02 15000.00 30000.00 36. Water Cooler 400 Ltr/Hr with online
UV System 08 86000.00 688000.00
37. Pediatric Ventilator for ICU 02 850000.00 1700000.00 38. Examination Table SS with Footstep 05 8500.00 42500.00 39. Staff Chairs for OPD & Wards 15 2500.00 37500.00 40. Nursing Station/OPD/ward table 05 3500.00 17500.00 41. Visiting Chairs (Five Seater) for
waiting area 30 Set 5000.00 150000.00
42. Delivery Instrument Set 10 Set 2000.00 20000.00 43. Episiotomy instrument set
(Episiotomy scissor, kidney tray, artery forceps, allis forceps, sponge
holding forceps, needle, holder, needle (round body and cutting),
chromic catgut no. 0. Thumb forceps)
10 Set 2200.00 22000.00
44. MVA / EVA Instrument set (Speculum, anterior vaginal wall
refractor, sponge holding forceps, MVA syringe and cannulas, MTP
cannulas, small bowl of antiseptic lotion)
08 Set 2200.00 17600.00
45. PPIUCD Instrument set (PPIUCD 06 Set 750.00 4500.00
8
insertion forceps, Cu IUCD 380A/Cu IUCD 375 in a sterile package)
46. Outlet Forceps 02 1000.00 2000.00 47. Digital Thermometer 20 600.00 12000.00 48. Ventus 02 1500.00 30000.00 49. MTP Set with Karmon’s suction
canula and MVA syringe 02 Set 10000.00 20000.00
50. PN Sterillsion 04 Set 3200.00 12800.00 51. Caesarean Section 04 Set 4000.00 16000.00 52. Suture Removal 10 Set 500.00 5000.00 53. Suturing Tray 10 550.00 5500.00 54. General Anesthesia Kit 04 Set 4500.00 18000.00 55. Microscope Binocular 02 25000.00 50000.00 56. Semi auto Biochemistry Analyser 01 150000.00 150000.00 57. Serum billirubinometer 02 2000.00 4000.00 58. Glucometer 02 2000.00 4000.00 59. X-ray view Box 05 5500.00 27500.00 60. LCD 32” in Waiting Area for IEC 02 25000.00 50000.00 61. DVD for above 02 4000.00 8000.00 62. Computer with UPS & Laser Printer
for OPD/IPD registration and other hospital activities
10 60000.00 600000.00
63. 2KVA Sine wave Inverter with minimum 3 hours back up for O.T
and Labor Room
04 40000.00 160000.00
64. Color Ultrasound Machine 01 800000.00 800000.00 65. Diesel Generator Set 125 KVA 01 1150000.00 1150000.00 66. Diesel Generator Set 62.5 KVA 01 970000.00 970000.00 67. Fire extinguisher (dry chemical type
5 kg) 20 3786.00 75720.00
68. Fire extinguisher (CO2 type 5 kg) 15 10885.00 163275.00 69. Height Measuring stand 04 2200.00 8800.00 70. Blood Storage Refrigerator 01 140000.00 140000.00
Amount 1,90,25,195.00 (C) Extra Equipment added by T.S.U.
1- Transport Ventilator 01 7,00,000.00 7,00,000.00 2- Transport Ventilator (Neonatal) 01 8,00,000.00 8,00,000.00 3- Defibrillator 02 1,50,000.00 3,00,000.00 4- Portable Ultrasound 01 4,00,000.00 4,00,000.00 5- 3D Ultrasound 01 25,00,000.00 25,00,000.00 6- X-ray (60 mA) 01 1,00,000.00 1,00,000.00
Amount 48,00,000.00 Total Amount 2,38,25,195.00
Tenderer must have valid registration on opening date of the tender in Directorate
Medical & Health and also with any one of the following organizations:-
1. D.G.S.&D., Delhi
2. N.S.I.C., Delhi
3. D.I.S.P.S. (U.P.), Kanpur.
9
4. The registration certificate issued to S.S.I. by General Manager District Industries, which
are renewed after the time limit as per letter no.-4196/SPS, dated 11 May, 1991 of
Department of Industries will also be recognized.
Or
The firm not having registration as mentioned above must deposit 2% of the total
estimated tender value / total estimated cost of the quoted equipments in the form of bank
guarantee or FDR as Security Money to participate in the tender.
Every tenderer firm must deposit EMD as mentioned in the form of Bank guarantee/
Fixed deposit in favor of Director General of Medical & Health Services U.P. Lucknow along
with tender form.
The detail specifications of the item can be seen on the notice board in the office of
the undersigned during office hours on any working day after the publication of the tender.
Tender will be sold from 24 December, 2016 to 15 January, 2017 Tender form along with
details of condition can be obtained from the office on any working day from 2:00 P.M. to
4:00 P.M. on payment of non refundable fee of Rs. 60,375/- (Rupees Sixty Thousand Three
Hundred Seventy Five only) inclusive of Taxes in the form of Demand Draft only.
Tender shall be accepted by the office of the undersigned up to 16 January, 2017 at
2:30 pm and will be opened on same date at 03:00pm by tender committee in presence of
authorized representative of the firms. In case the tender opening date is declared a holiday
then the tender opening date will be the next working day. Jurisdiction of all legal disputes
shall be the court of law at Lucknow (UP) India. The details of tender notice are available on
website:- www.uphealth.up.nic.in & www.dghealth.up.nic.in
Tender form should be submitted with tender number & name of equipments clearly
mentioned on each envelope submitted by tenderer. All required document must be
arranged serially according to checklist and shall be mentioned legibly. In technical
compliance statement relevant data for quoted model must be mentioned before each point
of tender specification. It is compulsory to enclose original and signed catalog / datasheet
as evidence in support of data/ detail mentioned by tenderer in technical compliance
statement. Tendering firm should have turnover of Rs. 10.00 Crore (Rupees Ten Crore)
each year of last three years duly certified by Auditor/ Chartered accountant.
Director General of Medical and Health Services, Uttar Pradesh reserves the right to
accept or reject any tender in part or full without assigning any reason thereof.
Note: - Tender form can be downloaded from department website
www.uphealth.up.nic.in & www.dghealth.up.nic.in fee for which must be deposited by
means of demand draft issued in favor of Director General, Directorate of Medical & Health
Services, U.P. Lucknow payable at the time of submission of tender.
(Suresh Chandra) Director (Store)
10
Contents
OF BIDDING DOCUMENT
Invitation for Bids ....................................................................................................................................... 4-7
Section I. Instructions to Bidders Table of Clauses .............................................................................. 8
Instructions to Bidders .................................................................................................................................................... 9-19
Section II. General Conditions of Contract Table of Clauses ........................................................... 20
General Conditions of Contract ................................................................................................................................ 21-29
Section III. Special Conditions of Contract ..................................................................................... 30-32
Section IV. Schedule of Requirements ..................................................................................................... 33
Section V. Technical Specifications .................................................................................................. 34-88
Section VI. Notes to Bidders on the Preparation of Sample Forms ............................................... 89
Sample Forms ........................................................................................................................................................................... 90
Bid Forms .......................................................................................................................................................................... 91-103
Check List……………………………………………………………………………………………………………………………104
11
SECTION I – INSTRUCTIONS TO BIDDERS TABLE OF CLAUSES
A. Introduction………………………………………………………………………………………………10 1. Scope of Bid…… …………………………………………………………………....……………………10 2. Fraud and Corruption…… …………………………………………………………………………..10 3. Eligibile Bidders… .………………………………………………………………....... ……………….10 4. One Bid per Bidder ……………………………………………………………………………………..10 5. Cost of Bidding ………………………………………………………………………………………..…11
B. The Bidding Documents………………………………………………………………………..………11 6. Content of Bidding Documents………………………………………………………..……......11 7. Clarification of Bidding Documents…………………………………………………………...11 8. Pre-bid Meeting……………………………………………………………………............................11 9. Amendment of Bidding Documents…………………………………………………………...11
C. Preparation of Bids………………………………………………………………….......................12 10. Language of Bid…………………………………………………………………… ……………….…12 11. Documents Constituting the Bid……………………………………………………….……….12 12. Bid Form…………………………………………………… …………………….……………………….12 13. Bid Prices…………………………………………………………………………………………….12-13 14. Documents to be submitted by the Bidder…………………………………….…………...13 15. Documents establishing Bidder's Qualification……………………………………….13-14 16. Documents establishing Goods Conformity to Bidding Documents…………..….14 17. Earnest Money Deposit (EMD)…………………………………………………………….14-15 18. Period of Validity of Bids…………………………………… ………………………………....15 19. Format and Signing of Bid…………………………………………………………………….….15
D. Submission of Bids……………………………………………………………………………………...16 20. Sealing and Marking of Bids……………………………………………………………………...16 21. Deadline for Submission of Bids…………………………………………………………. 16-17 22. Late Bids………………………………………………………………………………………………… 17 23. Modification and Withdrawal of Bids………………………………………………………… .17
E. Bid Opening and Evaluation …………………………………………………………………….……17 24. Opening of Bids by Purchaser……….……………………………………………………...........17 25. Clarification of Bids……………………………………………………………………………….… 17 26. Preliminary Evaluation……………………………………………………………………….… 17 27. Evaluation and Comparision of Substantially Responsive Bids………………….. .18 28. Contacting the Purchaser……………………………………………………………………..18-19
F. Award of Contract….………………………………………………………………………………………19 29. Post-qualification……………………………………………………………………………………. 19 30. Award Criteria………………………………………………………………………………………… .19 31. Purchaser's Right to vary Quantities………………………………… ………………… …. ....19 32. Purchaser’s Right to Accept Any Bid and to Reject Any or All Bids……………….. 19 33. Issue of Notification of Award………………………………………………… ……………….…19 34. Signing of Contract………………………………………………………………. ……………………19 35. Performance Security…………………………………………………………………………..…... .20
12
INSTRUCTIONS TO BIDDERS (ITB) A INTRODUCTION
1. SCOPE OF BID
Directorate General of Medical & Health Services, U.P on behalf of Governor of Uttar Pradesh (hereinafter referred to as ‘Purchaser’, invites bids for the supply/testing/commissioning of Equipments as specified in the Schedule of Requirements. 2. FRAUD AND CORRUPTION 2.1 It is required that the Purchasers as well as Bidders/Suppliers/Contractors observe the highest
standard of ethics during the procurement and execution of Contracts. In pursuance of this policy, the Purchaser:
(a) Defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value to influence the action of a public official in the procurement process or in Contract execution; and
(ii) “fraudulent practice” means a misrepresentation of facts and / or concealment of fact in order to influence a procurement process or the execution of a Contract to the detriment of the Purchaser; it includes collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, noncompetitive levels and to deprive the Purchaser of the benefits of free and open competition.
(b) will declare a firm ineligible and debar the firm, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a contract. In such cases, appropriate legal action as per court of law shall be initiated for which the concerned bidder shall be solely responsible.
2.2 Furthermore, bidders shall be aware of the provision stated in Sub-Clauses 19.4 and 22.1 d. of the
General Conditions of Contract 3. ELIGIBLE BIDDERS
The eligible bidder should be the manufacturer or Authorized Dealer/ Agent, duly Authorized by manufacturer for offered items.
3.1 The manufacturer firm should be registered with appropriate authorities in respective countries to manufacture the tendered item, against Technical Specifications given in the bid document and should have successfully executed orders of similar nature in past.
If bidder is not manufacturer then bidder must furnish appropriate document issued by manufacturer to undertake the responsibility of warranty period and supply of spares and after sales services etc. during specified period, which are necessary to maintain and ensure functionality of offered items. In case of authority letter being a downloaded document, the copy of same must be sent to the undersigned by e-mail from the official e-mail ID of the Authorizing Firm. Tender should not be submitted by the company / firm who has been blacklisted / debarred either by Director General Medical & Health U.P. or by any other State / central government’s organization. Failing which or submitting fake documents will lead to forfeit of EMD and Security deposit and ensue legal proceedings against the firm. If bidder is not manufacturer then bidder must involve in similar nature of business since last 3 years or more.
3.2 A firm declared ineligible by the Purchaser in accordance with ITB Sub-Clause 2.1 (b) and GCC Sub-Clause 19.4 shall be ineligible to bid for a contract during the period of time determined by the Purchaser.
3.3 Pursuant to ITB Sub-Clause 11, the Bidder shall furnish, as part of its bid, documents establishing, to the Purchaser’s satisfaction, the Bidder’s eligibility to bid.
4. BIDDER The bidder must have minimum annual turnover of Rs. 10.00 Crore (Rupees Ten Crore) in each year of last three financial years. The Bidder firm must be registered with the Department of Medical & Health Uttar Pradesh.
13
5. COST OF BIDDING
The bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser will, in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the biding process.
B. THE BIDDING DOCUMENTS
6. CONTENTS OF BIDDING DOCUMENTS 6.1 The goods required to be supplied; bidding procedures and contract terms and conditions are
prescribed in the Bidding Documents. The Bidding Document include, the following :
Section I Instructions to Bidders (ITB) Section II General Conditions of Contract (GCC) Section III Special Conditions of Contract (SCC) Section IV Schedule of Requirements (SOR) Section V Technical Specifications Section VI Sample Forms
6.2 The “Invitation for Bids” does not form part of the Bidding Documents and is included as a reference only. In case of discrepancies between the Invitation for Bid and the Bidding Documents listed in 6.1 above, said Bidding Documents will take precedence.
6.3 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid
Documents. Failure to furnish all information required as per the Bid Documents or submission of the bids not substantially responsive to the Bid Documents in every respect will be at the bidder’s risk and may result in rejection of the bid.
7. CLARIFICATION OF BID DOCUMENTS 7.1 A prospective bidder, requiring any clarification on the Bid Documents shall notify the Purchaser in
writing or by e mail at the Purchaser’s mailing address indicated in the invitation of Bid. The Purchaser shall respond in writing to any request for the clarification of the Bid Documents, which it receives not later than 15 days prior to the date of opening of the Tenders. Copies of the query (without identifying the source) and clarifications by the Purchaser shall be sent to all the prospective bidders who have received the bid documents.
7.2 Any clarification issued by the Purchaser in response to query raised by prospective bidders shall
form an integral part of bid documents and it may amount to an amendment of relevant clauses of the bid documents.
8. Pre-bid Meeting – NA 9. AMENDMENT OF BIDDING DOCUMENTS 9.1 At any time, prior to the date of submission of Bids, the Purchaser may, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective bidder, or pursuant to ITB Clause 8, modify bid documents by amendments.
9.2 The amendments shall be notified in writing or by e mail to all prospective bidders on the address
intimated at the time of purchase of the bid document from the purchaser and these amendments will be binding on them.
9.3 In order to afford prospective bidders a reasonable time to take the amendment into account in
preparing their bids, the purchaser may, at its discretion, extend the deadline for the submission of bids suitably.
14
C. PREPARATION OF BIDS
10. LANGUAGE OF BID
The bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser, shall be type written in Hindi / English language.
11. DOCUMENTS CONSTITUTING THE BID The bid prepared by the bidder shall comprise the following components:
(a) A Bid Form and a Price Schedule completed in accordance with ITB Clauses 12 and 13; (b) documentary evidence established in accordance with ITB Clause 14 and 15 that the Bidder is
eligible and qualified to perform the contract if its bid is accepted;
(c) documentary evidence established in accordance with ITB Clause 16 that the goods and ancillary services to be supplied by the Bidder conform to the bidding documents; and
(d) Earnest Money Deposit (EMD) furnished in accordance with ITB Clause 17.
12. BID FORM
The bidder shall complete the Bid Form and appropriate Price Schedule furnished in the Bidding Documents, indicating the goods to be supplied, brief description of the goods, quantity and prices as per section VI.
13. BID PRICES
The bidder shall give the total composite price inclusive of all Levies & Taxes i.e. Sales / Trade Tax & Excise, packing, forwarding, freight, octroi/entry tax and insurance etc. The basic unit price and all other components of the price need to be individually indicated against the goods it proposes to supply under the contract as per the price schedule given in Section VI. Prices of incidental services should also be quoted. For Indian Product the offer shall be quoted in Indian Rupees. No Foreign exchange will be made available by the purchaser.
13.2 Break-up of the prices indicated in the Price Schedule shall be entered in the following manner:
(i) The Basic Unit price (Ex-Factory Price) of the goods, Excise duty, Sales Tax, Freight, octroi/entry tax Forwarding, Packing, Insurance and any other Levies/Charges already paid or payable by the supplier shall be quoted separately item wise.
(ii) The supplier shall quote as per price schedule given in section VI for all the items given in
schedule of requirement. 13.3 The price quoted by the bidder shall remain fixed during the entire period of contract and shall not be
subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non - responsive and rejected.
13.4 The prices quoted by the bidder shall be in sufficient detail to enable the Purchaser to arrive at the
price of equipment/system offered. 13.5 “DISCOUNT, if any, offered by the bidders shall not be considered unless specifically indicated in the
price schedule. Bidders desiring to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking all such factors like Discount, free supply, etc, into account”.
13.6 The price approved by the Purchaser for procurement will be FOR destination which will be inclusive
of all Taxes, Levies, packing, forwarding, freight and insurance as mentioned in Para 13.1 above. Breakup in various heads like excise duty, sales / trade tax, insurance, freight and other taxes paid/payable as per clause 13.2 (i) is for the information of the purchaser and any change in these shall have no effect on price during the scheduled delivery period.
15
13.7 The rates and prices quoted by the Bidder shall not be subject to adjustment during the performance of the Contract. The bidder should submit and undertaking from the respective manufacturers that the rates quoted by the bidder are binding upon him during currency of the contract, if awarded to
the bidder and the necessary installation & commissioning, three years/five years warranty (as mentioned in GCC 14.4) and after completion of warranty period 5 years CMC services (including spare part) as mentioned in price schedule. If cost of equipment is more than One Crore then the warranty shall be for 5 years.
13.8 The rates of CMC should be quoted separately in the price schedule.
14. DOCUMENTS REQUIRED TO BE SUBMITTED 14.1 The bidder shall furnish, as part of the bid documents, the following documents or which ever is
applicable as per terms and conditions of Bidding Documents.
(i) Certificate of incorporation / registration. (ii) Article or Memorandum of Association or partnership deed as the case may be. (iii) Registration certificate from State Director of Industries /D.G.S. &D, Delhi /N.S.I.C., Delhi/
D.I.S.P.S. (U.P.) Kanpur (Acknowledgement / receipt for submission of papers for registration shall not be treated as Firm being registered by the concerned authority).
(iv) Registration certificate from central excise and trade/sales tax department.
(v) Approval from Reserve Bank of India in case of foreign collaboration.
(vi) In case of bidder, other than manufacturer, the manufacturer’s authorization certificate in the
format given in the bidding document.
(vii) Non-conviction certificate / an affidavit duly notarized. 14.2 (i) The bidder shall furnish Balance Sheet for last 3 financial years as evidence that he has
financial capability to perform the contract.
(ii) The bidder shall furnish documentary evidence about technical and production capability necessary to perform the contract.
14.3 In order to enable the Purchaser to assess the performance of the system offered, the bidder shall
provide documentary evidence regarding the system being offered by him. 15. DOCUMENTS ESTABLISHING BIDDER’S QUALIFICATION 15.1 Pursuant to ITB Clause 11, the bidder shall furnish, as part of its bid, documents establishing the
Bidder’s qualification to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s qualifications to perform the Contract shall establish to the
Purchaser’s satisfaction that:
a) The bidder should be manufacturer(s) who must have supplied the equipment(s) similar to the type specified in the 'Schedule of Requirements' cumulatively budgeted value of tender for all the offered equipments up to at least 50% of the value in India. Required in any one of the last 3 years and should be in satisfactory operation for 6 months as on date of hid opening. b) Bids of bidders quoting as authorized agent of a manufacturer(s) , meeting with the above requirement in full, can also be considered provided:
(i) The manufacturer furnishes authorization in the prescribed format given at Section V, assuring full
guarantee and warranty obligations as per GCC Clause 14 for the equipment offered; and
(ii) The bidder, as authorized agent has supplied/installed/commissioned and provided after sales
services satisfactorily at least 50% budgeted value of tender in India of the quantity cumulatively
valued for all the offered equipments similar to the type specified in the Schedule of Requirements in
any one of the last 3 years which must be in satisfactory operation for at least 6 months on the date of
bid opening.
16
The bidder should furnish the information on past supplies and satisfactory performance for both 15(a) and (b) above, in the. Performa given under Section V, Form No.7 c) Bidders shall invariably furnish documentary evidence in support of the satisfactory operation of the equipment (issued from the end user) as specified above. d) The bidder should clearly confirm that all the facilities exist in his factory for inspection and testing and these will be made available to the Purchaser or his representative for inspection. e) The Bidder shall furnish data to support that he has the financial and production capacity to perform the contract and complete the supplies within the stipulated delivery period. f) The bidder should furnish profit and loss statement, balance sheets and auditor's report for the past three years, banker's certificates, etc. in support of its financial standing.
15.3 If an agent submits bid in behalf of more than one manufacturer unless each such bid is accompanied
by a separate bid form for each bid and bid securities, when required for each bid and authorization from the respective Manufacturer, all such bids will be rejected as non responsive
16. DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BIDDING DOCUMENTS 16.1 Pursuant to ITB Clause 11, the Bidder shall furnish, as part of its bid, documents establishing the
conformity to the bidding documents of all goods and services which the Bidder proposes to supply under the contract.
16.2 The documentary evidence of conformity of the goods and services to the bidding documents may be in
the form of literature, drawings and data, and shall consist of: (a) A detailed description of the essential technical and performance characteristics of the goods; (b) a list giving full particulars, including available sources and current prices, of spare parts, special
tools, etc., necessary for the proper and continuing functioning of the goods for a period of three years/Five years warranty, following commencement of the use of the goods by the Purchaser; and
(c) an item-by-item commentary on the Purchaser's Technical Specifications demonstrating
substantial responsiveness of the goods and services to those specifications or a statement of deviations and exceptions to the provisions of the Technical Specifications.
16.3 For purposes of the commentary to be furnished pursuant to ITB Clause 16.2 (c) above, the Bidder
shall note that standards for workmanship, material and equipment, and references to brand names or catalogue numbers designated by the Purchaser in its Technical Specifications are intended to be descriptive only and not restrictive. The Bidder may substitute alternative standards, brand names and/or catalogue numbers in its bid, provided that it demonstrates to the Purchaser's satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications.
17. EARNEST MONEY DEPOSIT (EMD) 17.1 Pursuant to ITB Clause 11, the bidder shall furnish, as part of his bid, a Earnest Money Deposit (EMD)
for an amount of mentioned in Section IV – Schedule of Requirements in following manner: a). If Not registered with NSIC/DGS&D/DISPS Kanpur or holding permanent registration certificate of Director Industries UP , shall be Rs.1500for RS. one lac of estimated value of goods. Rs 1000 for each additional Rs. One lac or part thereof. b) EARNEST MONEY DEPOSIT RELAXATION
(viii) Firms registered with NSIC/DGS&D/DISPS Kanpur or holding permanent registration certificate of Director Industries UP. ( Acknowledgement / receipt for submission of papers for registration shall not be treated as Firm being registered by the concerned authority unless it is specifically mentioned by the concerned authority).
17.2 The Earnest Money Deposit (EMD) is required to protect the purchaser against the risk of bidder’s
conduct, which would warrant the forfeiture of Earnest Money Deposit (EMD) pursuant to ITB Clause 17.7.
17
17.3 The Earnest Money Deposit (EMD) shall be in the form of a FDR or Bank Guarantee issued by a scheduled bank in favour of the Director General Medical & Health U.P, valid for a period of one year from the date of bid opening. . (EMD shall not be accepted in any other form)
17.4 A bid not secured in accordance with Para 17.1 & 17.3 shall be rejected by the Purchaser being non-
responsive at the bid opening stage and returned to the bidder unopened. 17.5 The Earnest Money Deposit (EMD) of the unsuccessful bidder will be discharged / returned as
promptly as possible, but not later than 30 days after the expiry of the period of the bid validity prescribed by the purchaser pursuant to ITB Clause 18.
17.6 The successful bidder’s Earnest Money Deposit (EMD) will be discharged upon the bidder’s
acceptance of the advance purchase order satisfactorily in accordance with GCC Clause 5 and furnishing the performance security.
17.7 The Earnest Money Deposit (EMD) may be forfeited:
(a) If the bidder withdraws his bid during the period of bid validity specified by the bidder in the Bid form or
(b) In the case of successful bidder , if the bidder fails :
(i) To sign the contract in accordance with ITB Clause 29 or
(ii) To furnish performance security in accordance with ITB Clause 30. 18. PERIOD OF VALIDITY OF BIDS 18.1 Bid shall remain valid up to one year from the date of submission of bid. A bid valid for a shorter
period shall be rejected by the purchaser being non-responsive. 18.2 In exceptional circumstances, the purchaser may request the consent of the bidder for an extension to
the period of bid validity. The request and the response thereto shall be made in writing. The Earnest Money Deposit (EMD) provided under ITB Clause 17 shall also be suitably extended. The bidder may refuse the request without forfeiting his Earnest Money Deposit (EMD). A bidder accepting the request and granting extension will not be permitted to modify his bid.
19. FORMAT AND SIGNING OF BID 19.1 (i) The bidder shall prepare single stage two part bids, i.e. (a) Technical bid (un-priced) in duplicate
and (b) Price Bid in duplicate clearly marking them as ‘ORIGINAL’ and ‘COPY’ and in addition shall enclose Earnest Money Deposit (EMD) in a single separate envelope. In the event of any discrepancy between the copies of bids, the original shall govern.
(ii) The copy of quality manual and Article or Memorandum of Association may be provided in the
original bid only. 19.2 The original and copy of Bid shall be typed or printed and all the pages numbered consecutively and
shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the contract. The letter of authorization shall be indicated by written power-of-attorney accompanying the bid. All pages of the original bid, except for un-amended printed literatures, shall be signed by the person or persons signing the bid. The bids submitted shall be sealed properly.
19.3 The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors
made by the bidder in which case such corrections shall be signed by the person or persons signing the bid.
18
D. SUBMISSION OF BIDS
20. SEALING AND MARKING OF BIDS 20.1 The bidder shall seal the original and copy bids in separate envelopes duly marking the envelopes,
separately as
Cover ‘A’ i. Technical Bid (Original)
ii. Technical Bid (Duplicate copy)
iii. Earnest Money Deposit (EMD both 5000 and 2% EMD in the form of fixed deposit or bank guarantee only. They will not be accepted in any other form), and bank draft of Tender Cost.
Cover ‘B’
i. Price Bid (Original)
ii. Price Bid (Duplicate copy)
All the envelopes mentioned above should be enclosed in another sealed outer envelope duly marked by the personal seal of the bidder.
20.2 (a) The envelopes shall be addressed to the purchaser at the following address: To: Directorate of Medical & Health, (CMSD Section-8), Swasthya, Bhawan, Kaisarbagh, Lucknow (U.P.) India.226001
(b) The envelope shall bear (Directorate General of Medical & Health Services, U.P. Swasthya Bhawan, Kaisarbagh, Lucknow (U.P.) India), the tender number and the words ‘DO NOT OPEN BEFORE’ (due date & time).
(c) The inner and outer envelopes shall indicate the name and address of the bidders to enable
the bid to be return unopened in case it is declared ‘late’ or rejected. (d) Bids may be sent by registered post or delivered in person on above mentioned address
(address is given in Clause 20.2 (a) above). The responsibility for ensuring that the bids are delivered in time would vest with the bidder.
(e) Bids delivered in person on the day of bid opening shall be delivered up to as mentioned in
the IFB [last date and time of receipt of bids] to office of DG M&H CMSD Section Swasthya Bhawan Lucknow {at the venue (address is given 20.2 (f) below} of the bid opening. The purchaser shall not be responsible if the bids are delivered elsewhere.
(f) Venue of bid opening: Bids will be opened at Office of the Director General Medical & Health
Lucknow in CMSD Section at 03.00 PM on the due date. If due to administrative reason, the venue of Bid opening is changed, it will be displayed prominently on the notice board of the Purchaser’s office.
20.3 If both the envelopes are not sealed and marked as required at ITB Clause 20.1 and 20.2 the
bid shall be rejected. 21. DEADLINE FOR SUBMISSION OF BIDS 21.1 Bids must be received by the Purchaser at the address and up to the due date and time specified
under ITB Clause 20.2. 21.2 The Purchaser may, at its discretion, extend this deadline for the submission of bids by amending the
Bid Documents in accordance with clause 6 in which case all rights and obligations of the purchaser and bidders previously subject to the deadline will thereafter be subjected to the deadline as extended.
19
21.3 The bidder shall submit his bid offer against a set of bid documents purchased by him for all or some of the systems/equipment as per requirement of the Bid Documents. He may include alternate offer, if permissible as per the bid. However not more than one independent and complete offer shall be permitted from the bidder.
22. LATE BIDS
Any bid received by the purchaser after the deadline for submission of bids prescribed by the purchaser pursuant to clause 20.2, shall be rejected and returned unopened to the bidder.
23. MODIFICATION AND WITHDRAWAL OF BIDS 23.1 No bid may be modified subsequent to the deadline for submission of bids. The bidder may modify or
withdraw its bid after submission, provided that written notice of the modification or withdrawal is received by the purchaser prior to the deadline prescribed for submission of bids along with a written power of attorney authorizing the signatory of the withdrawal.
23.2 The bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched as
required in the case of bid submission in accordance with the provision of ITB Clause 20. A withdrawal notice may also be sent by e mail but followed by a signed confirmation copy by post not later than the deadline for submission of bids.
23.3 Bids requested to be withdrawn in accordance with ITB Clause 23.1 above, shall be returned
unopened to the Bidders. 23.4 No bid may be withdrawn in the interval between the bid submission deadline and the expiration of
the bid validity period specified in ITB Clause 18. Withdrawal of a bid during this interval may result in the forfeiture of the Bidder’s Earnest Money Deposit (EMD), pursuant to ITB Clause 17.7
E. BID OPENING AND EVALUATION
24. OPENING OF BIDS BY PURCHASER 24.1 The purchaser shall open the technical bids in the presence of bidders or their authorized
representatives who chose to attend, at the due date and time of bid opening. The bidder’s representatives, who are present, shall sign in an attendance register. Authority letter to this effect shall be submitted by the bidders before they are allowed to participate in bid opening (A Format is given in Section VI).
24.1.1 A maximum of two representatives of any bidder shall be authorized and permitted to attend the bid
opening. 24.2 The bidder’s names, Bid prices, modifications, bid withdrawals, requisite Earnest Money Deposit
(EMD) and such other details as the purchaser, at its discretion, may consider appropriate will be announced at the time of opening.
24.2.1 The price bids of bidders whose Technical bids are found technically responsive and comply with the
bid documents will only be opened at a later date. The date of opening of financial bids shall be communicated to such bidders, whose Technical bids are found technically responsive. The bidder’s representative may be present at the time of opening of price bid at the pre-appointed time, date and venue.
24.5 The date fixed for opening of bids, if subsequently declared as holiday by the Government, the revised
date of schedule will be notified. However, in absence of such notification, the bids will be opened on next working day, time and venue remaining unaltered.
25. CLARIFICATION OF BIDS
To assist in the examination, evaluation and comparison of bids, the purchaser may, at its discretion ask the bidder for the clarification of its bid. The request for the clarification and the response shall be in writing and no change in the prices of substance of the bid shall be sought, offered, or permitted, except to correct arithmetic errors identified by the Purchaser in the evaluation of the bids. However, no post bid clarification at the initiative of the bidder shall be entertained.
20
26. PRELIMINARY EVALUATION 26.1 Purchaser shall evaluate the bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed and whether the bids are generally in order.
26.2 Arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the
unit price and total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected by the purchaser. If there is a discrepancy between words and figures, the amount in words shall prevail. If the supplier does not accept the correction of the errors, his bid shall be rejected.
26.3 Prior to the detailed evaluation pursuant to ITB Clause 27, the Purchaser will determine the
substantial responsiveness of each bid to the Bid Document. For purposes of these clauses, a substantially responsive bid is one which confirms to all the terms and conditions of the Bid Documents without material deviations. The purchaser’s determination of bid’s responsiveness shall be based on the contents of the bid itself without recourse to extrinsic evidence.
26.4 A bid, determined as substantially non-responsive will be rejected by the purchaser and shall not
subsequent to the bid opening be made responsive by the bidder by correction of the non-conformity. 26.5 The Purchaser may waive any minor infirmity or non-conformity or irregularity in a bid which
doesn’t constitute a material deviation, provided such waiver doesn’t prejudice or affect the relative ranking of any bidder.
27. EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS 27.1 The Purchaser shall evaluate in detail and compare the bids previously determined to be substantially
responsive pursuant to ITB Clause 26. 27.2 The evaluation and comparison of responsive bids shall be done on the price of the goods offered
inclusive of Excise Duty, packing, forwarding, freight and insurance etc. as indicated in Column. 7 of the Price Schedule in Section VI of the Bid Document but exclusive of Sales and other similar taxes & octroi/entry tax which will be paid extra as per actual, wherever applicable.
27.3 The cost of the equipment will be determined with the incorporation of the cost of five years CMC after specified warranty period. The comparative evaluation of the cost of CMC will be done accordingly. The cost of CMC will be loaded to calculate for purpose of evaluation.
27.4 Components to be taken in consideration to the financial bid comparison
A) Basic cost of the equipments with three years/five years warranty. 1) Incase of Imported item CIF cost up to F.O.R. destination as mentioned in consignee list
including freight & insurance and inland transportation with clearing and all charges except custom duty
2) Incase of Indian item cost including excise, packing, freight up to F.O.R. destination etc except trade tax.
B) Cost of essential standard accessories/ Indian items C) Cost of Turnkey (must be universal and fixed for all consignees) D) Cost of 5 years CMC. E) If extra amount is claimed to complete period, it will be included in price of offered item. F) Optional items are excluded for comparison. But optional feature should be present in quoted
model which should be supported through authentic technical data sheet and price to be quoted separately.
G) In case of imported item quoted in foreign currency the date of currency conversion will be taken as the last date of bid submission for comparison purpose.
28. CONTACTING THE PURCHASER 28.1 Subject to ITB Clause 25, no bidder shall try to influence the Purchaser on any matter relating to its
bid, from the time of the bid opening till the time the contract is awarded.
21
28.2 Any effort by a bidder to modify his bid or influence the purchaser in the purchaser’s bid evaluation, bid comparison or contract award decision shall result in the rejection of the bid.
F AWARD OF CONTRACT
29. POST-QUALIFICATION
29.1 The Purchaser will determine to its satisfaction whether the Bidder that is selected as having
submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in
accordance with the criteria listed in ITB Sub-Clause 15 & 16.
29.2 The determination will evaluate the Bidder’s financial, technical, and production capabilities. It will
be based on an examination of the documentary evidence of the Bidder’s qualifications submitted by
the Bidder, pursuant to ITB Sub-Clause 15 & 16, and the information submitted by the Bidder in the
‘Proforma For Performance Statement’ for the period of last 5 years given in Section VI as well as
other information the Purchaser deems necessary and appropriate.
29.3 An affirmative post-qualification determination will be a prerequisite for award of the contract to the
lowest evaluated Bidder. A negative determination will result in rejection of the Bidder’s bid, in
which event the Purchaser will proceed to the next-lowest evaluated Bidder to make a similar
determination of that Bidder’s capabilities to perform satisfactorily.
30. AWARD CRITERIA
Pursuant to ITB Clause 24, the Purchaser shall award the Contract to the Bidder whose bid has been
determined to be substantially responsive and has been determined to be the lowest evaluated bid
and whose goods have been type approved/validated by the purchaser.
31. PURCHASER’S RIGHT TO VARY QUANTITIES
The Purchaser reserves the right at the time of Contract award or within the stipulated last date of
delivery, to increase or decrease, by 25%, the quantity of goods and services beyond that originally
specified in the Schedule of Requirements without any change in unit price or other terms and
conditions.( Wherever applicable )
32. PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids, at any time prior to award of contract without assigning any reason whatsoever and
without thereby incurring any liability to the affected bidder or bidders on the grounds of purchaser’s
action
33. ISSUE OF NOTIFICATION OF AWARD
33.1 The issue of Notification of Award shall constitute the intention of the Purchaser to enter into
contract with the bidder.
33.2 Prior to the expiration of the period of bid validity, the Purchaser will notify the successful Bidder in
writing by registered letter or by e-mail, to be subsequently confirmed in writing by registered letter,
that its bid has been accepted
33.2.1 The bidder shall within 14 days of issue of the Notification of Award, give his acceptance along with
performance security in conformity with Section VI provided with the bid document.
22
34. SIGNING OF CONTRACT
34.1 The issue of Notification of Award shall constitute the award of contract on the bidder.
34.2 Promptly after the Purchaser notifies the successful Bidder that its bid has been accepted, the Purchaser
will send the Bidder the Contract Form provided in the Bidding Documents, incorporating all agreements
between the parties.
34.3 Within fourteen (14) days of receipt of the Contract Form, the successful Bidder shall sign and date
the Contract Form and return it to the Purchaser
35. PERFORMANCE SECURITY
35.1 Within fourteen (14) days of the receipt of notification of award from the Purchaser, the successful
Bidder shall furnish the performance security in accordance with the Conditions of Contract, using the
Performance Security Form provided in the Bidding Documents or in another form acceptable to the
Purchaser.
35.2 Failure of the successful Bidder to comply with the requirement of ITB Clause 34 and ITB Clause 35.1
shall constitute sufficient grounds for the annulment of the award and forfeiture of the Earnest Money
Deposit (EMD), in which event the Purchaser may make the award to the next-lowest evaluated bid
submitted by a qualified Bidder or call for new bids.
23
SECTION II – General Conditions of Contract (GCC) Table of Clauses 1. Definitions ......................................................................................................................................................................... 22
2. Standards ........................................................................................................................................................................... 22
3. Use of Contract Documents and Information; Inspection and Audit by the Purchaser ........... 22-23
4. Patent Rights .................................................................................................................................................................... 23
5. Performance Security ................................................................................................................................................... 23
6. Inspections and Tests ................................................................................................................................................... 23
7. Packing ................................................................................................................................................................................ 23
8. Delivery and Documents ...................................................................................................................................... 23-24
9. Training .............................................................................................................................................................................. 24
10. Incidental Services ......................................................................................................................................................... 24
11. Spares……………………………………………………………………………………………………………………………24-25
12. Insurance………………………………………………………………………………………………………………………...…25
13. Transportation………………………………………………………………… ………………………………………….……25
14. Warranty ............................................................................................................................................................................ 25
15. Payment Terms ........................................................................................................................................................ 25-26
16. Prices.................................................................................................................................................................................... 26
17. Change Orders .......................................................................................................................................................... 26-27
18. Subcontracts ..................................................................................................................................................................... 27
19. Delays in the Supplier’s Performance ................................................................................................................... 27
20. Liquidated Damages ............................................................................................................................................... 27-28
21. Force Majeure .................................................................................................................................................................. 28
22. Termination for Default ............................................................................................................................................... 28
23. Termination for Insolvency ....................................................................................................................................... 28
24. Termination for Convenience ................................................................................................................................... 29
25. Settlement of Disputes .......................................................................................................................................... 29-30
26. Limitation of Liability……………………………………………………………………………………………………..…..30
27. Governing Language ..................................................................................................................................................... 30
28. Applicable Law ................................................................................................................................................................ 30
29. Notices ................................................................................................................................................................................. 30
30. Taxes and Duties ............................................................................................................................................................. 30
24
SECTION II
GENERAL CONDITIONS OF CONTRACT 1. DEFINITIONS
In this Contract, the following terms shall be interpreted as indicated:
(a) “The Purchaser” means the Director General Medical & Health Uttar Pradesh, the organization purchasing the Goods.
(b) “The Bidder” means the individual or firm who participates in the tender and submits its bid.
(c) “Days” means calendar days.
(d) “GCC” mean General Conditions of Contract. (e) “The Supplier” means the individual or firm supplying the goods and Services under the
contract. (f) “The Goods” means all equipment, machinery, and/or other materials which the Supplier is
required to supply to the Purchaser under the contract.
(g) “Services” means services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training and other obligations of the Supplier covered under the Contract.
(h) “End User” means the consignees stated in the Schedule of Requirements. (i) “The Notification of Award” means the intention of the Purchaser to place the Purchase order
on the bidder or to enter in to contract with the bidder.
(j) “The Contract” means the agreement entered into between the Purchaser and the Supplier, as recorded in the Contract Form signed by the parties, including all the attachments and the appendices thereto and all documents incorporated by reference therein.
(k) “The Contract Price” means the price payable to the Supplier under the contract for the full and
proper performance of its contractual obligations. (l) “Validation” is a process of testing the equipment as per the specifications including
requirements for use in hospital is carried out in simulated field environment. 2. STANDARDS
The goods supplied under this contract shall conform to the standards prescribed in the Technical Specifications mentioned in section VI.
3. USE OF CONTRACT DOCUMENTS AND INFORMATION; INSPECTION AND AUDIT BY THE
PURCHASER 3.1 The Supplier shall not, without the Purchaser’s prior written consent, disclose the Contract, or any
provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Purchaser in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance.
3.2 The Supplier shall not, without the Purchaser’s prior written consent, make use of any document
except for purposes of performing the Contract. 3.3 Any document, other than the Contract itself, enumerated in GCC Sub-Clause 3.1 shall remain the
property of the Purchaser and shall be returned (all copies) to the Purchaser on completion of the Supplier’s performance under the Contract if so required by the Purchaser.
25
3.4 The Supplier shall permit the Purchaser to inspect the Supplier’s accounts and records relating to the performance of the Contract and to have them audited by auditors appointed by the Purchaser, if so required.
4. PATENT RIGHTS
The supplier shall indemnify the purchaser against all third-party claims of infringement of patent, trademark or industrial design rights arising from use of the goods or any part thereof in Indian Telecom Network.
5. PERFORMANCE SECURITY 5.1 The supplier shall furnish performance security to the purchaser for an amount equal to 5% of the
value of purchase order within 14 days (or up to end or financial year which ever is earlier) from the date of issue of Notification of Award by the Purchaser.
5.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any
loss resulting from the supplier’s failure to complete its obligations under the contract. 5.3 The performance security shall be in the form of Bank Guarantee issued by a Scheduled /
Nationalized Bank and in the form provided in ‘Section VI’ of this Bid Document. The performance security should be valid up to warranty period. (Performance Security shall not be accepted in any other form)
5.4 The performance security will be discharged by the Purchaser and returned to the Supplier after
satisfactory completion of warranty period. 6. INSPECTION AND TESTS 6.1 The purchaser's nominee (Third Party) appointed by Director General, Medical & Health Services
shall have the right to take demonstration which includes inspection and test of the goods as per
prescribed test schedules for their conformity to the technical specifications. Purchaser have right to
decide the place of such demonstration. Bidder will provide all reasonable facilities and assistance
including travel facility for such demonstration at their own cost. Bidder also provides assistance like
testing instrument and other test gadgets which are required for take such demonstration.
6.2 Purchaser or third party nominated for demonstration have right to accept or reject offered goods. 6.3 All expense relating to demonstration as described in GCC clause 6.1 will be beard by supplier. 6.4 Nothing in GCC Clause 6 shall in any way release the Supplier from any warranty or other obligations
under this contract. 7. PACKING
The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt, and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit.
8. DELIVERY AND DOCUMENTS 8.1 Upon or before delivery of the Goods, the Supplier shall notify the Purchaser in writing and deliver
the following documents to the Purchaser:
(i) two originals and two copies of the Supplier’s invoice, showing Purchaser, the Contract number, Goods’ description, quantity, unit price, and total amount. Invoices must be signed in original and stamped or sealed with the company stamp/seal;
(ii) two copies of delivery note, railway consignment note, road consignment note, truck or air waybill,
or multi-modal transport document showing Purchaser
26
as________________________________________________ [ enter correct name of Purchaser for excise purposes ] and delivery through to final destination as stated in the Contract; (iii) Copy of the Insurance Certificate, showing the Purchaser as the beneficiary; (iv) Three copies of the packing list identifying contents of each package; (v) One original of the manufacturer’s or Supplier’s Warranty certificate covering all items supplied; (vii) Original copy of the Certificate of Inspection furnished to Supplier by the nominated inspection
agency; (viii) Other procurement-specific documents required for delivery/payment purposes such as stock book
page entry detail etc. The above documents shall be received by the Purchaser before arrival of the Goods (except where it is
handed over to the Consignee with all documents) if not received, the Supplier will be responsible for any consequent expenses.
Note: In the event that the documents presented by the Supplier are not in accordance with the Contract, then
payment will be made against issue of the ‘Consignee Receipt Certificate’, to be issued in accordance with GCC Clause 6 above
8.2 Delivery Period: The delivery of the goods and documents shall be completed within 6 weeks incase of Indian product
and with 3 months incase of imported product from the date of issue of Purchase order. 8.3 All Technical assistance for installation, commissioning and monitoring of the equipment shall be
provided by the Supplier at no extra cost during laboratory evaluation, validation/ type approval and field trial, if any.
9. TRAINING 9.1 The bidder shall demonstrate and provide training on use and maintenance of the Equipments to the
consignee’s personnel the purchaser free of cost where required. 9.2 The bidder shall specify in his bid the number of trainees, quantum of proposed training, pre-training
qualifications required of the trainees and duration of the proposed training.
9.3 The bidder shall provide all training material and documents.
9.4 Conduct of training of the purchaser’s personnel may be at the supplier’s plant and/or on-site in assembly start-up operation, maintenance and/or repair of the supplied goods.
10. INCIDENTAL SERVICES 10.1 The supplier may be required to provide any or all of the following services:
(a) Performance or supervision of on-site assembly and/or start-up of the supplied Goods; (b) Furnishing of tools required for assembly and/or maintenance of supplied Goods; (c) Performance of supervision or maintenance and/or repair of the supplied Goods, for a period
of time agreed by the parties provided that this service shall not relieve the supplier of any warranty obligations under this contract.
11. SPARES 11.1 The supplier shall be required to provide a list of the following material and notifications pertaining
to spare parts manufactured or distributed by the supplier of spares including cost and quantity considered for arriving at the price of spares in ITB Clause 9.
(a) Such spare parts as the purchaser may elect to purchase from the supplier provided that such
purchase shall not relieve the supplier of any warranty obligation under the contract.
(b) In the event of termination of production of the spare parts, the supplier shall:
27
i) give advance notification to the purchaser pending termination (not less than 2
years), in sufficient time to enable the purchaser to procure life time spare; and
ii) Following such advance intimation of termination, furnish at no cost to the purchaser, the blue prints, drawings and specifications of spare parts, if and when requested.
11.2 During warranty period the supplier shall supply, at his own cost, all necessary spares which have not
been included in the offer as part of the requirement. And after completion period during CMC and up to 10 years ( which over the letter supplier is bound to supply spare within the specify period as per need of purchaser) These spares should be supplied within a maximum period of 15 days of Indian items and 30 days of imported items from the notification by the purchaser of his need.
12. INSURANCE 12.1 The Goods supplied under the Contract shall be insured in an amount equal to 110% of the EXW value
of the Goods from “warehouse to warehouse” on “all risks” basis including war risks and strikes. 12.2 Where delivery of the Goods is required by the Purchaser on a CIP basis, the Supplier shall arrange
and pay for cargo insurance, naming the Purchaser as beneficiary. 13. TRANSPORTATION Where the Supplier is required under the Contact to transport the Goods to a specified place of
destination, defined in Consignee list, transport to such place of destination, including insurance and storage, as shall be specified in the Contract, shall be arranged by the Supplier, and related costs shall be included in the Contract Price.
14. WARRANTY 14.1 The supplier shall warrant that the stores to be supplied shall be new and free from all defects and
faults in materials used, workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standards for materials of the type ordered and shall perform in full conformity with the specifications and drawings. The supplier shall be responsible for any defect that may develop under the conditions provided by the contract and under proper use, arising from faulty material, design or workmanship such as corrosion of the equipment, inadequate quantity of material to meet equipment requirements, inadequate contact protection, deficiencies in circuit design and/or otherwise and shall remedy such defects at his own cost when called upon to do so by the Purchaser who shall state in writing in what respect the stores are faulty. This warranty shall survive inspection or payment for / and acceptance of goods, but shall expire (except in respect of complaints notified prior to such date) (as specified in the GCC14.4) after the stores have been taken over under GCC Clause 6.5 above.
14.2 If it becomes necessary for the Supplier to replace or renew any defective portion(s) of the equipment
under this clause, the provisions of the GCC Clause 14.1 shall apply to the portion(s) of the equipment so replaced or renewed or until the end of the above mentioned period of three years/five years, whichever may be later. If any defect is not remedied by the supplier within a reasonable time, the Purchaser may proceed to get the defects remedied from other supplier etc., at the supplier’s risk and expenses, but without prejudice to any other rights which the purchaser may have against the supplier in respect of such defects.
14.3 Replacement under warranty clause shall be made by the supplier free of all charges at site including
freight, insurance and other incidental charges.
14.4 Warranty Period:
The warranty period of equipment shall be three years for equipments costing less than one Crore and five years for equipments costing more than one Crore from date of installation.
15. PAYMENT TERMS
The payment should be made by the Cheque/Draft by concerning Treasury Officer in the firm’s Bank Account No. provided by the supplier mentioned in the tender.
28
15.1 The purchaser shall make payments upon submission of activity wise progress report as per following schedule. Part payment shall also be considered. Payment may be done through LC, if desired. Payment for Goods and Services shall be made in Indian Rupees, as follows:
(a) On Acceptance: 80% of the contract price of Goods received shall be paid after successful supply to the consignees and upon submission of ‘Consignee Receipt Certificate’ given in the Section VI, form 9...
(b) 20% of the contract value will be paid upon completion of pre-inspection installation and successful commissioning and user’s training.
Imported Goods: (i) In case of imported Goods, Payments can be effected through Letter of Credit (LC), and the same
shall be subject to the latest Uniform Customs and Practice for Documentary Credit, of the International Chamber of Commerce;
(ii) The LC will be irrevocable and will be confirmed at Supplier’s cost if requested specifically by the
Supplier; and
(i) If LC is required to be extended /reinstated for reasons not attributable to the Purchaser, the charges thereof shall be to the Supplier’s account.
(ii) The LC will be opened up to the 80% amount, balance 20% of the contract value will be paid
upon completion of pre-inspection installation and successful commissioning and user’s training.
15.2 The Supplier’s request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and Services performed, and by documents submitted pursuant to GCC Clause 8, and upon fulfillment of other obligations stipulated in the Contract.
15.3 Payments shall be made within 30 days by the Purchaser, supplier have give ½% discount if payment
is made within 30 days from the supply of product. 15.4 (i) Form C and also a certificate stating that the tendered item (stores) are meant for the use of
Govt. Hospital shall be provided by the purchaser on the request of the bidder as and when asked for.
(ii) No payment will be made for goods rejected at the site on testing. (iii) No extra payment will be made for any charge such as demurrage warehouse charges,
custom clearance charges, only NMlC and request for CDEC will be given in prescribed format as required by the custom department.
16. PRICES 16.1 (i) (a) Prices charged by the supplier for goods delivered and services performed under the
contract shall not be higher than the prices quoted by the Supplier in his Bid. (b) In the case of revision of Statutory Levies/Taxes during the finalization period of tender,
the Purchaser reserves the right to ask for reduction in the prices.
(ii) (a) Prices once fixed will remain valid during the schedule delivery period. Increase and decrease of Taxes and other statutory duties will not affect the price during this period.
(b) Any increase in taxes and other statutory duties/levies after the expiry of the delivery date
shall be to the supplier’s account. However benefit of any decrease in these taxes/duties shall be passed on to the Purchaser by the supplier.
17. CHANGES ORDERS 17.1 The purchaser may, at any time, by a written order given to a supplier, make changes within the
general scope of the contract in any one or more of the following:
29
(a) Drawings, designs or specifications, where Goods to be supplied under the contract are to be specifically manufactured for the Purchaser;
(b) The method of transportation or packing; (c) The place of delivery; or (d) The services to be provided by the supplier. 17.2 If any such change causes an increase or decrease in the cost of, or the time required for the
execution of the contract an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall accordingly be amended. Any proposal by the supplier for adjustment under this clause must be made within thirty days from the date of the receipt of the change in order.
18. SUBCONTRACTS
The Supplier shall notify the Purchaser in writing of all subcontracts awarded under this contract if not already specified in his bid. Such notification, in his original bid or later shall not relieve the supplier from any liability or obligation under the Contract.
19. DELAYS IN THE SUPPLIER’S PERFORMANCE 19.1 Delivery of the Goods and performance of the services shall be made by the Supplier in accordance
with the time schedule specified by the purchaser in its purchase order. In case the supply is not completed in the stipulated delivery period, as indicated in the Purchase Order, purchaser reserves the right either to short close / cancel this purchase order and/or recover liquidated damage charges. The cancellation/short closing of the order shall be at the risk and responsibility of the supplier and purchaser reserves the right to purchase balance unsupplied item at the risk and cost of the defaulting vendors.
19.2 Delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to
any or all of the following sanctions: forfeiture of its performance security, imposition of liquidated damages and/or termination of the contract for default.
19.3 If at any time during the performance of the contract, the supplier encounters condition impending
timely delivery of the goods and performance of service, the Supplier shall promptly notify to the Purchaser in writing the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the supplier’s notice, the Purchaser shall evaluate the situation and may at its discretion extend the period for performance of the contract (by not more than 20 weeks) subject to furnishing of additional performance security by the supplier @ 5% of the total value of the Purchase Order.
19.4 If supplier fails to perform its contractual obligations, pursuant to GCC Clause 19.3 above, the
purchaser may consider debarring the firm for the period of five years for participation in future invitation of bids. The period of debar, as stated above, shall be at the sole discretion of the Purchaser
20 LIQUIDATED DAMAGES 20.1 The date of delivery of the stores stipulated in the acceptance of the tender should be deemed to be
the essence of the contract and delivery must be completed not later than the dates specified therein. Extension will not be given except in exceptional circumstances. Should, however, deliveries be made after expiry of the contracted delivery period, without prior concurrence of the purchaser and be accepted by the consignee, such delivery will not deprive the purchaser of his right to recover liquidated damage under GCC Clause 20.2 below.
20.2 Should the supplier fails to deliver the store or any consignment thereof within the period prescribed
for delivery, the purchaser shall be entitled to recover 0.5 % of the value of the delayed supply for each week of delay or part thereof for a period up to 20 (Twenty) weeks & maximum up to 10% of total contract value. In the case of package supply where the delayed portion of the supply materially hampers installation and commissioning of the systems, L/D charges shall be levied as above on the total value of the concerned package of the Purchase Order. Quantum of liquidated damages assessed and levied by the purchaser shall be final and not challengeable by the supplier. However, when
30
supply is made within 21 days of QA clearance in the extended delivery period, the consignee may accept the stores and in such cases the LD shall be levied up to the date of QA clearance.
21. FORCE MAJEURE 21.1 If, at any time, during the continuance of this contract, the performance in whole or in part by either
party of any obligation under this contract is prevented or delayed by reasons of any war or hostility, acts of the public enemy, civil commotion, sabotage , fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as events) provided notice of happenings of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any claim for damages against other in respect of such non-performance or delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such an event come to an end or cease to exist, and the decision of the Purchaser as to whether the deliveries have been so resumed or not shall be final and conclusive. Further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may, at its option, terminate the contract.
21.2 Provided, also that if the contract is terminated under this clause, the Purchaser shall be at liberty to
take over from the Supplier at a price to be fixed by the purchaser, which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in course of manufacture which may be in possession of the Supplier at the time of such termination or such portion thereof as the purchaser may deem fit, except such materials, bought out components and stores as the Supplier may with the concurrence of the purchaser elect to retain.
22. TERMINATION FOR DEFAULT 22.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice
of default, sent to the supplier, terminate this contract in whole or in part
a) If the supplier fails to deliver any or all of the goods within the time period(s) specified in the contract, or any extension thereof granted by the purchaser pursuant to GCC Clause19;
b) If the supplier fails to perform any other obligation(s) under the Contract; and c) If the supplier, in either of the above circumstances, does not remedy his failure within a period
of 15 days (or such longer period as the purchaser may authorize in writing) after receipt of the default notice from the purchaser.
d) If the Supplier, in the judgment of the Purchaser, has engaged in corrupt and fraudulent practices in competing for executing the Contract, pursuant to ITB Clause 2.
22.2 In the event the purchaser terminates the contract in whole or in part pursuant to GCC Clause 22.1
the purchaser may procure, upon such terms and in such manner as it deems appropriate, goods similar to those undelivered and the supplier shall be liable to the Purchaser for any excess cost for such similar goods. However the supplier shall continue the performance of the contract to the extent not terminated.
22.3 In the event, any sums found due to the Purchaser / Government under or by virtue of the fulfillment
of contractual obligations, these shall be recoverable from the Supplier and his / its properties, movable and immovable, under the provisions of the Revenue Recovery Act, for the time being in force as tough as they are arrears of land revenue or in any manner and within such time as the Purchaser / Government may deem fit. Any sum of money due and payable to the Supplier from Government / Purchaser may be adjusted against sum of money due to the Supplier under any other contract.
23. TERMINATION FOR INSOLVENCY
The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, without compensation to the supplier. If the supplier becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the purchaser.
31
24. TERMINATION FOR CONVENIENCE 24.1 The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole or in part,
at any time for its convenience. The notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.
24.2 The Goods that are complete and ready for shipment within thirty (30) days after the Supplier’s
receipt of notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:
(a) To have any portion completed and delivered at the Contract terms and prices; and/or (b) To cancel the remainder and pay to the Supplier an agreed amount for partially completed
Goods and Services and for materials and parts previously procured by the Supplier. 25. SETTLEMENT OF DISPUTES 25.1 If any dispute or difference of any kind whatsoever shall arise between the Purchaser and the
Supplier in connection with or arising out of the Contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.
25.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual
consultation, then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.
25.2.1 Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract.
25.2.2 The dispute resolution mechanism to be applied shall be as follows:
(a) In case of Dispute or difference arising between the Purchaser and a domestic supplier relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Purchaser and the Supplier. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties and shall act as presiding arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be appointed by the Principal Secretary Medical Health & Family Welfare U.P. Govt..
(b) Where the value of the contract is Rs.1 crore and below, the disputes or differences arising shall
be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the parties; failing such agreement, by the Principal Secretary Medical Health & Family Welfare U.P. Govt...
(c) In case of Dispute with a foreign supplier, the dispute shall be settled in accordance with
provision of UNCITRAL (United Nations Commission on International Trade Law) Arbitration Rules. The Arbitral Tribunal shall consist of 3 Arbitrators one each to be appointed by the Purchaser and the Supplier. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties and shall act as presiding arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be appointed by the Principal Secretary Medical Health & Family Welfare U.P. Govt..
(d) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (c) above,
within 30 days after receipt of the notice of the appointment of its arbitrator by the other party, then the Principal Secretary Medical Health & Family Welfare U.P. Govt., both in cases of the Foreign supplier as well as Indian supplier, shall appoint the arbitrator. A certified copy of the
32
order of the Principal Secretary Medical Health & Family Welfare U.P. Govt. making such an appointment shall be furnished to each of the parties.
(e) The venue of Arbitration shall be the place from where the contract is issued and the language of
the arbitration proceedings and that of all councils and communications between the parties shall be English.
(f) The decision of the majority of arbitrators shall be final and binding upon parties. The cost and
expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation, etc. of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself.
(g) The Arbitration and Conciliation Act of 1996 the rules herewith and any statutory modification or
reenactment thereof shall apply to arbitration proceedings.
25.3 Notwithstanding any reference to arbitration herein,
(a) The parties shall continue to perform their respective obligations under the Contract unless they otherwise agree; and
(b) The Purchaser shall pay the Supplier any monies due the Supplier.
26. LIMITATION OF LIABILITY 26.1 Except in cases of criminal negligence or willful misconduct, and in the case of infringement pursuant
to GCC Clause 4,
(a) the Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser and
(b) The aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort or
otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.
27. GOVERNING LANGUAGE 27.1 The Contract shall be written in Hindi/English language. All correspondence and other documents
pertaining to the Contract that are exchanged by the parties shall be written in the Hindi / English language.
28. APPLICABLE LAW 28.1 The Contract shall be interpreted in accordance with the laws of Union of India. 29. NOTICES 29.1 Any notice given by one party to the other pursuant to this Contract shall be sent to the other party
in writing or by cable, telex, or facsimile and confirmed in writing to the other party’s address. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.
30. Taxes and Duties 30.1 The Supplier shall be entirely responsible for all taxes, duties, octroi, road permits, license fees, etc.,
incurred until delivery of the contracted Goods to the Purchaser.
*****
33
SECTION III – Special Conditions of Contract (SCC)
1. The special conditions of contract shall supplement the ‘Instructions to the Bidders’ as contained in
Section I & “General Conditions of the Contract” as contained in Section II and wherever there is a conflict, the provisions herein shall prevail over those in Section I and Section II. .
2. (i) The bank guarantee for Earnest Money Deposit (EMD) or certificate for claiming exemption
from submission of bank guarantee against Earnest Money Deposit (EMD), as prescribed in ITB Clause 17.1 of( a)& (b) of the bid document shall be submitted along with the bids in a separate cover. The bank guarantee so submitted shall be as per the format given in Section VI on prescribed judicial paper with stamps of proper value and should contain full address of the issuing branch of the bank with its telephone number and e-mail address. This cover should be super scribed as “EARNEST MONEY DEPOSIT (EMD) FOR TENDER No------------------------------------------ issued on--------.
(ii) In case where the document of Earnest Money Deposit (EMD) is not submitted in the manner
prescribed under clause 2 (i) above, cover containing the commercial, technical and financial offers SHALL NOT BE OPENED AND THE BID SHALL BE REJECTED AND RETURNED TO THE BIDDER UNOPENED.
3. The supply will be accepted only after quality assurance tests are carried out by the Purchaser as per
prescribed schedule and material passing the test successfully and after authenticated excise gate pass issued by Excise Authorities.
4. The Purchaser while clearing the equipment/stores will strictly adhere to the package discipline as
described. Supplies made in full, as per Contract, of all the packages during delivery period only will be deemed to have been supplied within the scheduled delivery period.
5. The supplier shall get the words. UP. Government......................... As specified in the supply order printed in bold letters on labels in district color preferably. The said words shall be printed or perforated on the labels as specified in the supply order of Instrument & Equipment / U.P. Govt. 20------------20--------- .
6 Any sum of money payable to the supplier, including the security deposit refundable to him under
this contract may be appropriated by The Director and set of against any claim of the state Government for the payment of any sum of money arising out of under any other contract made by the supplier with the Governor of Uttar Pradesh.
7 All supplies shall strictly conform to the specifications approved on the Acceptance Letter. It shall be
the responsibility of the supplier to ensure that the products offered by him conform to the specifications of instrument/equipments. If any time the supplies are found to be otherwise (of which The Director shall be the sole Judge) the supplier shall replace the same at his own cost within the specified period, if the supplies are found to be sub-standard the supplier in addition to any penalty that may be imposed under the law or this contract may be debarred from submit tenders for such period as the Director may deem fit.
8 The supplier while sending the bills to the indenting officers for the supplies made by him in terms of
the contract will certify that the rates have been charged correctly and as agreed to the acceptance letter. In case any discrepancy is subsequently found in the bill, it shall be adjusted by the supplier, in such manner as may be directed by the consignee/office.
9 Conditions laid down in financial hand book Volume V-Part -1, Appendix-l 8, and Chapter-XII Paragraph: - 260 will be applicable.
10 Rate for annual service contract along with spares after guarantee period should be quoted by the
tenderer to be considered by the committee.
11 Facility shall be provided by the tenders to train two person of each category on technical operational
aspects of the machine for one month at consignee's or at factory site.
12 Firm should have an office with after sales contract with technical; team of engineer with availability
of spares and accessories. Place of such service centre to be mentioned with full address
13 The down time in a year should not extend 5% i.e. 18 days in a year otherwise penalty at the rates of
@ 0.5% per day of the CMC contract amount will be charged. .
14 Civil & Electric work will be governed by PWD schedule of rates & standard & subjected to vary as per
user’s choice & budget availability.
15 Site inspection may be done by tenderer at his own cost.
34
16 CONDITION FOR IMPORTED EQUIPMENT/ INSTRUMENT
16.1 Rates should be quoted net up to destination including CIF clearance charges etc.
16.2 L/C will be opened only in the name of principal. 16.3 Service manual, Operation Manual, Circuit diagram etc. to be provided with equipment/
instrument.
16.4 For evaluating to tender the technical capability past experience and performance of
equipment installed in U.P. India will also be taken in consideration.
16.5 A certificate from principal should be attached that we take responsibility for after sale
service and availability of spare parts even if Indian agent is changed in future.
16.6 Supplier should be authorized Indian agent.
17. The bidder must have to submit an affidavit that no sales tax/trade tax is balance. Sale/Trade taxes no dues certificate along with clearance certificate will have to be submitted by the bidder.
18. a) The bidder must have to submit an affidavit on ten rupees stamp paper that the quoted rates in the bid is not excess than the rate quoted by the bidder in NSIC/DGS&D/DISPS Kanpur or any where else in Govt. department. If the rates found excess in such case we will ready to pay the excess amount & department can take appropriate action against us.
b) If the sole selling agent/distributor is taking part in the bid then they have also to
provide the above affidavit that the rate quoted by him or his manufacturer is not excess than his rate approved in NSIC/DGS&D/DISPS Kanpur or any where else Govt. department. If the rates found excess in such case we will ready to pay the excess amount & department can take appropriate action against us.
19. Spares:
(i) During warranty period all spares which are required for smooth functioning of equipment shall be provided by the bidder at the own cost during specify period.
(ii) If purchasers choose CMC with the supplier then it will be the responsibility of supplier to provide
all necessary spares at his own cost for the smooth functioning up to the agreement period. (iii) In the event of termination of production of the equipment/ spare parts, the supplier shall notify
the purchaser at least two years in advance of the impending termination to enable the purchaser to procure life time spares. The supplier shall also provide at his own cost to the purchaser, the blue print drawings and specifications of spare parts if and when requested.
20. Repair of faulty equipment and setting up of Repair Facilities:
(i) The supplier shall establish adequate repair facilities for repair of faulty equipment in Uttar Pradesh within a period six months from the date of purchase order. The number and location of repair facilities should be such as to meet the requirement of repairs and turn around time provided in the special conditions in Section IV. The performance bank guarantee shall not be released until the purchaser is satisfied that sufficient repair facilities have been established in addition to the fulfillment of other conditions of the contract. The purchaser reserves the right to blacklist a supplier who does not meet the repair obligation as per the conditions of contract.
(ii) The supplier shall quote rates for repair of the equipments / Goods in schedule VII as a percentage
of the cost of those equipments/ Goods and also in value in rupees. Total cost of repair shall be loaded for the purpose of evaluation.]
21 Successful tender will have to execute an agreement with the Government on the Government stamp paper of Rs.62.50 per thousand or applicable of the time of agreement of security money if the security deposited as post office saving bank Account Fixed Deposit Receipt/Deposit at call receipt otherwise if security Deposited in the shape of Bank Guarantee agreement will be prepared on Government stamp paper of Rs, 100/- only. Proforma of the Bank Guarantee is enclosed with Rs. 100/- only Performa of agreement is also enclosed as annexure with such notification in which Govt. convener in the agreement form or the condition of contract shall be binding on the tender if so required by The Director the successful tenderer will have to pay the requisite convincing fee makes any amendment.
35
22 Warranty Period:
The warranty period of equipment shall be three years for equipments costing less than one Crore and five years for equipments costing more than one Crore from date of installation.
23 Payment Terms: As mentioned in GCC Clause 15.
24 JURISDICTION: In the event of any dispute arising out of the tender such dispute would be subject to
the jurisdiction of the Lucknow Court only.
25 PURCHASE POLICY: Purchase policy of department of Medical, Health & Family Welfare, Govt. of U.P. is available at CMSD, Swasthya Bhawan, Lucknow and also available on website: www.uphealth.up.nic.in In case of any changes / typing error etc. in bid document. Than the provisions mentioned in purchase policy will be final.
26 The bidder has to submit Non conviction certificate on stamp paper duly notarized and affidavit
regarding rates quoted by him is lowest any where else in Uttar Pradesh in any Govt./Semi Govt.
Organization, etc failing which the tender will be treated as a non responsive. If rates found higher
than firm will be liable to submit 8 % recovery with penalty.
27. Registration: as per the purchase policy, it is mandatory for the tendering firms to register with the department. On first registration a Fee of Rs. 7,000/-(seven thousands) for 3 (three) years will be deposited. After 3 (three) years renewal will be done on depositing a fee of Rs. 5,000/-(five thousands) only.
28. Equipment should have brand name / model number embossed/ etched on the equipment.
29. All the technical specifications accepted in the compliance statement must be supported by Original Literature from the firm/ O.E.M with Highlighting, Numbering & flagging.
30. Bidder should submit the technical bid (original & duplicate) in spiral binding otherwise it will be rejected.
*****
36
SECTION IV – SCHEDULE OF REQUIREMENTS
Schedule No.
Description of Goods and
Services
Unit Required Quantity
Earnest Money Deposit (EMD) in
Indian Rupees
Remarks
If Not registered with NSIC/DGS&D/DISPS Kanpur or holding permanent registration
certificate of Director Industries UP ,
Estimated value of the goods upto Rs. 1.00 lac (Rs. One lac) earnest money Rs. 1500 (Rs. One Thousand FiveHundred). For each additional Rs. 1.00 lac(Rs. One lac) or a part there of a further amount of Rs. 1000(Rs. One Thousand)
Note: EARNEST MONEY DEPOSIT RELAXATION
Firms who are registered with NSIC/DGS&D/DISPS Kanpur or holding permanent
registration certificate of Director Industries UP
37
SECTION V – TECHNICAL SPECIFICATIONS
S.No. Item Quan
tity Specifications
Hospital Furniture
1.
Hos
pital
Bed
80
Technical Specification of Fowler Bed with Mattress Drip/Saline Stand
Fowler Bed
1. DIMENSION:
a) Length (Overall) = 2015mm +/- 5 mm variation
b) Width (Overall) = 965 mm +/- 5 mm variation
c) Bed Top Height min 490 mm and max 710mm (without mattress)
2. BED CONSTRUCTION:
a) Bed should consist of sections namely: Bed Frame, Head Section,
fixed section.
b) Bed frame is made of rectangular pipe of size 60 mm x 30mm x
1.6mm thick.
c) Trendelenburg / Reverse Trendelenburg by Crank System.
d) Head section is capable of being raised to the angle of 70 degree from
the horizontal. The head section slope adjustment is achieved by
separate screw mechanism with thrust bearing and proper lubrication.
e) The rest of bed surface is fixed.
f) Head section is made of CRCA 1.25mm thick uniformly perforated
Sheet welded with the outer tube 1.6mm thick x 25.4mm dia. The rest
of the bed surface which is fixed is also uniformly perforated and
welded to the rectangular frame.
g) Provision of saline stand on both sides of Beds.
h) Should be supplied with mattress (sectional).
3. Nuts & Bolts: a) All Fasteners like nut and bolts etc are electro-galvanized.
4. Head & Foot Boards: a) Head and Foot boards are made of 31.75 mm dia x 1.25 mm thick
stainless steel tube fitted with laminated panel board with help of
stainless steel bracket. The thickness of laminated panel board not
less than 18 mm (+/- 1mm). Both the head and foot boards shall
be detachable for easy access to patients. The overall height of
head and foot board shall be 250 mm on both sides.
5. Finishing:
a) Steel welding wherever required, is being done by MIG welding
process to minimize distortion and for deep penetration of the weld.
b) All the steel components are pre-treated for degreasing, de-rusting
and phosphating.
c) After proper pre-treatment, the steel components are epoxy powder
coated and over baked at temp. Above 200 deg. C to provide scratch
resistance surface coating film of thickness 45-50 microns.
6. Side Rails:
a) Drop side railing provided on both sides shall be made of 19.0 mm
dia x 1.2 mm thick CRC pipe. The length of side railing shall be 122
cm & width 38 cm with 4 equal vertical components. The sliding side
shall have up/down movement & shall be fixed on SS 304.
7. Wheels:
a) The bed shall be mounted on four number SS fork castors of 100 mm
x 32 mm & shall be made out of semi round rubber hardness 85/90,
Pressed fitted over the virgin polyamide pulling.
38
S.No. Item Quan
tity Specifications
b) The S.S material asked for in any specification should be of S.S 304
Grade.
8. Standards & Safety :
a) Should be BIS or US FDA or EU (CE) approved.
b) Manufacturer should have ISO 13485 certificate for quality standard.
c) Any warning signs would be adequately displayed.
2. ICU
Bed 18
ICU Bed with IV stand
Bed should be Four-crank with
tilting. The Bed should include
two pieces integral Spit safety
side rails a Standard Mattress,
IV Rod.
The ICU Bed Should be
specially designed for
Paediatrics
Length: 2100 mm to 2250mm; Width: 950 mm to 1000 mm; Height : 400 to 750mm
Backrest Tilting: 600 ± 5
0 AND
Knee Board tilting : 350 ± 5
0
Reverse and Trendelenburg
120 ± 2
0;
The bed should be painted
with anti-rust paint. Flexible
bedstead built in crank
controlled.
Crank features universal
linking cardio structure, safe,
quiet, smooth operation. Built
in design crank handle when at
lowest position, Four bed legs
should provide enable stable
position of the bed.
The bedside End plate should
be removable and lockable.
The metallic hanging objects
tracks, supporting all kinds of
hooks and fixed drainage bags,
urinals and other objects can
be placed, and can move freely
position.
Bed’s structural parts should
have anti bacteria double
powder coating treatment or
should be easy to clean for
better infection control.
Bed should have two pieces
individual side rails.
Integral forming head/foot end
board, available for CPR.
Bed should have quiet and
smooth while operating and
have easy maintenance and
39
S.No. Item Quan
tity Specifications
also should have good quality
castors.
Safe working Load should be
100 Kg.
Demonstration of the system is
essential.
Manufacturer or supplier
should have ISO13485.
Should be USFDA or EU (CE)
approved.
3.
Ecla
mpsi
a
bed
2
1. Overall Size 2180mm L x 1000mm W x600mm H +-5%
2. The main frame should be made from 60mm x 30mm x 16 G ERW
rectangular tubes.
3. Four sections top should be made from uniformly perforated 18 G
C.R.C.A sheets and should be suitably fitted to the main frame
4. Back rest and knee rest should be maneuvered by the screw mechanism
with one common handle
5. Detachable head and leg bows: should be made from stainless steel
6. 31.7mm dia x 18 G tube with laminated panel of approx. size 810mm L x
140mm wide x 14mm thick on stainless steel bracket. the panels should
be cushioned for safety
7. Should be Eu(CE) or BIS approved.
8. Manufacturer or supplier should have ISO-13485 certificate.
4.
Bed
side
lock
er
100
Overall Dimension: L 410 mm x W 410 mm x H 820 mm
Locker are made from machine pressed CRCA steel sheets enclosed on
three sides having one drawer on top, one open shelf and one cabinet
belong with swing door, Stainless steel top with edges raised on three
sides is affixed on top of the locker with high class bonding agent. The
whole body is mounted on four swivel ball castors of 50 mm dia.
Buffers are provided at rear of lockers to prevent the damage to ward
wall.
Drawer inside size: 310 mm (W) x 360 mm (D) x 100 mm (H) ±10%
Open shelf closed on 3 sides: 390mm (W) x 390 mm (D) x 175 mm (H)
±10%
Lower cabinet size: 390 mm (W) x 375 mm (H) x 390 mm (D) ±10%
Steel welding wherever required, is done by MIG welding process to
minimize distortion and for the deep penetration of the weld.
All the steel components are pre-treated for de-greasing, de-rusting and
Phosphating. After proper pre-treatment, the steel components are epoxy
powder coated and oven baked at temp. Above 200 deg. C to provide
scratch resistance surface coating of film thickness 45-50 microns.
The S.S material asked for in this specification should be of S.S 304
Grade of 22G in matt finish.
Should be BIS approved.
Manufacturer should have ISO 13485 certificate for quality standard.
5.
Bed
side
table
100
Over Bed Table Pre laminated Top Operate Crank
Wooden top adjustable by gear
All metal elements are pre treated and epoxy powder coated
Dimension: 760mm L X 400 mm W X 760-1050 mm H
European CE certification or USFDA certification or BIS certification
40
S.No. Item Quan
tity Specifications
Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
6.
Bed
side
stool
for
atten
dant
100
Square tubular framework.
Pre-treated Epoxy powder coated finish.
S.S. Top: (30 x 30) cms. Ht. 45cm. ±5%
European CE certification or USFDA certification or BIS certification
Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
7.
Atte
ndan
t
benc
h
100
Overall size should be 180Lx60Wx46H cm ± 5%
Framework should be made up of rectangular MS tubes.
The fabric should be pressed artificial leather
Legs fitted with PVC stumps
Finish should be pre treated& epoxy powder coating
European CE certification or USFDA certification or BIS certification
Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
8.
Bed
side
scree
n
20
Overall size should be 1680x2450 mm.
Should be made of MS tubular frame work, 19mmx18G in three section
Legs made of 25mm x18G mounted on 5cms castors with hooks & springs
along with curtains
Each span should be 810mm wide.
The finish should be Pre-treated and epoxy powder coated.
European CE certification or USFDA certification or BIS certification
Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
9.
Was
h
basi
n
stan
d
100
Complete Stainless Steel Construction
Stainless Steel Basin Bowl - 360mm Diameter x 100mm Deep
Castors : 3 x 75mm Grey Rubber Height : 100mm
Tubular Steel Framework. Finishing : Epoxy Powder Coated Quality
European CE certification or USFDA certification or BIS certification. Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
10.
Instr
ume
nt
Almi
rah
10 Made of CRCA sheets provided with single doors and glass shelves
Pre treated and Epoxy powder coated
Dimension: 63" H X 24'' W X 18"D with 5 glass shelves
11. Bed
pans 20
Sterilisable / steel make standard.
Size :Pan Size in mm - 375 x 285 x 97±5%
Female - Perfection type, Seamless
12.
Med
icine
Almi
rah
10
Made of CRCA sheets provided with single doors and glass shelves
Provided with two polystyrine boxes each with three lockable drawers
Pre treated and Epoxy powder coated
Provided with three CRCA sheets / Glass shelves
Provided with SS IV rods and corner buffers and cardiac massage board
The cart is mounted on 125 mm dia castors with two brakes
Dimension: 63" H X 24'' W X 18"D with 5 glass shelves
13. Dres
sing 5
Overall approximate dimension: 1010 mm L X 510 mm W X 900 mm H.
41
S.No. Item Quan
tity Specifications
troll
ey Approximate shelf dimension: 750 mm L X 500 mm W.
S.S. tubular frame mounted on four 125 mm diameter castors with
synthetic body, two with brake & two without brake.
Two S.S. shelves with protective railings on all four sides.
With S.S. bowl and S.S. bucket.
Supplied in SKD condition.
Should be EU CE or BIS approved.
Manufacturer should have ISO 13485 certificate for quality standard.
14.
Med
icine
troll
ey
5
Frame work made from SS steel material. All stainless steel should be
304 grade/16 G
Flat top of SS and at least 6 inch deep removable bucket at bottom
Should have multiple long drawers to hold drug strips made of high
quality epoxy plastic or steel material with convenient and smooth slide
in and slide out motion ( At least 28-32 separate drawers in about six to
eight row)
The front of each drawer should be half covered on which removable
medicine label can be pasted and upper half open to see content inside
Approx. size 750(L) x 450(W) x 850(H) mm±10%
Should be fitted with good quality swivel noiseless castor of 100mm dia
fitted with brakes
Equipped with waste bin, needle disposable container, file cassette &
guard rails
Equipped with lock key system
Swivel noiseless castors with brakes 10 cm diameter
Should be Eu(CE) or BIS approved.
Manufacturer or supplier should have ISO-13485 certificate.
15.
Equi
pme
nt
troll
ey
5
Frame work constructed with heavy duty MS Steel sheet & Angle
Grade of steel should be SS 304
Overall size approximate 1800 L x 1050 W x 450 D (mm) ±10%
Two glass doors with individual latch handles and key locking facility
Should be Eu(CE) or BIS approved.
Manufacturer or supplier should have ISO-13485 certificate.
.
16.
Food
servi
ce
troll
ey
5
Dimension: 32" x 28" x 42" ±5%
The trolley should be mounted on 100 mm dia castors
European CE certification or USFDA certification or BIS certification Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
17.
Line
n
troll
ey
5
Overall size: 910mm H x 510mm dia. SS tubular framework fitted with
three swivel castors, 100mm dia
Framework made of 25.4mm dia x 18 G verticals, upper ring made of
19mm dia x 18 G tubes and support stays of 19 mm dia. x 18 G stainless
steel tubes
Should be supplied with canvas bag
All SS components should be of 304 quality
Should be Eu(CE) or BIS approved.
Manufacturer or supplier should have ISO-13485 certificate.
42
S.No. Item Quan
tity Specifications
18.
Stret
ure
with
troll
ey
5
Overall approximate dimension: 2030 mm x 560 mm x 820 mm, 80" x
22" x 32" (L x W x H)
S.S. tubular framework mounted on four swivel castor of 200 mm
diameter, two with brake and two without brake
Removable stretcher top made of stainless steel sheet supported on S.S.
tubular frame
Two provisions for IV. Pole
Supplied with safety belts
Safe working load of 135 kgs and patient load bearing capacity of 130
kgs
Rexine covered 25 mm thick single section mattress 1830 mm x 560 mm,
72" x 22" (L x W)
With I.V. rod
S.S. oxygen cylinder cage (0166G)
S.S. storage tray (0149A)
Manufacturer should have ISO 13485 certificate for quality standard.
Should be Eu(CE) or BIS approved.
Manufacturer or supplier should have ISO-13485 certificate.
19. Whe
el
chair
10
Overall size: 68Wx 108Dx 98H ±10%
Detachable armrest & footrest.
Folding paded seat & back
Rear Tyres with break and front castors of 20cm dia
Supplied with common arrangements
European CE certification or USFDA certification or BIS certification Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
20.
Oxy
gen
troll
ey
10
Cylinder trolley (Push type) fitted with 2 castors of 100mm dia with MS
body frame
Suitable for B type oxygen gas cylinders
Trolley with SS base
Should not wobble on flat ground when placed straight
Should be pre-treated chemically and metal surface should then be
coated with epoxy polyester powder with paint film thickness of 60
microns (minimum) and over baked at 180-200˚ C
Should be Eu(CE) or BIS approved.
Manufacturer or supplier should have ISO-13485 certificate.
21. IV
stan
d
40 CRCA pipe mounted, pre treated epoxy powder coated and mounted on
100 mm castors
22.
Eme
rgen
cy
drug
cart
6
Technical Specification of Emergency Drug Cabinet Trolley
It should be ABS body, with aluminium columns.
Should be fitted with needle disposal holder, IV Pole,
Following should be provided in the trolley:
o Dust Basket
o Utility container
o File bag
o Defibrillator shelf
o Power outlet & Hooks
43
S.No. Item Quan
tity Specifications
o Oxygen tank holder
o CPR board
The trolley should be with sliding side shelf, SS guard rail, conclave top
covered transparent soft plastic glass and centralised lock.
It should provide with 2 small & 3 big drawers with partitions.
ABS basket & drawer frame should be well repositioned easily.
Good quality casters, two with brakes to be fitted.
The size should be appox. 850x520x950mm
European CE certification or USFDA certification or BIS certification Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
IV Rods brackets, Corners to be buffered, Castors 100mm dia (NOT
50MM) with 4 Brakes (NOT 2) , 3 Lockable Drawers, 6x ABS Baskets
multi colored removable bins."
23.
Syri
nge
&
need
le
cutte
r
20
Technical Specification of Needle Destroyer
It should be manual/battery operated.
Should be safe to operate, without having any sharp edge.
The destroyed part of the needle should not be exposed outside.
Should be made of high grade material for durability and long working
hours
European CE certification or USFDA certification or BIS certification Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
Hospital Equipments
24.
Hydr
aulic
OT
table
**
4
SPECIFICATIONS OF HYDROLIC OPERATION TABLE With Hi-Low
Electric (Obstetric Type)
Five Section table top allow ease and comfort for surgical positions.
Interchangeable Head and Leg Section.
Base and Column covered with 304G die pressed stainless Steel top to
ensure high durability hygiene for the operation room.
Head Section , Leg Section , Main Frame and Middle section should be
made of 14G SS 40mm x 40mm Pipe.
Hydraulic Movement : Hi-Low Positions
Mechanical Movement :
o Kidney Section
o Head Section
o Leg Section
o Lateral tilt
o Flex / reflex
o Trendelenburg / Reverse Trendelenburg
Standard Accessories :
o Five Sections Mattress : 1 set
o Anesthetist Screen : 1 pcs
o Padded Shoulder Support : 2 pcs
o Padded Lateral Support : 2 pcs
o Padded Lithotomy Crutches : 2 pcs
o Padded Arm Rest : 2 pcs
o Technical Specification :
44
S.No. Item Quan
tity Specifications
o Overall Length of table : 1950mm +_5%
o Width of the table : 500mm +-5%
o Height : 780 - 1030mm +-5%
o TB / RTB : 30 degree
o Flex / reflex : 80° / 220 °
o Side tilt : 20 degree
o Kidney section : 125 mm manually
o Leg Section ; 90 degree down
o Head Section : 90 down and 90 degree UP.
o Hi - low Lift : Electric Operated
o European CE certification or USFDA certification or BIS
certification o Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
25.
Deli
very
table
with
foots
tep*
*
4
Specifications of Labour Table
Obstetric labour table with three section table top, leg-end section can
slide completely under the main section.
To obtain the labour position, pull out leg section manually and raise to
level of body section.
To obtain delivery position, A small hand lever is used to release leg
section
Permitting it to drop into position to telescope into body section.
Facility for Trendelenburg position, backrest adjustable on lithotomy
rods with straps.
A heavy SS sink is provided for drainage purpose.
European CE certification or USFDA certification or BIS / ISI
certification
Footstep
Overall appox size 505mmLx305mmW
First Step height 230 mm & second step size 450 mm
Step made of CRCA sheet fitted with aluminium tread flats by pop rivets
Finish should be pre-treated epoxy powder coating
Frame made of 1”x18G tubes fitted with PVC stumps.
Quality Certificate of manufacturer like OHSAS-18001, ISO 9001-
14001,9001-2008, 9001-13485 and CE certificate/US FDA/BIS should
be attached to ensure quality otherwise the bid will not be considered
26.
Sucti
on
appa
ratus
high
vacu
um*
*
4
Specifications of Suction Machine with 02 Jars Electrical.
Should provide 0-730 mm Hg ± 10 @ 60LPM, reusable, flutter free
vacuum control knob, 60ltrs/min, tight fitting jar cap.
Should be fitted with wide mouthed 2 x 2 Ltrs. (Polycarbonate) with self
sealing bungs and mechanical over flow safety device.
Dimensions to be Max : 43 x 30 x 68 cms
Noise should not be more than 50 dB A ± 3
Should maintain up to 36.5 deg temp and the heat disbursed through a
exhaust fan.
Voltage corrector /stabilizer to allow operation at ± 30% of local rated
voltage. Use of SMPS to correct voltage
Power consumption 200W, 230V, 50Hz, 2 ± 0.5 Amps, 200 watts
Electrical protection by resettable over current breakers or replaceable
45
S.No. Item Quan
tity Specifications
fuses, fitted in both live and neutral lines.
Autoclavable collection bottles, tapering connector, collection container,
a vacuum gauge, lubricant, leak free NR valve and control knob to be
provided.
European CE certification or USFDA certification or BIS certification Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
27.
Sucti
on
appa
ratus
elect
rical
4
Specifications of Slow Suction Machine
The equipment should be a compact and lightweight having low vacuum
& low flow performance
Should be equipped with an oil-free Rocker Piston Pump with bearings
permanently lubricated
Should be noise and maintenance free
Should include with a 1.5 ltr Polycarbonate Collection Jar fitted with a
float valve system, providing automatic shut off to avoid overflow and a
bacterial filter
European CE certification or USFDA certification or BIS certification Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
28.
Muc
us
extra
ctor
with
sucti
on
tube
and
foot
oper
ated
sucti
on
mac
hine
**
4
Portable and non-string pedal operation
Open end glass/fibre jar of about 1000 ml.
Capacity : 700 mm Hg ± 10 at 25LPM
With oil free Piston type pump
Shall have self sealing lids.
Noise level: <50 db A ± 3
Should be compatible with other life saving equipments running parallel.
The unit should be cleanable with alcohol and/or other chemical agents.
FDA (US)/CE (EU)/BIS approved.
Should have ISO 13485:2003; ISO 27427-2013; IEC-60601-1&2.
Supplier to perform installation, safety and operation checks before handover.
Certificate of calibration and inspection from the factory.
Training of users in operation and basic maintenance shall be provided.
Advanced maintenance tasks required shall be documented
List to be provided of equipment and procedures required for local calibration
and routine maintenance.
29.
Adul
t
resus
citati
on
4
Technical Specification of Emergency Resuscitation Kit with Trolley
It should be steel tubular work trolley on four revolving castors two with break
along with minimum following accessories as kit
46
S.No. Item Quan
tity Specifications
kit** Oxygen Cylinder
Crash Cart with Examination Lamp Attached
Ambu Bag Silicon-3 Nos. (Each One of Child/Adult/Infant)
Endotracheal Tube 6 Adult
Endotracheal Tube 6 Child
Airway 1 Set
Endotracheal Tube Stylet
Endotracheal Tube Cleaning Brush
B.P. Apparatus
Stethoscope
Suction Catheter
Infant Mucus
Disposable Syringe with Needle-1,2,5,10,20x10 Piece Each
I.V. Set-6
Blood Set-6
Micro drip Set-6
Paedia drip Set-2
Flow Meter-1
o Oxygen Mask Child-2
o Oxygen Mask Adult-2
o Oxygen Cylinder Key-1
o European CE certification or USFDA certification or BIS
certification o Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
30.
Neo
natal
resus
citati
on
kit**
4
31.
Foet
al
Dop
pler*
*
6
Specifications of Foetal Doppler & Monitor
Foetal Doppler, table model with digital display of FHR. The unit shall
have S.S tube, Penhold transducer for O.P.D. and elastic belt flat
transducer for continuous monitoring. The unit shall be fitted with hi/lo
alarms for F.H.R.
The unit shall work on 220V AC 50 Hz supply mains as well as battery.
Should have 10” or more high resolution color TFT/LCD Display with
tilt able screen for better viewing.
Should have the facility for dynamic data save.
Should display the monitoring information of last 24 hours is essential.
Should have special high sensitive watertight probe for better durability
Should have data storage with play back & print facility
Should have the low ultrasound power for the safety of the foetus
Should have automatic foetal movement detection with event marker.
Thermal printer with minimum 152MM paper width is essential for
broader printouts
Standard configuration should be FHR, TOCO, Foetal Movement
32.
Foet
al
moni
tor*
*
3
47
S.No. Item Quan
tity Specifications
Twin FHR monitoring is essential
Should be portable
Should supply foetal stimulator.
Built in rechargeable Li-on battery with back up of at least 3 hour.
Relevant IEC-60601-Part 1 & 2, certificates by a notified agency
Should work with input 200 to 240Vac 50 Hz supply
European CE certification or USFDA certification or BIS certification Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
33. Steth
osco
pe
10
• Patient friendly Non-Chill Rim
• Solid stainless steel / anodized aluminium chest piece
• Frame should be stainless steel
• Excellent Acoustic Diaphragm and comfortably fit with soft sealing ear
tips
• Anatomically correct headset & comfortably angled
• Single lumen tubing in a variety of popular colours
• Y PVC tubing
• European CE certification or USFDA certification or BIS certification • Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
34.
BP
Instr
ume
nt
stan
d
type
5
Sphygmomanometer –Stand Model
• Should be portable mercurial type, stand model.
• Should have ON and OFF provision for mercury reservoir.
• Should have a measuring range from 0 to 300 mmHg.
• Should be provided with adult arm cuffs of size medium & large and
pediatric cuff,
• The control valve should have a knurled thumb control device. The leak
rate should not exceed 10 mm of mercury per minute.
• The manometer scale markings and graduations should be engraved or
etched and filled with pigments and it should meet the requirements of
boil test.
• The internal diameter of the manometer glass tube should be 4.1 ± 0.1
mm and the thickness not less than 2 mm.
• Plastic parts, if any used should not crack, flake, peel or disintegrate in
normal use.
• The inflating rubber bag should be capable of withstanding an internal
pressure of 450 mmHg without leaking.
• The inflating bulb should be soft and should not have any joints or
ridges.
• The mercury used should be clean, double distilled and of 99.9% purity.
• The fastening arrangements of the cuff should be of hook and loop type
(Velcro)
• The threading and fastening arrangement of the cuff should show no sign
of slip or failure when subjected to the maximum conditions.
• The rubber tubes used should have an internal diameter of 3 ± 0.5 mm
and the external diameter should not be less than 8mm.
48
S.No. Item Quan
tity Specifications
• The housing case should be of robust design. It should have press to
release lock. It should have metal hinges. The tube should be secured
with metal screws and clamps. It should have mechanism to hold the lid
in right angles and should prevent accidental dropping. All parts should
be replicable in case of breakage.
• A cleaning brush to clean the manometer tube and a set of spare washers
may be provided with each unit.
• Should be mounted on good quality wheels.
• The stand body shall be made of mild steel and powder coated.
• European CE certification or USFDA certification or BIS certification • Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
35.
BP
Instr
ume
nt
table
top
mod
el
5
Sphygmomanometer - Mercury Type
• Should be Portable mercurial type.
• Should have ON and OFF provision for mercury reservoir.
• Should have a measuring range from 0 to 300 mmHg.
• Should be provided with adult arm cuffs of size medium & large and
paediatric cuff.
• The control valve should have a knurled thumb control device.
• The leak rate should not exceed 10 mm of mercury per minute.
• The manometer scale markings and graduations should be permanent and
clearly visible and filled with pigments.
• The internal diameter of the manometer glass tube should be 4.1 ± 0.1
mm and the thickness not less than 2 mm.
• All plastic parts, if any used should not crack, flake, peel or disintegrate
in normal use.
• The inflating rubber bag should be capable of withstanding an internal
pressure of 450 mmHg without leaking.
• The inflating bulb should be soft and should not have any joints or
ridges.
• The mercury used should be clean, double distilled and of 99.9% purity.
• The fastening arrangements of the cuff should be of hook and loop type
(Velcro).
• The threading and fastening arrangement of the cuff should show no sign
of slip or failure when subjected to the maximum test conditions.
• The rubber tubes used should have an internal diameter of 3 ± 0.5 mm
and the external diameter should not be less than 8mm.
• The tubes should be fitted with male and female leur connectors.
• The housing case should be of robust design. It should have press to
release lock. It should have metal hinges. The tube should be secured
with metal screws and clamps. It should have mechanism to hold the lid
in right angles and should prevent accidental dropping. All parts should
be replaceable in case of breakage.
• A cleaning brush to clean the manometer tube and a set of spare washers
may be provided with each unit.
• European CE certification or USFDA certification or BIS certification • Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
36. Infa
nt
BP
5
Same as BP Instrument table top model but with infant size cuff
49
S.No. Item Quan
tity Specifications
Instr
ume
nt
37.
Mult
i
para
puls
e
oxy
mete
r**
3
Technical Specification of Pulse Oxymeter
Mains electricity (AC-powered) photoelectric device intended for the
continuous transcutaneous measurement and display of haemoglobin
oxygen saturation (SpO2). The signals, typically produced by light-
emitting diodes (LEDs) and a receiving detector in a probe, or directly
built-in, are used to make the measurements using the principle of
spectrophotometry. The Oxymeter displays the SpO2 values and may
calculate/display other parameters, e.g. pulse rate, electrocardiogram
(ECG). The device is typically used at the bedside.
Measurement and display of haemoglobin oxygen saturation (SpO2).
Continuously displays patient oxygen saturation in real time using an
external probe on the skin.
SpO2 measurement range at least 40-70 and 70 to 99%, minimum
gradation 1%. B) Accuracy of SpO2 better than + 1% for range 40-70
and better than + 3% for range 70-99. c) Pulse rate range at least 30 to
240 bpm, minimum gradation 1 bpm. (d) Accuracy of pulse rate better
than + 5 bpm. e) Signal strength or quality to be visually displayed. f)
Audiovisual alarms required : high and low SpO2 and Pulse Rate
(operator variable settings), sensor disconnected, sensor failure, low
battery. g) TFT Screen
Should have minimum 24 hrs trend memory for SpO2 & PR.
Easily accessible touch button to operate the machine.
In-built Software
Should be less than 5 kg.
Case is to be hard and splash proof. Display must allow easy viewing in
all ambient light levels. Supplied in protective case for clean storage and
safe transport.
Noise (in dBA) <50 Dba
Heat Dissipation: dispersed through exhaust
Mobility: Mobile
Power Requirement: 220 to 240 V, 50 Hz
Battery: Internal, replaceable, rechargeable battery allows operation for
at least four hours in the event of power failure.
Tolerance: Voltage corrector/stabilizer/UPS to allow operation at + 30%
of local rated voltage.
Electrical protection by resettable circuit breakers in both live and neutral
supply lines
Power: 50-100 W
Mains supply cable to be at least 3m in length.
Operating condition : Capable of operating continuously in ambient
temperature of 0 to 50 deg C and relative humidity of 15 to 90% in ideal
circumstances.
Cleanable with alcohol or chlorine wipes.
European CE (Notified body) certification or USFDA certification
ISO 80601-2-61-2011: Medical Electrical equipment - part 2-61 :
Particular requirements for the basic safety and essential performance of
pulse Oxymeter. Electrical safety conforms to standards for electrical
safety IEC-60601-1, EMC Safety confirms to IEC 60601-1-2 standard
50
S.No. Item Quan
tity Specifications
requirement;
Manufacturer / supplier should have ISO 13485 certificate for quality
standard.
38. Neb
ulize
r
10
• Should be lightweight, portable and compact.
• Should have a dust filter.
• Should be able to deliver a flow rate / 7 lpm
• Should have air pressure / 35 psi.
• Should have a check valve to protect the device against contamination
due to backward inhalation
• Should be compatible for continuous use
• Should works on 200-240Vac/50Hz.
• Should be supplied with nebulization accessory kit with mask for adult
and paediatric – 2 nos. each
• Nebulization mask for adult and paediatric – 10 nos. each
• European CE certification or USFDA certification or BIS certification
39.
Digit
al
weig
hing
mac
hine
adult
5
• Should have an accuracy of 500 gms.
• Should be dial type having a magnifying lens to see the measurement.
• Should measure a maximum weight of 150kgs.
• Should have zero adjustment.
• Should be Round shape of diameter 300mm (minor variations will be
accepted)
• Shall be made of Metal, epoxy powder coated with rust proof parts. • Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
40.
Digit
al
weig
hing
mac
hine
Infa
nt
5
Should have 5 gm accuracy
Should have a minimum measuring capacity 25 gm
Should have easy to read LED display
Should measure a maximum weight of 20kgs
Should have zero calibration.
Should hold the measured value irrespective of the baby movements.
Should have electronic damping facility for eliminating the reading
fluctuations caused by moving baby.
Weighing pan should be suitable for weighing new born babies and the
construction should not allow the baby to slip from the tray.
The Tray should be made of SS/ fibre glass/acrylic
Should have a pan size of at least 50cms length, 20cms width and 8cms
height.
The pan should have facility to measure the length of baby
European CE certification or USFDA certification or BIS certification
Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
41. Radi
ant 6
1. It should be microcontroller based radiant warmer with manual and servo
options.
51
S.No. Item Quan
tity Specifications
war
mer
2. It should have facility to display skin set, skin observed temperature in
degree C and heat power separately.
3. Should have user friendly touch panel control.
4. It should have ceramic or quartz infrared or calrod heater.
5. It should have audio-visual alarm facility for overheating beyond set
temperature range.
6. It should have alarm facility for patient temperature less than or greater
than the required temperature i.e. above or below the set range. Machine
should sense the skin probe failure and cut off the heater.
7. Warmer head should be rotatable in different direction, so as to allow
taking X-ray.
8. It should have alarm for probe failure, power failure, system failure and
heater failure.
9. Observation light of 90 to 100 foot candles or 1000 Lux ( color
temperature range 3700K to 5100K) should be provided for inspection
10. Battery backup for Power failure indication during power fail.
11. The desired temperature range from 25 to 40 degree C and settable
temperature can be from 32 to 38 degC.
12. The resolution should be 0.1 degree C and accuracy should be 0.2 °C.
13. Should have a facility to lock the keyboard to avoid unwanted user
modification of the set parameters.
14. The height of the warmer should be adjustable for different types of bed.
15. It should have separate bassinet trolley, bed should be tiltable and have
provision for x-ray cassette holder, Mattress foam density should be
minimum 25 kg/cm3, transparent collapsible side walls easily detachable
for cleaning. Mattress size should be minimum 20"X30".
16. Should have a Feather Touch operation with large digital display and
comprehensive alarms. Control Panel should be liquid proof and allow
easy and hygienic disinfection.
17. Manual Mode can adjust Heater Output 10 -100 %, with 10% increment,
an auditory and visual alarm shall be given at least every 15 min.
18. In manual mode, heater cut off / switch off , if the maximum irradiance
at any point of the mattress area exceeds a total irradiance level of 10
mW/ cm2 (between 10 to 30 minutes).
19. Bed should be about 80 - 100 cms from the Floor and 80-90cms from the
heat source.
20. Should have lockable castor wheels.
21. Green indicator light shall be provided to indicate that warmer is ready
for normal use.
22. Markings on the bassinet and X-Ray cassette holder is mandatory to
enable proper positioning of the baby while doing the X-Ray.
23. The size of the drop down sides should be such that it is 5" above the
mattress surface and should be atleast 6mm thick; clear and transparent.
24. If there is more than 60% heater output for 10 minutes it should cutoff
with alarm.
25. For the purpose of cable management there should be at least two
number of tubing ports (edges covered by silicon rings) on the side walls.
The height of the side walls should be minimum 110mm over the
mattress.
26. X-Ray cassette tray should be at least 750X350mm and should adopt up
to 20mm thick X-Ray cassette.
27. The bay bed should be crevice free for ease of cleaning, infection
52
S.No. Item Quan
tity Specifications
control.
28. The mattress used should be of biocompatible material.
29. Thermistor based skin temperature probe should be small in size not
more than 10mm diameter and 3-4mm thick to fix the probe firmly on
the infant. Baby contact material should be biocompatible as per
ISO10993 standard requirement. It should be insulated on one side and
have well conducting non-rusting, non reacting metallic surface on the
other side. Probe wire should be pliable, thin and soft. The attachment
site of the probe with the wire should also be pliable and non stiff.
30. Should have Manual mode and Baby (Servo) mode settings.
31. Mode of operation should be clearly displayed.
32. In servo mode baby set temperature should be 32 to 38 deg C.
33. Users interface should have manual and Servo controlled temperature
regulation.
34. LED Display and inbuilt software; Interruption and restoration of the
power supply does not change the preset values. Devcie shall not
overbalance when placed in any transport position of normal use on a 10°
inclined plane from the horizontal plane.
35. Transformers of devcie shall be protected against overheating in the
event of short circuit or overload of any output winding.
36. Patient leakage current should be less than 100 µA in normal condition.
37. Temperature on the baby mattress should not exceed 43 deg C when the
warmer is operating under steady temperature condition.
38. Temperature of HEATER GUARDS should not exceed 85 °C in normal
use.
39. The Temperature differences on the mattress shall not exceed 2 °C.
40. Dimensions (metric) specifications upto: 2000 mm (Height) X 900mm
(Width) X 1100 mm(Length).
41. Atleast 60 degree angle adjustment must be possible in the heat source
and it should provide shielding to the infant in case of breakage of
tubes/bulbs, All surfaces to be made of corrosion resistant material.
42. Auditory alarm shall have a sound level of at least 65 dBA at a distance
of 3 m from the front of the infant radiant warmer, and the sound level of
the alarm shall not exceed 80 dBA on the mattress.
43. Should maintain upto 36.5˚C temp and the heat disbursed through an
exhaust fan, so that effect of UV light is not disturbed.
44. Mobility: Yes, on castors (2 of the castors should have breaks; casotor
size can be at least 4inch).
45. Should have standard IV pole(sturdy;non rusting; medical grade
stainless steel;adjustable to a max height of 6 feet from the ground level),
monitor tray(12X10 inches;270 degswivel;fixed at level of warmer
display) and storage trays.
46. Spare Part : Skin temperature probes
47. Consumables : Thermal refelctor to fix the skin probe on baby.
48. Complete unit to be easily washable and sterilizable using both alcohol
and chlorine agents.
49. Should be US FDA / EU (CE of class IIb) approved product. Shall meet
IEC-60601-1-2:2007 Medical electrical equipment -- Part 1-2: General
requirements for basic safety and essential performance - Collateral
standard: Electromagnetic compatibility Requirements and tests (Or
Equivalent BIS). Shall meet IEC60601-2-21: 2009 Medical Electrical
Equipment – Part 2-21: Particular Requirement for the basic safety and
53
S.No. Item Quan
tity Specifications
essential performance of infant radiant warmers . Should meet IEC
60601-1:2005 standard requirements.
50. Baby contact material should be biocompatible as per ISO 10993
standard requirement.
51. Manufacturer should be ISO 13485 certified.
52. Availability of 5 amp/15 Amp. Electrical socket (2 nos) for each warmer.
53. Certificate of Calibration and inspection from the factory.
54. List of important spare parts and accessories with their part number and
costing.
55. User training manual required.
56. List of important spare parts and accessories with their part number and
costing.
57. User, Technical, Maintenance manuals to be supplied in English
58. Any warning/ precautions to be declared.
Energy Source:
a) Power requirements-220 to 240v, 50 hz
b) Battery operated-Power failure indications during power fail.
c) Tolerance:± 10% of input
d) Protection-OVP, earth leakage protection.
e) Power consumption-Maximum 800 watt
42.
Phot
other
apy
unit
4
1. Phototherapy should be based on LED technology, which after filtering
should provide a light of wavelength approximately 450 to 470 nm with
peak wavelength of 450-460nm range.
2. Irradiance to be minimum 35 μW/cm2/nm at 40 cm height and UV
should not exceed 10-4 W/m2 in 180nm to 400nm.
3. Digital Hour meter showing total exposure time for current patient to be
clearly visible by operator.
4. Effective light field >700 cm2.
5. Lamp life should be minimum 20000 hours for LED and should have
timer to indicate its usage.
6. Over temperature safety cut out to be included.
7. Up, down and tilting of head should be possible.
8. The unit should be mounted with castor wheels with brakes.
9. Variation in intensity over 5-6 hours < 10%.
10. The irradiance ratio (min to max) shall be greater than 40 % on mattress.
11. Green indicator light shall be provided to indicate that equipment is
ready for normal use.
12. Interruption and a restoration of the power supply do not change preset
values. LED heat can be reduced by natural cooling.
13. LED should be protected from free fall.
14. It should not topple on 10˚ inclined angle.
15. The temperature of baby bed and metal surfaces should not exceed
16. 40˚C and 43˚C for other accessible surfaces.
17. There should be intuitive method to indicate the light surface is at the
appropriate treatment distance.
18. Mobile stand with movable castors and height adjustment facility along
with easy swiveling of source box. Unit can be used along with Infant
care trolley, Radiant Warmer and Incubator.
54
S.No. Item Quan
tity Specifications
Settings UP/DOWN adjustment of Over Head Unit; The
phototherapy unit should be able to provide
effective treatment for beds and incubators of
varying heights (generally 1.0 to 1.6m). Adjustment
of light intensity may be provided.
User interface Manual
Software and/or standard of
communication
(where ever required)
LED Display and inbuilt software
Physical Characteristics
Dimensions (metric) minimum spec: 1650mm Height X 750mm Width
X 500mm Length
Weight (lbs, kg) <20 kg
Configuration 1. Clear cabinet for observation of infant.
2. Infant bassinette to be an integral unit which
should be detachable.
3. Unit to provide shielding of infant in the event
of bulb breakage.
4. Bulb mount to have angle adjustment of at least
30 degrees.
5. All surfaces to be made of corrosion resistant
materials.
6. Light unit tilting facility and height adjustment
facility.
Noise (in dBA) <60dBA
heat dissipation The temperature of baby bed and metal surfaces
should not exceed 40deg C and 43˚C for other
accessible surfaces.
Mobility, portability Minimum 3 castors and at least 2 with brakes
ENERGY SOURCE (electricity, UPS, solar, gas, water, CO2 ....)
Power Requirements 220 to 240V, 50 Hz
Battery operated NA
Tolerance (to variations,
shutdowns)
± 10% of input AC
Protection Electrical protection by resettable overcurrent
breakers or replaceable fuses fitted in both live and
neutral lines.
Power consumption Should not be more than 160 W
Other energy supplies Mains cable to be at least 2.5m length
ACCESSORIES , SPARE PARTS , CONSUMABLES
Accessories (mandatory,
standard, optional)
Complete set of replacement tubes to allow 3
months’ continuous operation
Two replacement sets of fuses, if replaceable type
used.
Spare parts (main ones) No spares required
Consumables / reagents
(open, closed system)
Total 500 nos. Infant eye masks of both available
sizes (term and pre term babies).
ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS
Atmosphere / Ambiance (air
conditioning, Humidity,
dust ...)
Capable of operating continuously in ambient
temperature of 10 to 40˚C and relative humidity of
15 to 90% in ideal circumstances.
User's care, Cleaning,
Disinfection & Sterility
issues
Complete unit to be easily washable and
sterilizable using both alcohol and chlorine agents.
55
S.No. Item Quan
tity Specifications
STANDARDS AND SAFETY
Certificates (pre-
market,
sanitary, ..);
Performance and
safety standards
(specific to the
device type); Local
and/or
international
Should be FDA / CE approved product
Shall meet IEC-60601-1-2:2007 Medical electrical
equipment -- Part 1-2: General requirements for basic
safety and essential performance – Collateral standard:
Electromagnetic compatibility - Requirements and tests
(Or Equivalent BIS)
Should meet IEC 60601-1:2005 standard requirements
Shall meet IEC 60601-2-50:2009 Medical Electrical
Equipment – Part 2-50: Particular Requirement for the
basic safety and essential performance of infant
phototherapy equipment;
Manufacturer should be ISO 13485 certified
TRAINING AND INSTALLATION
Pre-installation
requirements:
nature, values,
quality, tolerance
Supplier to perform installation, safety and operation checks
before handover.
Requirements for
sign-off
Certificate of Calibration and inspection from the factory.
Training of staff
(medical,
paramedical,
technicians)
Training of users in operation and basic maintenance shall
be provided
43.
Mult
ipara
bed
side
moni
tor
(6
para
mete
r).
with
centr
al
nursi
ng
stati
on**
1
1. Should have facility for printing ECG at 25mm/sec and 50mm/sec speed.
2. Should have facility for charging from both 12V DC & 220V AC.
3. Should be supplied with.
4. Pulse oximeter probe.
5. ECG cable -12 lead.
6. Temperature probe.
7. NIBP (non-invasive blood pressure) probe All probes should be supplied
in 2 pairs, should be re-usable and should include adult, pediatric&
neonatal size cuff/leads. The material of the probe should be such that it
is non-breakable.
8. Capable of saving data for min 24 hrs.
9. Rates for consumables should be offered in price bid.
10. Optional item to be quoted: invasive blood pressure-monitoring module
complete with reusable transducer.
11. User operated 1mV ECG
12. User interface -Manual or touch screen with central monitoring system.
And patient monitors should be compatible and networked according to
central monitoring system specifications
13. Audio Visual alarms required: high and low levels for each parameter
(operator variable settings), sensor/wire/probe disconnected, low battery.
14. Dimensions- Screen size minimum: 10”.
15. Weight (lbs, kg) <6kg.
16. Configuration- Case is to be hard and splash proof. Display must allow
easy viewing in all ambient light levels. Cable connectors to be designed
so as fit correct socket only.
17. Noise (in dBA) <50 dB; Lead disconnection Alarm > 65 dB.
18. Heat dissipation- Should maintain nominal Temp and the heat should be
disbursed through an exhaust cooling fan.
19. Should be Supplied in protective case for clean storage and safe transport
20. Battery charger to be integral to mains power supply, and to charge
56
S.No. Item Quan
tity Specifications
battery during mains power operation of unit.Battery powered, silence
able alarm for power failure. Internal, replaceable, rechargeable battery
allows operation for at least one hour in the event of power failure.
Battery backup of minimum 100 minutes.
21. Voltage corrector/stabilizer to allow operation at ± 30% of local rated
voltage.
22. Electrical protection provided by fuses in both live and neutral supply
lines.
23. Power consumption <120Watt.
24. Accessories & Spares- 2 pairs, 12 lead ECG cable. 2 packs of 100
disposable ECG connection electrodes. Two sets of reusable SpO2
probes including adult, paediatric & neonatal probes. Two sets of NIBP
cuffs of each size. Two external skin temperature probes.
25. Complete unit to be easily washable and sterilizable using alcohol and
other chemical agents.
26. FDA (US) and EU CE notified body approved and BIS/ISO
13485:2003; ; IEC-60601-1-2:2007; IEC 60601-1-8-2006; IEC 60601-1-
SER-Ed 1.0-2011; IEC/TRF 60601-1-8 Ed4.0-2010; ISO 13485; ISO
80601-2-56-2009 (Thermometer); ISO 80601-2-61-2011 (SpO2).
27. Supplier to perform installation, safety and operation checks before
handover.
28. Training of users in operation and basic maintenance shall be provided.
29. List to be provided of important spares and accessories, with their part
numbers and cost.
30. Certificate of calibration and inspection to be provided.
31. Documentation-
a. User, technical, maintenance and service manuals to be supplied
along with machine diagrams.
b. List of equipment and procedures required for local calibration
and routine maintenance.
c. Certificate of calibration and inspection
44.
Air
curta
in at
entra
nce
for
O.T.,
labo
ur
roo
m,
ICU
and
SNC
U
8
Technical Specification of Air Curtains
Aesthetically designed with the latest technology. This is an ideal
solution wherever transparent air insulation/ barrier/ curtain is required.
Most common application areas include Air Conditioned Showrooms,
restaurants, Hotels, Hospitals Computer Rooms, Cinema Halls,
Pharmaceuticals, Biological & Electronic Industries. It provides an
effective insulation to conserve energy by preventing temperature loss in
controlled atmosphere areas and maintains a high level of cleanliness by
inhibiting the movement of dust particles across it. It consists of a sturdy
heavy duty line flow fan counterbalanced for vibration free operation and
sturdy, thick PCRC sheet duly powder coated body with clamps to mount
on the wall or door panel. It gives a thick air curtain with total air flow
capacity varying according.
To the sized depicted as follows. Supplied complete with Cord & Plugs.
Suitable to work on 220 V door, forms and invisible curtain of
continuous air and thus prevents escape of conditioned air and entry of
outside hot, humid, dirty and unwanted polluted air. AICIL Air curtains
are tailor made units and hence come in all size ranging from 24" to 72"
(2' to 6') in single units.
The cabinets of air curtain should made of cold rolled mild steel sheets.
The blowers and made of high quality aluminium sheets. Duly balanced
57
S.No. Item Quan
tity Specifications
both statically as well as dynamically on computerized digital balancing
machines designed to provide uniform air with minimum noise and no
vibration. The Motor used are of continuous rating with sealed ball
bearing.
These units should be available in normal velocity (7 to 9 meters /
second) and high velocity (10 to 12 meters/ second.)
45.
High
press
ure
steril
iser
horiz
ontal
1
Technical Specification of Horizontal High Pressure Steam Sterilizer
The Instrument should have the following features
Triple walled with leak proof organ arc welding.
Outer & middle jacket made of thick stainless steel jacket should be
insulated by high grade glass wool to minimize the temp. Loss.
Inner chamber, jacket made of heavy duty stainless steel high – grade
304 quality.
All Sterilizer hydraulically tested up to 40 PSI.
Steam generator Boiler made of stainless steel 304 grades with argon arc
welded without sharp edge fitted with ISI Mark Heating Element Flange
type inside the boiler.
Door has single piece made of thick S.S. Radial Locking System all
around.
Top fitted with reputed make high pressure gauge safety .valve with
multy port valve.
Fitted with neoprene silicon joint less gasket
Fitted with Automatic pressure stat switch set of any desire pressure.
Fitted with double safety valve & water level indicator cut-Off device to
protect the Heating Element from burning.
Boiler front folding plate system for easy cleaning on the deposited
scales on the element & the walls.
Water inlet & drain Valve is also provided fitted in the boiler.
Sterilizer mounted on tubular type steel frame with leveling screw
Fitted with digital indicator for indicating the temperature inside the
chamber with calibration report.
Working pressure 5 to 20 PSI, the unit is complete with automatic Low
Water cut off device.
Power suitable to work on 415 volts , single phase 50 Hz AC supply
Only
Size 300x600 mm
European CE certification or USFDA certification or BIS certification Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
46.
High
press
ure
steril
iser
verti
cal*
*
2
Specifications of Vertical Steriliser (high Pressure)
Dia 300/Depth 500/ Elements-2/ Load 2KW
The operating pressure should be adjustable 15-20 PSI
Triple chamber with inner chamber made of thick SS jacket.
Should be hydraulically tested to sustain up to 2.5 times of working
pressure.
Outer chamber made of SS reinforced with MS Sheet. Lid should be
made of thick SS plate single piece and closed by wing nuts arrangement.
Joint less neoprene gasket should not allow any leakage.
The equipment should be fitted with double safety valve, water level
58
S.No. Item Quan
tity Specifications
indicator, water inlet and drain valve.
Should be supplied complete with cord 7 plug.
Size 12x20 inch
Power requirements- 220V, Single Phase, 50 Hz, AC
European CE certification or USFDA certification or BIS certification Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
47.
Dres
sing
dru
ms
SS
of
diffe
rent
sizes
**
3 Dressing Drum
It should be ISO/CE mark and sizes, 15"x12", 14x9, 9x9, 6'x6h. And
Large size should be 12 x 15 inch. Should be made of High Grade
Seamless SS.
Should have suitable holder/handle for operational ease.
48.
Ceili
ng
shad
owle
ss
light
for
O.T.
**
2
1. Double dome
2. Intensity Control in 9 steps for indiviual domes
3. Height Adjustment :600mm
4. Action Radius :1850mm
5. Possible Movements :Radial, Angular & Axial
6. Colour Temperature :4500K and above
7. LED technology: minimum 40,000 hours lamp life
8. Intensity, brightness, contrast and power switch to be made available on
handle/wall-check.
9. Focal distance(d1+d2)=0.8 to 1.2 m
10. Temperature rise on the keep of surgeries to be less than 10°
11. CR± approx. 95 or more
12. 360° rotation for both arms
13. User’s interface Manual
14. Heat Dissipation: Should maintain nominal Temp and the heat should be
disbursed through an cooling mechanism
15. Power Requirements Recharging unit: Input voltage- 220V-240V AC, 50Hz
16. Tolerance (to variations, shutdowns) Voltage:±10%,Frequency:±2%
17. Should have over-charging cut-off with visual symbol.
18. Operating condition: Capable of operating continuously in ambient
temperature of 10 to 40˚C and relative humidity of 15 to 90% in ideal
circumstances.
19. Storage condition: Capable of being stored continuously in ambient
temperature of 0 to 50˚C and relative humidity of 15 to 90%.
20. Disinfection: Parts of the Device that are designed to come into contact with
the patient or the operator should either be capable of easy disinfection or
be protected by a single use/disposable cover.
21. Should be US FDA/CE and ISO 13485 approved product.
22. Pre-installation requirements: nature, values, quality, tolerance
a. Availability of 5 amp socket;
b. Safety and operation check before handover;
23. Training of staff (medical, paramedical, technicians)
a. Training of users on operation and basic maintenance;
b. Advanced maintenance tasks required shall be documented
59
S.No. Item Quan
tity Specifications
49.
Port
able
shad
owle
ss
light
for
labo
ur
roo
m**
6
1. Dome Head :515mm Dia
2. LED lights-2 nos
3. Lockable castor stand with minor dome
4. Light intensity at 1 mt. :1,00,000 Lux
5. Intensity Control :Continupus
6. Height Adjustment :600 mm approx
7. Action Radius :1250mm
8. Possible Movements :Radial, Angular & Axial
9. Colour Temperature :4500K or above
10. Temp. rise in field :3°-6° c from Amb.Temp
11. Control Panel at the dome
12. CR± 95000
13. Lamp life:40,000 hours
14. Battery back-up:1 hour
15. Auto-power off and over-charging cut-off.
16. Users interface Manual
17. Heat Dissipation: Should maintain nominal Temp and the heat should be
disbursed through an cooling mechanism
18. Recharging unit: Input voltage- 220V-240V AC, 50Hz
19. Battery operated: Yes; Rechargeable battery at the base with the frame.
20. Should have over-charging cut-off with visual symbol.
21. Operating condition: Capable of operating continuously in ambient
temperature of 10 to 40 deg C and relative humidity of 15 to 90% in ideal
circumstances.
22. Storage condition: Capable of being stored continuously in ambient
temperature of 0 to 50 deg C and relative humidity of 15 to 90%.
23. Disinfection: Parts of the Device that are designed to come into contact with
the patient or the operator should either be capable of easy disinfection or
be protected by a single use/disposable cover.
24. Should be FDA/CE and BIS/ISO 13485 approved product.
25. Electrical safety conforms to the standards for electrical safety IEC 60601-
1General requirements(or equivalent BIS Standard)
26. Shall meet internationally recognised for Electromagnetic
Compatibility(EMC)and Electromagnetic Interference(EMI) for electro
medical equipment:IEC 60601-1-2
27. Pre-installation requirements: nature, values, quality, tolerance
a. Availability of 5 amp socket;
b. Safety and operation check before handover;
28. Training of staff(medical, paramedical, technicians)
a. Training of users on operation and basic maintenance;
b. Advanced maintenance tasks required shall be documented
29. Documentation: Should provide 2 sets(hardcopy and soft-copy) of:-
a. User, technical and maintenance manuals to be supplied in english/
hindi language along with machine diagrams;
b. List of equipment and procedures required for local calibration and
routine maintenance;
c. Service and operation manuals (original and copy) to be provided;
d. Advanced maintenance tasks documentation;
e. Certificate of calibration and inspection.
European CE certification or USFDA certification or BIS certification
50. Instr
ume8
• SS make
• Different Size 12'' x 8'' , 18'' x 12''
60
S.No. Item Quan
tity Specifications
nt
steril
iser
• To be minimum 40 Kw Heating capacity total
• European CE certification or USFDA certification or BIS certification
51.
Gyn
aec
elect
ric
caut
ery*
*
2
1. The unit should have mono-polar, bi-polar modes and underwater cutting.
2. The unit should have separate generator for mono-polar and bi-polar.
3. Should be compatible for both open and laparoscopic surgery.
4. Should have facility to connect two mono-polar electrodes.
5. Should have separate digital display of power settings for bipolar and
mono-polar cut and coagulation modes.
6. Should have return electrode contact safety.
7. Should have different audible alarm for cut and coagulation modes.
8. Should have maximum range mono-polar cut power of at least 300 Watts
variable in
Steps of 2 watts in lower power and 5, 10 watts in high power..
9. Should have mono-polar coagulation power 120 Watts’s variable in steps.
10. Should have maximum bipolar coagulation power of at least 50 in steps.
11. The unit should be provided with suitable power cord and should be
compatible with Indian standard wall socket.
12. Should have a volume control for the audible alarm.
13. Should be supplied with reusable flexible silicon rubber patient return plate
with return electrode safety 1 No.
14. The performance of the unit should not be affected by electro-magnetic
interference radiated or conducted through power lines from another device.
15. The working of the equipment should not interfere with the functions of
other devices.
16. Standard accessories to be supplied along with each equipment
a. Should be supplied with disposable 3 pin hand pencil 10 nos. with cable.
b. Should be supplied with reusable mono-polar active handle with cable
compatible for foot operation. (With complete set of electrodes) - 5 nos.
c. Should be supplied with reusable insulated bayonet shaped bipolar hand
piece with cable compatible for foot operation - 2 no.
d. Should be supplied with color coded pedals water proof foot switch for
mono polar and bipolar.
e. Additional Patient Plate Cable-1 No
17. Disinfection: Parts of the Device that are designed to come into contact with
the patient or the operator should either be capable of easy disinfection or
be protected by a single use/disposable cover.
18. Standards & Safety :
a. Should be US FDA or European CE approved (Notified Body)
b. Should meet internationally recognized IEC 60601-1-1, IEC 60601-1-2,
IEC 60601-2-2 , IEC 60601-1-6, and IEC 60601-1-8 standard.
c. Manufacturer/Supplier should have ISO 13485 certificate for quality
standard.
19. Documentation:
a. User, technical, maintenance and service manuals to be supplied along
with machine diagrams.
b. List of equipment and procedures required for local calibration and
routine maintenance.
c. Certificate of calibration and inspection.
20. Any warning signs would be adequately displayed.
21. Operating condition: Capable of operating continuously in ambient
61
S.No. Item Quan
tity Specifications
temperature of 10 to 40 deg C and relative humidity of 15 to 90% in ideal
circumstances.Storage condition: Capable of being stored continuously in
ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90%.
52.
Refri
gerat
or
300
It.
5
• Frost free, double door, 300 Ltr
• Shelves shall be of toughened glass type.
• Should have EEC 4 star rating or above.
• Should have inbuilt protection for voltage fluctuation or to be supplied
with external stabilizer of adequate 70V-300V capacity
53.
Refri
gerat
or
165
It.
5
• Frost free, double door, 165 Ltr
• Shelves shall be of toughened glass type.
• Should have EEC 4 star rating or above.
• Should have inbuilt protection for voltage fluctuation or to be supplied
with external stabilizer of 70V-300V capacity
54.
Oxy
gen
cylin
der
B
type
25
Oxygen Cylinder B-Type
Should be Color coded, light weight.
Aluminium alloy oxygen cylinder for providing oxygen therapy of total capacity
of 4 cu M.
Mounted with pressure reducer and flow-meter provision of capacity upto 15
litres per minutes and outlet for secretion aspiration.
Should have membrane pressure reducer with manometer complete with flow
meter (0-15 litres/minute) and humidifier bottle.
Should be seamless cylinder of water capacity 10 liters.
Should have flowmeter for controlling inflow of oxygen.
Should contain capacity of 4 cu M.
Should be supplied with its trolley.
Should be having spare humidifier, key and flow meter.
Cylinder should have ISI Mark and ISO certificate for quality standard or BIS, IS
3224.
Cylinder should have explosive safety certificate and should be provided along
with each cylinder during installation.
Should have certificate of calibration, PESO Certificate and inspection from the
factory.
Should provide training to the users who are in operation.
Should have warranty of 10 years.
Color codes to be displayed on the cylinders.
55.
Nitr
ous
oxid
e
cylin
der
5
Specifications of Nitrous Oxide Cylinder
Should be Color coded, light weight.
Aluminum alloy nitrous oxide cylinder for providing N2O therapy of total
capacity of 4 cu M.
62
S.No. Item Quan
tity Specifications
B
type Mounted with pressure reducer and flow-meter provision of capacity upto 15
litres per minutes and outlet for secretion aspiration.
Should have membrane pressure reducer with manometer complete with flow
meter (0-15 litres/minute) and humidifier bottle.
Should be seamless cylinder of water capacity 10 liters.
Should have flowmeter for controlling inflow of nitrous.
Should contain capacity of 4 cu M.
Should be supplied with its trolley.
Should be having spare humidifier, key and flow meter.
Cylinder should have ISI Mark and ISO certificate for quality standard or BIS, IS
3224.
Cylinder should have explosive safety certificate and should be provided along
with each cylinder during installation.
Should have certificate of calibration, PESO Certificate and inspection from the
factory.
Should provide training to the users who are in operation.
Should have warranty of 10 years.
Color codes to be displayed on the cylinders.
56.
Reg
ulato
r and
flow
mete
r for
medi
cal
gas
25
• Inlet Pressure 20,000 Kpa @ 15ºC
• Inlet Pin Indexed Yoke
• Flow Settings (LPM)- 0.25, 0.5, 1, 2, 3, 4, 6, 8, 10, 15, 25
• Maximum Outlet Pressure 400 Kpa
• Weight (Grams) 320
• Should be brass body all metal parts that channel the gas stream are brass
(no aluminium)
• Sintered metal filter between gas source and seat.
57.
ECG
mac
hine
**
2
• Should be 12 - channel portable ECG machine with simultaneously
acquisition of leads.
• Should be portable, Light weight not more than 4.5 Kgs.
• Should have at least 3.5” or more Color LCD Display
• Should have full QWERTY hard keyboard to enter the patient data
conveniently.
• Should have single button operation.
• Should have Measurement and interpretation software.
• Printing of Interpretation and waveform should come on single sheet of
paper.
• Should have paper size of at least 110 mm X 70 mm and should be Z
fold.
• Should have Recording speed selection of 5, 6.25,10,12.5, 25 & 50
mm/sec
• Should have recording modes Manual, Automatic, Rhythm.
63
S.No. Item Quan
tity Specifications
• Complete digital filters, avoids baseline drift, AC (On/Off) and EMG
(25Hz/35Hz/45Hz/OFF)
• Interference, Low pass filter (150Hz/100Hz/75Hz), DFT Filter:
0.05/0.15/0.25/0.5/0.67Hz.
• ECG Machine should have CMMR ≥115dB
• Should have 24bits A/D Converter.
• 12 Channel type
• Should have Sample rate of 1000Hz/Channel, 10,000 Hz for pacemaker
detection.
• Should have single and 3 Channel selectable rhythm leads.
• Facility to enter patient information (Name, age, sex, height, weight,
Blood pressure, doctor’s name, Hospital’s name) which get updated in
system and is recorded on the recorder thermal paper.
• Internal Patient memory function should save 200 patient ECG data.
• Should have SD CARD and USB port for data transfer and Printer
connectivity.
• Inbuilt measurement and interpretation software and tested the same
from AHA/MIT Database.
• Should have option to connect with Barcode reader.
• Should have option to convert the file into PDF format to save in USB
Drive and SD card for data transmission from machine to PC.
• Should have option to upgrade for data transfer to PC thru WIFI and
LAN
• Should have IEC 60601 certifications.Quality Certificate of manufacturer
like OHSAS-18001 or ISO 9001- 14001/9001-2008/ 9001-13485 and
European CE certification or USFDA certification or BIS
certificationshould be attached to ensure quality
• Should have Inbuilt lithium –Ion battery with upto 2 hours of backup.
• Should have UL and US FDA Quality certifications.
• Should be Supplied with Following Accessories
• Limb Electrodes (Set of 4) – 1 No.
• Chest Electrodes for Child/ Paed (Set of 6) – 1 No.
• Chest Electrodes for Adults (Set of 6) – 1 No.
• ECG Cable (10 Leads) – 1 No.
• Power Cord -1 No.
58.
Wat
er
cool
er
400
LPH
with
onlin
e
UV
syste
m
8 • Can be Fixed with plastic or S.S. Insulated tank
• Temperature range: Chilled water (5 to 14c)/hr.
• Fully automated with water flow and temperature controller switch
• Temperature reaches 5 degree to 15 degree C
• Water outlet 400 LPH
• UV system
59.
Paed
iatric
venti
lator
for
2
1. Should have facility for Invasive and Non-Invasive ventilation.
2. Microprocessor control with external compressor based ventilator
suitable for neonatal and paediatric ventilation.
3. Should have modes of ventilation equipped with newer modes of
ventilation:
64
S.No. Item Quan
tity Specifications
ICU
**
a. Assist/ Control
b. Volume control
c. Pressure control
d. Pressure support
e. SIMV with pressure support (Pressure and volume control)
f. PEEP
g. Inverse ratio Ventilation
h. Non-invasive ventilation-BIPAP, CPAP
i. Apnea ventilation, user selectable, volume & pressure control;
4. Should have built in color screen TFT/LCD display of minimum 10” for
display of waveforms and monitored value;
5. Should have inbuilt facility to upgrade with EtcO2
6. Should have facility to measure and display of the following parameters
a. Airway Pressure (Peak & Mean)
b. Tidal volume (Inspired & Expired)
c. Minute volume (Inspired & Expired)
d. Respiratory mechanic
e. Spontaneous Minute Volume
f. Total Frequency
g. FiO2 dynamic
h. Intrinsic PEEP
i. Plateau Pressure
j. Resistance & Compliance
k. Use selector Alarms for all measured & monitored parameters
l. Occlusion Pressure
m. Pressure Flow & Volume curves
7. Automatic compliance and leakage compensation for circuit and ET tube
8. Should have facility of log book, for events and alarms with date & time
9. Should have following setting;
a. Tidal volume (Minimum 2ml, Maximum up to 2000ml); pre-set
range for both neo-natal &paediatric modes to be provided
b. Inspiratory pressure (up to 60cm of H2O)
c. Respiratory rate 1 to 80 bpm;
d. Apnea back up rate
e. CPAP/PEEP;
f. Pressure support;
g. FiO2 setting range between 21% and 100%;
h. Pause time;
i. Pressure/flow Trigger;
j. Inspiratory flow up to 1-20 LPM;
10. Oxygen cylinder/central pipeline connector/ (to be supplied along with
the machines) should be compatible with ventilator.
11. Disposable Heat Moisture Exchanger, qty 100 to be supplied with unit
12. User interface should be manual and automatic; also the software should
be inbuilt,
13. Should be convenient and quick USB interface.
14. Accessories:
a) Full face mask- 5 Nos each of 0,1 and 3
b) Nasal cannulae for neonates- 5 nos
c) Reusable breathing circuit of silicone material (5Nos)
d) Air & oxygen hose- 1 each
15. Should be less then 50kg including trolley.
65
S.No. Item Quan
tity Specifications
16. Should have compatible hanged arm for holding the circuit
17. Should have caster with braking system.
18. Noise of device operation max-50dbA
19. Should have audio visual alarm for battery low, source gas low and
high/low pressure in the breathing circuit or source gas inlet.
20. Should maintain nominal Temp of the control unit and the heat should be
disbursed through an cooling mechanism
21. Alarm volume-min. 65 dB
22. Standards & Safety :
a) FDA (US)/CE (EU) from authorized third party and BIS/ISO
13485
b) Relevant IEC-60601-Part 1&2, certificates by a notified agency.
c) Manufacturer/Supplier should have ISO 13485 certificate for
quality standard
23. Documentation:
Should provide 1 set (Hard Copy) to user and 1 Set (Soft copy) by User,
technical, maintenance and service manuals to be supplied along with machine
diagrams.
a. List of equipment and procedures required for local calibration
and routine maintenance.
b. Certificate of calibration and inspection.
24. Energy Source: a. Power Requirement: Input voltage 220 VAC, 50Hz a)
b. Battery powered, silence able alarm for power failure.
c. Battery charger to be integral to mains power supply, and to
charge battery during mains power operation of unit.
d. Internal, replaceable, rechargeable battery allows operation for at
least four hour in the event of power failure.
25. Should have Electrical protection, resettable over current breakers or
replaceable fuses (fitted in both live and neutral lines).
26. Any warning signs would be adequately displayed.
27. Storage condition: Capable of being stored continuously in ambient
temperature of 0 to 50 deg C and relative humidity of 15 to 90%.
28. Operating condition: Capable of operating continuously in ambient
temperature of 10 to 40 deg C and relative humidity of 15 to 90%.
29. Supplier to perform installation, safety and operation checks before
handover.
30. Training of users in operation and basic maintenance shall be provided.
Advanced maintenance tasks required shall be documented.
60.
Exa
mina
tion
table
SS
with
foots
tep
5
• Dimensions: 1830mm (L) 570mm (W), 820mm (H) ±5%
• Upper section should be : 1230mm (L) 450mm (W)X610mm (H) with
three sliding drawers with separate three doors.
• The main top frame made of rectangular tubes of 18 G ERW tubes. The
Top Frame shall be reinforced with horizontal supports at the middle
width wise (mm three).
• The top sheet made of CRCA (Ms) sheet of 18 G. double pressed bent on
three side and reinforced with angles supports at the middle. A rubber
foam padded with leather rexine cover shall be provided in 2 sections
which can be fixed by strips from underneath the table as per dimensions
of the table (64mm thickness).
• Body frame work should be from CRCA sheet.
66
S.No. Item Quan
tity Specifications
• Couch should be fitted with mild steel legs.
• Headrest should be adjustable by gas spring.
• BP apparatus tray should be provided.
• Finish should be pre-treated& powder coated.
• The materials from reputed companies shall be used.
• European CE certification or USFDA certification or BIS certification
Foot Step
• Overall appox size 505mmLx305mmW
• First Step height 230 mm & second step size 450 mm
• Step made of CRCA sheet fitted with aluminium tread flats by pop rivets
• Finish should be pre-treated epoxy powder coating
• Frame made of 1”x18G tubes fitted with PVC stumps.
• European CE certification or USFDA certification or BIS certification • Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
61.
Staff
chair
s for
OPD
and
ward
s
15
• Standard wheel / fixed chair as per colour code of hospital
62.
Nurs
ing
stati
on/
OPD
/war
d
table
5
• Standard with Crash Cart trolley, Linen Almirah, Medicine Almirah,
Computer, printer and other standard printing stationeries, chair, table
etc.
63.
Visit
or
chair
s (5
seate
r) for
waiti
ng
area
30 set
• Made up of perforated sheet, Chrome plated finish for soothing look
• Dimension 69mm L X 25 mm W X 30 mm H
64.
Deli
very
Instr
ume
nt
set
(Scis
sor,
arter
y
force
ps,
10 set
• SS Make rust free metals
• Ultrasonic Cleaned
• Dull-Polished
• ISI certification
67
S.No. Item Quan
tity Specifications
cord
clam
p,
spon
ge
holdi
ng
force
ps,
urina
ry
cath
eter,
bowl
for
antis
eptic
lotio
n,
spec
ulum
,
kidn
ey
tray)
65.
Episi
otom
y
Instr
ume
nt
set
(Epi
sioto
my
sciss
or,
kidn
ey
tray,
arter
y
force
ps,
allis
force
ps,
spon
ge
holdi
ng
force
10 set
• • • SS Make rust free metals
• Ultrasonic Cleaned
• Dull-Polished
• ISI certification
68
S.No. Item Quan
tity Specifications
ps,
need
le
hold
er,
need
le
(rou
nd
body
and
cutti
ng),
chro
mic
catg
ut
no.
0,
thum
b
force
ps)
66.
MV
A/
EVA
Instr
ume
nt
set
(Spe
culu
m,
anter
ior
vagi
nal
wall
retra
ctor,
post
erior
vagi
nal
wall
retra
ctor,
spon
ge
holdi
ng
force
8 set
• • SS Make rust free metals
• Ultrasonic Cleaned
• Dull-Polished
• ISI certification
69
S.No. Item Quan
tity Specifications
ps,
MV
A
syrin
ge
and
cann
ulas,
MTP
cann
ulas,
smal
l
bowl
of
antis
eptic
lotio
n)
67.
PPI
UC
D
Instr
ume
nt
set
(PPI
UC
D
inser
tion
force
ps,
Cu
IUC
D
380
A/
Cu
IUC
D
375
in a
steril
e
pack
age)
6 set
• SS Make rust free metals
• Ultrasonic Cleaned
• Dull-Polished
• ISI certification
68.
Outl
et
force
ps
2
• SS Make rust free metals
• Ultrasonic Cleaned
• Dull-Polished
• ISI certification
69. Digit 20 • The system should have minimum 4 digit display with 0.1 increment
70
S.No. Item Quan
tity Specifications
al
ther
mom
eter
• Should have degree Celsius and Fahrenheit display
• Measurement Accuracy: ± 0.10C (32.0 to 42.0 0C) i. ± 0.2 0 F (89.6 to
107.6 0 F)
• Measurement Range: 32.0 to 42.0 0C (89.6 to 107.60F)
• The sensing unit should be thermistor or equivalent
• Should work with a battery and lasts for a minimum measurement of
1000 readings (10 min operation each)
70.
Vent
ouse
(for
vacc
um
extra
ction
deliv
ery)
2
Should be Oil-free vacuum pump, maintenance-free
Should be High level of under-pressure- at-least 93 kPa/700 mmHg (93%
of vacuum).
Should be Simple operation by means of foil-keyboard keys with
acoustic signal and
Visual light indication of achieved under-pressure level.
Should have Very low noise level.
Should have reliable protection system against reservoirs overfilling
Should have safety vessel
Should be suitable for multi surgical and Vacuum assisted delivery
extraction mode
Should have automatic under-pressure rise
Should have Unbreakable autoclavable vessels for secretion with volume
Set of stainless steel metal cups size 40mm, 50mm, 60mm, metal
occipito-posterior cup 50mm. ( 03 each)
Set of medical grade silicon rubber cups 50mm and 60mm (03 each)
One caesarean-aid cup 50mm or more.
Cups should be compatible with all vacuum sources.
Electrical Requirement – 220-230 volts, 50Hz
Should be High suction output – at least 40 l/min
Should have possibility of all functions operation by means of foot
control
Should be provided with additional silicone suction hoses.
Should be provided with dedicated SS trolley
Should be US FDA or European CE or BIS approved.
Manufacturer or supplier should be ISO13485 certified.
•
71.
Infus
ion
pum
p
6
• Should be operated on drip rate Peristaltic finger pump method.
• Should compatible with most of the IV set (macro/micro drip sets).
• Should have the following flow rates.
• IV Set ml/hr drops/min 15 drops/ml 3~450ml/hr 1~100drops/min
20drops/ml 3~450ml/hr 1~100drops/min 60drops/ml 1~100ml/hr
1~100drops/min
• Should have a flow rate accuracy of ±10% and drip rate accuracy of
±2%. 6. Should have a volume infused display from 0 to 999.9ml.
• Should have a purge and KVO facility.
• Should have an audible and visual alarm for occlusion pressure, air
alarm, door open, empty, low battery
• Should have a LCD display with backlight and graphical display of
infusion Should have a minimum 2hr battery back up at highest delivery
rate.
• Should work with input 200 to 240Vac 50 Hz supply.
• Should have safety certificate from a competent authority CE / FDA
(US) / STQC Certificate
71
S.No. Item Quan
tity Specifications
72.
MTP
set
with
karm
on's
sucti
on
canu
la
and
MV
A
syrin
ge
2 set
• • SS Make rust free metals
• Ultrasonic Cleaned
• Dull-Polished
• ISI certification
73.
PN
steril
isati
on
4 set
• SS Make rust free metals
• Ultrasonic Cleaned
• Dull-Polished
• ISI certification
74.
Caes
area
n
Secti
on
4 set
• SS Make rust free metals
• Ultrasonic Cleaned
• Dull-Polished
• ISI certification
75.
Sutu
re
remo
val
10 set
• SS Make rust free metals
• Ultrasonic Cleaned
• Dull-Polished
• ISI certification
76. Sutu
ring
tray
10
• SS make sterilisable
77.
Ana
esthe
sia
troll
ey
and
Gen
eral
anae
sthes
ia
kit**
4 set
Boyle’s Apparatus with Monitor Module
• The Trolley should be made of Powder Coated Rigid Steel Sections,
mounted on Anti-Static Rubber Castors.
• Should be Gas Specific (Pin-Indexed) Yokes with clamping bars, two
each for Oxygen and Nitrous Oxide.
• Two Pressure Gauges each for Oxygen and Nitrous Oxide, fitted at
convenient angle.
• Completely encased, Detachable Pneumatic Circuitry.
• Twin Canister Circle Absorber System, which should be Transparent &
Reversible with swiveling facility.
• Redesigned heavy duty Pressure Regulators for efficacy and reliability --
0 2 Nos. each for Oxygen & Nitrous Oxide.
• OXYGEN FAILURE PROTECTION DEVICE (OFPD): Should works
as a true Fail-Safe-System as it should allows flow of Nitrous Oxide only
in presence of Oxygen at Rotameter Level, thus locking the flow of
Nitrous Oxide in absence of flow of Oxygen through its Rotameters.
• OXYGEN RATIO CONTROLLER (ORC): In the ORC there should be
a Slave Valve pneumatically linked to two Pressure Balancing
Diaphragms of Nitrous Oxide & Oxygen guarantees a minimum delivery
of 25% Oxygen Concentration.
• ALARM: Audio-Visual-Alarm should activated if flow of Oxygen falls
below 1LPM.
72
S.No. Item Quan
tity Specifications
• ROTAMETERS: Shouldprovidelong (230mm) Rotating Bobbin Flow
meters taper tubes, accurately calibrated in double/triple scale to ensure
accuracy and clarity in reading.
• OXYGEN:100ml/min. to 8 LPM. Nitrous: 200ml/min. to 12 LPM.
• AIRWAY PRESSURE MANOMETER:ShouldbeSwivel Type Outlet-
cum-Airway Pressure Manometer Assembly.
• EMERGENCY OXYGEN: Emergency Oxygen Flush Button Should be
provided at Table Top level on the front.
• VENTILATOR DRIVING SOURCE:A Quick-fit System Should be
provided for driving Ventilator.
• VAPORIZER:Provision for incorporating Vaporizer of Users Choice in
the Back-Bar.
• Should provide NON-RETURN CUM PRESSURE RELIEF
VALVEforMinimum risk of back flow of gases. The Relief Valve
Should blows when pressure exceeds 100 cm H2O.
• Should provide PATIENT CIRCUIT:A) Standard Magill’s Circuit-01
No.each for adult &Pediatric, B) Heidbrink Valve-01 No., C) Bag-
Mount-01 No., D) Antistatic Face Mask-02 Nos.(Adult &Pediatric), E) 2
Ltrs. Rebreathing Bag-02 Nos., F) Complete Closed Circuit 01 No..
• TABLE TOP: Guarded Table Top Should be provided with a Stainless
Steel Tray.
• DRAWER: Sufficient space should be provided in storage drawer to
accommodate all accessories.
• INSTRUMENT TRAY: Top Tray should be provided at eye level for
keeping Monitoring Equipments.
• SHOULD PROVIDE IN BUILT ACCESSORIES: like RIGID Top Tray
for Monitors load capacity 20 Kg or more.
• Two built-in self- sealing Oxygen Outlets (4.22 Kg/cm2) for driving
Ventilators etc. Space for Ventilator (Ventilator at extra cost)
• Monitor (To be kept at the top of anaesthesia Machine)
o Should be suitable for adult, paediatric, neonatal patients
monitoring.
o The monitor should be European Certified/ US FDA Approved
towards highest standard of quality.
o Manufacturer/Supplier should have ISO 13485 certificate for
quality standard.
o Should be suitable for adult, paediatric, neonatal patients
monitoring.
o Monitor should have facility to display ECG, RR, HR, SPO2,
NIBP, low perfusion state as Standard Parameters with built in
rechargeable battery backup of at least 2 hrs. & recorder for
continuous operation.
o Display : Touch Screen Colour TFT Display of size not less than
12" . Should display atleast 7 waveforms of selected parameters
simultaneously.
o It should be able to analyse arrhythmia & ST segments.
o Monitor should have large font display and inbuilt thermal
printer.
o It should be able to display the interactive relationship between
HR, Respiration & Oxygen parameters observing the respiration,
clinically termed as OxyCRG.
o Should be able to store & display data upto 120 hrs. Of graphical
73
S.No. Item Quan
tity Specifications
trends of all parameters and upto 60 events with waveform.
o The monitor should have built in facility connectivity to Central
Station through Ethernet Card.
o Provision for Universal Serial Bus port for software upgrade.
o Should have battery backup of 120 Min.
o Should have port for Central Monitor.
78.
Micr
osco
pe
bino
cular
**
2
Technical Specifications of Binocular Microscope
• A microscope with a head that has two eyepiece lenses where the two
eyepieces view through a single objective lens.
• The distance between the two eyepieces, should be adjustable to fit
individual users.
• Microscopes should be modular in the sense that the same body can be
used with different bases and vice versa.
• Microscope base should incorporate an adjustable arm or boom and
enables the body to be aligned in a variety of different positions.
• An adapter kit designed to enable a camera to fit on to the Binocular port
of the microscope (23mm or 30mm port diameter). The camera should
connects to a step ring (or T‐Mount) and then to the camera adapter.
• The C-Mount should 1” diameter, 32 TPI (threads per inch), male on the
lens and female on the camera.
• The microscope should provide an evenly illuminated field, a bright
image without glare and minimum heating of the specimen.
• Separate coarse and fine focusing knobs should be provided and should
be mounted on the same axis.
• Should provide minimum three lenses of different power, which should
be anti-fungal in property. The oil immersion should be 100X.
• The body should be such that there should be comfort while working
long hours in sitting position.
• The light source should be long lasting LED.
• The unit should come with Iris Diaphragm.
• Movement of slide should be controlled by easy to handle knobs.
• European CE certification or USFDA certification or BIS certification • Quality Certificate of manufacturer like OHSAS-18001 or ISO 9001-
14001/9001-2008/ 9001-13485 should be attached to ensure quality
79.
Semi
auto
bioc
hemi
stry
anal
yzer
**
1
• Semi Auto analyzer required for Routine Chemistries
• Measurement Procedures
o End point with or without Reagent Blank
o Kinetic with Linearity Check
o Kinetic with Linearity Check sample slope Blank
o Two point with or without Reagent Blank
o Bichromatic End point, with or without Reagent Blank
o End point with sample Blank and With or Without Reagent Blank
• Analyzer must be fully open system, having as many as 75
Programmable parameters displaying on board
• For Kinetic graph be available on screen and also on printer
• In Kinetics, it takes two reading per second and automatic Zero Setting.
• Photometric range -0.1 to 2.3 abs;
• Wavelength must cover 340 nm to 650 nm with Six Standard filters and
Additional Six Free Position for Optional Filters,
• Wavelength selection by IFL filters.
• Maximum reagent consumption should not exceed 500 ul.
• Metal with Quartz window Cross Type flow cell with Volume not
74
S.No. Item Quan
tity Specifications
exceeding 32 ul.
• Calibration Mode
o Factor, One Point, Two point & Multi Point
o Automatic on one standard Linear mode
o Automatic on up to 10 standard Non Linear mode
• Aspiration System with internal Pump of Bellows Type driven by
Stepper motor.
• Fixed Flow cell temperature 37* C by means of Peltier Element.
• Quality Control record of atleast last 30 controls measurement with on
Screen Levey-Jennings Plot.
• Two controls Per Test can be programmed
• Facility to attach external Printer
• All Test Results must be available on screen
• Instrument must have European CE or US FDA certified.
• PS 2 Type port for External Keyboard is must apart from inbuilt alpha
Numeric Keyboard.
• Real Time Clock 24 Hour System
• High Contrast Graphical LCD display
• For Operational Support
o 1 KVA Sine wave UPS with 4 hrs battery backup.
o Fixed and variable pipettes:
o Fixed range 5µl, 10µl, 50µl, 100µl, 500µl & 1000µl variable
range 2 - 20µl, 20 - 100µl, 100 - 1000µl.
16 channel Centrifuge machine.
80. Gluc
omet
er**
2
• Should have reading range/linearity from 30to 600mg/dl.
• Should have a maximum reading time of less than 10 seconds.
• Should use a min blood sample less than 1.5µl
• Should have a min memory of 50 tests; accuracy +/-10% and
reproducibility +/-5%.
• Packing of strips should be such that there are not more than 50
strips/pack. This strips should be readily available throughout the
country.
• Should have automatic code detection facility, display of sugar in Mg/dl
and not in mili moles.
• Should have LCD display
• Should be US fDA or Eu CE and BIS or ISO 13485 certified.
81.
Seru
m
bilir
ubin
omet
er**
2
• Sample volume of < 100 μL required, automatic calibration facility.
• Total bilirubin concentration measurable (at least) in range of 0 to 30
mg/dl.
• Time for total concentration measurement: ≤ 5 seconds.
• Should have filters: 455 and 575 nm (•} 2%).
• Should have error rate less than 5%.
• Should have resolution- 0.1 mg/dl.
• Automatic correction for Haemoglobin.
• Measuring cell: Direct Haematocrit capillary readings.
• Heparinized haematocrit glass capillary.
• Settings should have method to recalibrate / save current calibration, set
sample size.
• User's interface- Manual interface, Backlit display with easy viewing in
all ambient light levels.
• Inbuilt software. Convenient and quick USB interface.
• Dimensions (metric) Approx. 110 x 150 x 200 mm.
75
S.No. Item Quan
tity Specifications
• Weight (lbs, kg) 5 kg - 15 kgs
• Configuration (Ex : Compact, modular, to be fixed to walls, ceiling, etc).
• Noise (in dBA) <60dB
• Heat Dissipation: Should maintain nominal temp and the heat should be
disbursed through an cooling mechanism.
• Easy and safe transport to be possible by hand, stable when table top
mounted;
• Power Requirements 220VAC ± 10%, 50 Hz;
• Tolerance (to variations, shutdowns) Voltage corrector / stabilizer to
allow operation at ± 10% of local rated voltage.
• Other energy supplies Length of mains power cable should be at least 3
meters.
• Hard and splash-proof case to be supplied.
• Spare parts (main ones)
a. Spare/replaceable fuses - 2 sets.
b. Reagents and capillary tubes sufficient for minimum 100 tests.
c. Reagents and consumables per test should be declared.
• Consumables / reagents (open, closed system)
a. Capillary tubes, haemofluorometric reagents (e.g., aqueous cyanide
salt with stabilizers, if applicable).
b. Price of all Consumables to be mentioned.
• Operating condition: Capable of operating continuously in ambient
temperature of 10 to 40˚ C and relative humidity of 15 to 90% in ideal
circumstances.
• Storage condition: Capable of being stored continuously in ambient
temperature of 0 to 50˚C and relative humidity of 15 to 90%.
• Disinfection: Parts of the Device that are designed to come into contact
with the patient or the operator should either be capable of easy
disinfection or be protected by a single use/disposable cover.
• Should be CE (EU)/FDA (US) approved product.
• Manufacturer / supplier should have ISO 13485 certificate for quality
standard. Should have IEC 61010 certificate.
• Availability of 5Amps electrical socket.
82.
X-
ray
view
box
5
• 3 Panel Side by Side X-Ray View Box Illuminators; High quality with
aesthetic finish.
• Should have the following Standard Features:
• 1 foot fluorescent tube per panel
• Roller gravity film holding system
• Durable steel construction
• Thin 3" profile
• Chip resistant hospital white finish
• Continuous bottom film ledge
• Even view reflective system, with white acrylic translucent surface.
• Centralized cluster On/Off switching
• Optional Features:
• FAS – Film Activated Switching
• MS - Master Switch
• HGP - Hospital Grade Plug Specs: Surface Wall Mount 3 Panel Side by
Side 56" x
• 17" Viewing Area
• Overall Dimensions approx: 56" (L) 21" (H) 3 3/8" (D) (approx.)
• Illumination: 2000 cd/m2
76
S.No. Item Quan
tity Specifications
• It should be aesthetic and high quality
• Power Supply : Power input to be 220-240VAC, 50Hz
83.
LCD
32"
in
waiti
ng
area
for
IEC
2
• Aspect ratio 16:9
• Brightness 500 cd/m²
• Viewing angle (horizontal) 170 degree
• Viewing angle (vertical) 170 degree
• Display screen type LCD WXGA Active Matrix TFT
• Panel resolution at least 1366 x 768p
• Blue stretch
• Black stretch
• White stretch
• Green enhancement
• Automatic skin tone correction
• Anti-Reflection coated screen
• Ambient temperature 5 °C to 40 °C
• Mains power 90-264 VAC, 50/60 Hz
• Power consumption less than < 130 W
• Standby power consumption less than 2 W
84.
DV
D
for
abov
e
2
Standard
85.
Com
puter
s
with
UPS
&
laser
er
for
OPD
/IPD
regis
trati
on
and
other
hosp
ital
activ
ities
10
• Processor - dual core 2.4 GHz+ (i5 or i7 series Intel processor or
equivalent AMD)
• RAM - 8 GB
• Hard Drive - 320 GB or larger solid state hard drive
• Graphics Card - any with DVI support - desktop only
• Monitor - 23" widescreen LCD with DVI support
• Operating System - Windows 7 Professional with Service Pack 1 or
Apple OS X 10.10.3 or higher version
• DVD+/-RW drive
• PORTS – Four USB, Type A receptacles, USB 2.0 compliant, one serial,
RS-232, 9-pin mini-DIN
• LAN – One standard 10/100/1000 BaseT Ethernet, RJ-45, option for two
• PCI EXPANSION – Two PCI expresssminicard slots, (cards must be
installed at factory)
• DisplayPort Video output for direct digital connection to secondary LCD
monitors
• Additional USB Port
86.
2
KV
A
sine
wav
e
inver
4
• Output Power: 2 KVA
• Voltage: more than 24 V
• Technology: IGBT based PWM technology or equivalent
• Wave Form: Sine Wave
• Recharge Time: 6 Hr(s)
• Minimum back up of 3 hours for OT and labour rooms
77
S.No. Item Quan
tity Specifications
tor
with
mini
mum
3
hour
s
back
up
for
O.T.
and
labo
ur
roo
m**
87.
Colo
ur
ultra
soun
d
mac
hine
Mob
ile –
For
Scre
enin
g
Purp
oses
**
2
• The system should be state-of-the-art model and all digital beam former
for superior image quality with integrated light weight mobile cart.
• The system should have General Sonographic and Vascular applications
• Should have 15” or more high resolution TFT/LCD monitor with tilt and
swivel facility and should be able to view in all angles and all light
conditions
• Should have three active ports, switchable electronically for Probe
selection.
• Should have an alpha-numeric keyboard with easy access scan controls
and track ball.
• Should have operating frequency of 2-5 MHz broadband Convex probe
for general
imaging.
• Should have 8-12 MHz broadband Linear Array probe for Vascular
imaging.
• The machine should have cardiac package and the rate for Cardiac Probe
(2-4 MHz
• broadband phased array sector probe)
• Should have 4-9 MHz broadband Trans-vaginal Probe of FOV 1200
• Should have for 4-9 MHz broadband side firing Trans-Rectal Probe
• Should have independently selectable gain control.
• Should have 2D, M-Mode, Power Doppler, Pulsed Wave Doppler and
Colour Doppler.
• Triplex imaging display modes on all probes
• Should have Tissue Harmonic Imaging.
• Should have color flow imaging
• The system should have extensive calculation software package for
General ultrasonographic imaging, vascular imaging and obstrectics and
gynaecology including NT measurement.
• The system should have provision for measurement and calculation of
distance, area, volume and circumferences on the image.
• The system should have dedicated reporting pages for all the
applications.
• Should have patient reporting page with embedded images.
• The system should have minimum 256 grey scales or more.
• The system should have facility to store images in a hard disk of capacity
78
S.No. Item Quan
tity Specifications
more than 150GB.
• DICOM output facility without additional Hardware or software.
• The system should have dedicated reporting pages for all the
applications.
• Unit should function with 200-240Vac, 50/60 Hz input power supply.
• Should have a CD/DVD writer and option to connect external printer.
• Should have DICOM compatibility without additional hardware.
• Voltage corrector / stabilizer to allow operation at ± 15% of local rated
voltage. Use of SMPS to correct voltage.
• Electrical protection, resettable over current breakers or replaceable fuses
(fitted in both live and neutral lines).
• The system should have following documentation devices
a. Laser color printer for color image printing.
b. B/W Thermal printer of latest model
c. Glazed thermal paper rolls 50 no. & 10 rim of Glossy paper sheet.
d. Online UPS for power back up of minimum 30 minutes
e. 50 nos. of DVDs to be supplied
• Disinfection: Parts of the Device that are designed to come into contact
with the patient or the operator should either be capable of easy
disinfection or be protected by a single use/disposable cover.
• Standards & Safety :
a. Should be US FDA and European CE approved product.
b. Manufacturer and Supplier should have ISO 13485 certification
for
Quality standards.
c. Electrical safety conforms to the standards for electrical safety
IEC 60601-
General requirements
d. Shall meet internationally recognized for Electromagnetic
Compatibility
(EMI/EMC) for electro medical equipment: 61326-1.
e. Certified to be compliant with IEC 61010-1, IEC 61010-2-40 for
safety.
• Manufacturer/supplier should have ISO 13485 certificate for quality
88.
Dies
el
Gen
erato
r Set
125
KV
A**
1 • Radiator cooled engine, Dry Type
• With all standard features like Alternator, control panel, Mounting
arrangement, etc.
• Silencer: Hospital grade silencer suitably optimised to meet stringent
noise emmission standards laid down by MoEF/CPCB
89.
Dies
el
Gen
erato
r Set
62.5
KV
1
• Radiator cooled engine, Dry Type
• With all standard features like Alternator, control panel, Mounting
arrangement, etc.
• Silencer: Hospital grade silencer suitably optimised to meet stringent
noise emmission standards laid down by MoEF/CPCB
79
S.No. Item Quan
tity Specifications
A**
90.
Fire
extin
guis
her
(Drt
che
mica
l) **
20
• Marked with BIS – 2171 mark.
• The extinguisher should be as per IS:13849 (latest version) and ISI
marked copy of BIS certificate should be submitted
• Capacity: 5 Kg filled with 5Kg Dry Chemical Powder (MAP 90%)
• The extinguisher should be stored pressure type, pressurized with Dry
Nitrogen gas in accordance with IS 1747. The pressure gauge should also
have Red / green marking corresponding to the pressure requirements.
• The cylinder –inner surface should be coated with lead tin alloy for
anticorrosive treatment.
• It should be fitted with best quality squeeze grip control valve having
stopper to avoid accidental pressing of squeeze grip.
• The hose should be fitted directly to nozzle having other end connecting
to control valve.
• Suitable wall hanging arrangement should be provided in the body of
each extinguisher and clamps shall be sent with supply.
• Materials of Construction: (i) Extinguisher Cap: Wheel type made up of
Chromium plated Gun Metal / Stainless Steel (ii) Neck Ring & Filler
opening: Seamless M.S pipe of grade BIS – 1239 firmly secured with
welding. Filler opening shall be 88 mm. (iii) Syphon Tube : Mild Steel
(iv) Discharge Nozzle: Squeeze grip type made up of superior quality
ABS plastic imported Derlin type. (v) Safety clip: Made of MS firmly
secured with chain to cap
• Painting: Fire Red shade no 536 conforming to BIS 5/1978
• Powder: Dry chemical Powder (IS Mono Ammonium Phosphate # MAP
90%)
• Anticorrosive treatment for complete resistance against corrosion
• Extinguisher shall be marked as specified in BIS – 2171
• Test Certificate : MAP 90% powder, Hydraulic Test, Performance Test
along with supply
91.
Fire
extin
guis
her
(CO2
) **
15
• Should have a Capacity of at least 6 Kg.
• Should be applicable for Class B and C fires.
• Should be mounted on a Trolley for easy movement.
• Extinguishing Agent shall be Carbon dioxide Gas.
• Should have Squeeze grip for easy operation and no hand injuries due to
ice freezing.
• Should have controllable discharge mechanism.
• Should have a minimum throwing distance of 2 meters for extinguishing
agent.
• Should have ISI Certification.
• The sheet metal should have a thickness of at least 4.5mm
• Should have warranty for at least 1 Year.
• Any refill required for the unused cylinders during the warranty period
shall be done free of cost.
The pressure maintained inside the extinguisher should be 10 bars
92.
Heig
ht
meas
urin
g
stan
d
4
• Wall Mounted
• Up to 2 meters height
• Measurement in centimetres only not in inches
80
S.No. Item Quan
tity Specifications
93.
Bloo
d
stora
ge
refri
gerat
or**
1
• Should be able to accommodate 120 numbers standard blood bags for
each of 350 ml capacity
• Temperature should maintain between +2º C to +6 ºC.
• Should be provided with a temperature recorder (weekly chart recorder).
• The unit should be mounted on wheels.
• The external cabinet should be of rust proof material and have internal
SS sheet and should have sliding trays made of stainless steel.
• Should have an inner plexi door for each compartment separately for
easy viewing the blood bags. Outer lockable double glass door with air
gaps
• Should have a digital sensor dipped in liquid/air medium
• Should have a display for temperature.
• Internal temperature hold overtime in case of power failure should be at
least 1 ½ hrs.
• Should have an internal light.
• Should have visual, audible indication for door open, high and low
temperature and power on.
• Alarm system should be incorporated with battery backup for minimum
2 hrs.
• Should have a vertical cabinet.
• Should have a CFC free, Urethane foam insulation (50-90mm) to protect
cabinet from ambient temperature fluctuations
• System should have a positive forced air circulation to maintain
temperature uniformity at all shelf levels with +/- 1degC.
• Should have sensors for activating automatic defrost cycles to minimize
the frost build up.
• Should be provided with a voltage stabilizer (external or inbuilt) of
appropriate ratings.
• Should operate on mains 220-240Vac, 50 Hz single phase.
• Temperature recording chart and ink pen for 5 years shall be supplied
free of cost.
• Equipment should have brand name / model number embossed/ etched
on the equipment.
• All the technical specifications accepted in the compliance statement
must be supported by Original Literature from the firm/ O.E.M with
Highlighting, Numbering & flagging.
• Standards & Safety :
a) Should be US FDA or European CE approved.
b) Relevant IEC-60601-Part 1 & 2, certificates by a notified agency
c) Manufacturer/Supplier should have ISO 13485 certificate for quality
standard.
94.
Tran
sport
venti
lator
**
1
1. Ventilation modes: -
a. Volume Controlled mode.
b. Pressure Controlled mode
c. Asst. Controlled mode.
d. SIMV(VC/PC)
e. Pressure Support
f. CPAP and PEEP
g. Shall have NIV in all modes.
81
S.No. Item Quan
tity Specifications
2. Tidal volume - 100 – 2000 ML (Adult patient)
a. Respiratory rate - 0 – 60 BPM.
b. Inspiratory Pressure - 4 – 50 cm H2O.
c. Oxygen Concentration - 21 –100 %
d. Audible alarms for low pressure, apnoea, high-pressure, high
respiratory rate circuit disconnection.
3. Standard Accessories (with each machine):
a. Patient circuit (Adult) - 1 complete set, reusable
b. O2 Pressure Regulator - 1 No.
c. Hose for O2 connection - 5 mts.
d. Test lung - 1 No.
e. Shall supply with all other accessories necessary to operate the
ventilator.
f. NIV Mask -1No(Adult Reusable)
4. Power Source
a. 220/240 V Ac 50 Hz supply
b. Internal battery (maintenance free) with 2.5 hours minimum
operating
5. Mounting
a. Provision for mounting on trolley & bedrail with necessary clamps.
Should have carry handle/ provisions for transport easily
6. Should not have ventilator circuit with multiple tubing which is not easy to
assemble
or re-assemble.
7. Should have trigger setting facility for pressure/flow.
8. Should be electrically driven to prevent wastage of gases and to avoid dry
run.
9. Patient circuit – 10 nos disposable should be supplied along with the
machine.
10. The ventilator shall be able to monitor VTE, VTi, RR, FiO2, NVE, Pif, I:E
Ratio,
graphs – V-T/P-T/F-T( at least one)
11. Shall have weight <10kg
12. Oxygen – input either low pressure or high pressure. in case of low pressure,
FiO2
shall be able to set more than 0.9.
13. Standards & Safety :
a) Should be FDA (US) and CE (EU) notified body approved
b) ISO 13485;2003; IEC-60601-1-2; ISO 15001-2010 (Anestheric&
respiratory equipment- compatibility with oxygen). Certificate Of
approval for transport ventilator.
c) Manufacturer/Supplier should have ISO 13485 certificate for quality
standard.
14. Documentation:
a) User, technical, maintenance and service manuals to be supplied
along with machine diagrams.
b) List of equipment and procedures required for local calibration and
routine maintenance.
c) Certificate of calibration and inspection.
15. Any warning signs would be adequately displayed.
16. Storage condition: Capable of being stored continuously in ambient
82
S.No. Item Quan
tity Specifications
temperature of 0 to 50 deg C and relative humidity of 15 to 90%.
17. Operating condition: Capable of operating continuously in ambient temperature
of 10 to 40 deg C and relative humidity of 15 to 90%.
18. Training of users in operation and basic maintenance shall be provided.
Advanced maintenance tasks required shall be documented.
95.
Tran
sport
venti
lator
(Neo
natal
) **
1
• Mountable transport ventilator (Neonate/Paediatric).
• Invasive Modes (CMC and SIMV) and Non-invasive Mode (CPAP)
• Pressure controlled - Pressure upto 15mmHg.
• Respiration Rate upto 40.
• There should be two FiO2 setting range between 21% and 100%. Setting
100% FiO2 should be mandatory.
• PEEP 0-20 cm of water.
• Trigger sensitivity - Pressure.
• The associated cylinder (to be supplied along with the machines) should be
such that it could be locally filled.
• Oxygen Cylinder connector (to be supplied along with the machines) should
be compatible with ventilator.
• Audio and visual alarm for disconnection and high pressure.
• The device should be capable of operation in various environments such as
Emergency, Ambulance, Aircraft, Hospital and MRI.
• The device should be MRI conditioned up to 3 Tesla, 430 G/cm.
• User interface should be automatic.
• Weight should be less then 8kgs.
• Should have audio visual alarm for disconnection and high pressure.
• Power Requirement: 220to240V,50Hz;electricity
andbatterydriven;shouldbecompatible
withambulancepowersupplysystemwithotherlifesavingequipmentsrunni
ng parallelintheambulance.
• Battery backup should be atleast 6hrs.
• Tolerance ± 10% of input
• Should have OVP Protection and earth leakage protection.
• Power consumption : <140 Watt.
• Accessories: Full face mask, 4 reusable breathing circuit of silicone
material (2 for pediatric and 2 for neonates), carry bag, ventilator
connecting tubes.
• Standards &Safety : Should be FDA (US) and CE (EU) notified body
approved
• ISO 13485;2003; IEC-60601-1-2; ISO 15001-2010 (Anestheric&
respiratory equipment- compatibility with oxygen). Certificate
• Manufacturer/Supplier should have ISO 13485 certificate for quality
standard.
• Any warning signs would be adequately displayed.
• Storage condition: Capable of being stored continuously in ambient
temperature of 0 to 50 deg C and relative humidity of 15 to 90%.
83
S.No. Item Quan
tity Specifications
• Operating condition: Capable of operating continuously in ambient
temperature of 10 to 40 deg C and relative humidity of 15 to 90%.
96.
Defi
brill
ator*
*
2
• US FDA or Eu CE notified body approved
• Biphasic, Manual and AED with voice prompt, compact and light weight
• Energy selection 5J to 200J in steps. 3. Momentary energy selection
access on front panel.
• Should have adult and paediatric paddles integrated on same handle
• Momentary charge key on front panel and on the apex hand.
• Monitor should display selected and delivered energy
• Should have disarm facility.
• Energy should be delivered within 30ms after the detected R wave in
synchronization mode.
• Charging time maximum 5 sec for 200J.
• Should have battery back up for 50 discharges of 200J.
• Should have ECG inputs through paddles or 3 lead cables.
• Should have display for selected ECG input source(I, II, III, paddles)
• Lead off message should appear with alert tone.
• Amplitude gain of ECG waveform should be adjustable
• Should have display for heart rate.
• Should have alarm for high and low HR.
• Should have an inbuilt thermal recorder.
• Should have enable/disable option for printer.
• Should supply 2 bottle of jelly, 12 roll of thermal paper.
• Should supply three pairs of AED pads 21.Should operate on mains
230V, 50Hz
97.
Port
able
ultra
soun
d**
1
• System should weight: not more than 7.5 kgs with battery and one single
regular probes
• System should be preferably spill proof and fluid resistant for easy to
clean and disinfect
• System cold start up time off to on not more than 90 second
• Architecture: all digital broadband
• Should have dual imaging
• Should have zoom capability
• Should have dynamic range & gain
• Should have S-Video (in/out) for record & playback
• Should have RGB or DVI output to external LCD display
• Should have composite video output (NTSC/PAL) or HDMI to Video
printer or external LCD display
• Should have minimum of 2 USB ports for data transfer
• System should work both in AC power and battery
• System should have minimum battery backup of 1hr on fully charged
condition
• System should be compatible for TEE/TOE, and should support both in
A/C Mains and in battery
• AC: Universal Power adaptor, 110-240 VAC, 50/60Hz input II.
• The equipment must be capable of operating in B mode, M Mode, Color
Doppler, Pulsed Wave and Continuous Wave modes. It must support
transducers with linear, phased array and curved array formats.
• It must include a fully array of measurement and calculation packages.
The specific requires for this equipment are the following;
o Beam Former: universal digital broadband former accepting
routine phased array sector, convex, and linear probes
84
S.No. Item Quan
tity Specifications
o Monitor: should have high-resolution medical grade monitor not
less than 10” with adjustable display contrast
o Digital processing channels: at least 128 channels
o Gray scale: system should have a minimum of 256 gray levels
with system dynamic range to be at least 100 Db
o Display modes: with B, 2B, M, PW, HPRF/CW and Color
Doppler with Power Doppler, Tissue Harmonic should be
available on convex and phased array probes, steering on color /
PW modes on linear probe should be available
o Cine review: standard cine memory providing minimum 200
frames on 2D mode and up to 60 seconds Doppler cine
o System should be capable of handling 2-15 MHz – multi
frequency imaging with independent selection of
2D/Color/Spectral Doppler frequency should be offered 8. Image
optimization on B and M modes: System should have the
following:
Up/down & right/left image rotation
Multiple steps of edge enhancement settings
Up to 25cm depth.
Levels of persistence
o Measurements and calculations
System should have at least 4 calipers with depth
information and extensive, customizable measurement
and report packages
Distance, area, % stenosis on B mode c. Distance, Time,
Heart Rate, slope on M mode d. Velocity, acceleration
time, slope, PI, RI, S/D Ratio with Auto Doppler on
Doppler mode
o Transducers:
Supported by this system should include multi frequency,
broad brand, linear array 6- 12MHz transducer for,
vascular, musculoskeletal, nerve and superficial imaging
Transducers supported by this system should include
multi-frequency, broadband phased array transducer 2-4
MHz for cardiac, abdominal, and obstetrics imaging.
o Machine should be supplied with a convex probe (2-5 MHz) as
standard
o Should be US FDA or Eu CE notified body approved
o Manufacturer should have ISO 13485
98.
3-D
Ultra
soun
d –
High
End
for
Diag
nosti
cs**
1
Specification of colour Doppler Ultrasound Machine
• It should be State of the art new generation technology, ergonomically
designed integrated trolley mounted Digital Ultrasound Unit with Color
Doppler facility & should be capable of performing imaging application
of abdomen, Obstetrics, Gynaecology, cardiac paediatric, fetal cardiac,
small parts, vascular etc.
• The system should incorporate facility for High resolution 2D, M Mode
PW, CW, Color Flow imaging, Color Power Anzio Imaging, Directional
Color Power Doppler Imaging mode. System should have Triplex Modes
all three modes B &Color Live Mode, M mode.
• System should have 4D scanning facility and elastography facility with
elastography quantification for better initial scanning of melignant
patients.
85
S.No. Item Quan
tity Specifications
• The system should have facility of tissue harmonic imaging, trapezoidal
imaging &Spatial compound imaging.
• The system should have Zoom facility on live and freeze image.
• The system should have touch panel operation facility along with Key
board for fast working
• All transducers should have Broad Bandwidth Beam former technology
for extreme High Resolution 2D/3D Imaging. Frequency range of
Transducers should be 2 to 15 MHz or more.
• The System should be equipped with speckle noise suppression function
( or equivalent facility with different name). Such function should be
visible on the screen.
• Facility for independent steering of color beam on liner probe.
• The system should provide 188 dB or more full input dynamic range.
• Should have one touch image optimization & automatic real-time
Doppler tracing.
• System should have a High resolution LCD Monitor of medical grade of
17 inches or more with anti-glare & maximum viewing angle facility.
• System should have facility of panoramic view imaging.
• The system should have touch pannel 10' screen for better and easy
operation of machine.
• Machine should have at least 3 active general transducer ports.
• System should have Image management facility for direct storage of
Images and loops in the hard Disk Drive.
• Should have in built at least 320 GB HDD or more to store images and
cine loops.
• Archive-should have inbuilt DVD-RW, USB Drive with the facility to
transfer images.
• Should direct connectivity to color inkjet printer for printing images &
report.
• Should have high frame rates more than 800 FPS.
• Should have Digital Processing channels of 84000 or more.
• Grey scale (min 256 or more).
• System should have scanning depth of 34 cm or more.
• The system should have automatic quantification of Doppler Parameters
to display user selected measurement.
• DICOM 3.0 including storage, print and send facility to be quoted as
standard.
• The System should be compatible of the supporting different types of
probes including, convex, micro-convex, linear, sector/phase, array and
transvaginal/ transrectalprobe for wider application requirements which
should be supported by original database, user manual & catalogue.
• Cine-loop should be 600 loops/60 sec.
• The accessories to be supplied as standard supply with the unit are:
o Color Photo Printer
o Suitable online UPS with 20 min. backup and
o Thermal Printer
• The quoted model should be US FDA approved, Requisite certificate
should be attached.
• The Equipment should be offered with the following standard probes:
o Multi frequency Convex probe of 2-5 MHz, or better
o Multi frequency Linear probe of 4-10 MHz, or better
o Multi frequency TV/TR probe of 4-8 MHz, or better
86
S.No. Item Quan
tity Specifications
o Multi Frequency cardiac phased array probe of 2-4 MHz or better
99. X-
ray 1
Specifications of Mobile X-Ray Machine 100 mA
• Radiography Rating: 15-60mA stations 40 KVP to 100 KVP in steps of 5
KVP each.
• Output: 3.5 KW
• Rectification: Full wave rectified High Frequency 40 KHz
• Timer: Electronic Solid State in 24 Steps 0.01 to 3 Sec.
• Digital Display: Digital Display to mAs. & KV
• X-Ray Tube: BEL DSA-3/Imported, Focal Spot Focal spot 1.4 mm²
• Power Supply: 230 Voltages AC, 15 Amps
• Requirement: 40 Hz, Single Phase
• Line Regulation: 10% 0.6 Max
• Protection: Electronic over-load protection
• Tube Stand: Counter Balanced/ Spring Balanced Mobile stand, should be
easily Transported in elevators/lift because of low height.
• Mobility: High Mobility
• AERB Approved and Eu CE approved & ISO 13485 certified
87
SECTION VI: Notes to Bidders on the Preparation of Sample Forms The Purchaser has prepared the forms in this section of the Bidding Documents to suit the specific requirements of the procurement. In its bid, the Bidder MUST use these forms (or forms that present in the same sequence substantially the same information). If the Bidder has a question regarding the meaning or appropriateness of the contents or format of the forms and/or the instructions contained in them, these questions should be brought to the Purchaser’s attention as soon as possible during the bid clarification process, by addressing them to the Purchaser in writing pursuant to ITB Clause 7. The Purchaser has provided explanatory text and instructions to help the Bidder prepare the forms accurately and completely. The instructions that appear directly on the forms themselves are indicated by use of typographical aides such as italicized text within square brackets. In preparing its bid, the Bidder MUST ensure all such information is provided and that the typographical are removed or corrections signed by the authorized signatory.
88
Sample Forms
1 Bid Form……………………………………………
2 Price Schedule………………………………………
3 Earnest Money Deposit (EMD) Form………………
4 Form of Contract Agreement……………………….
5 Performance Security Bank Guarantee……………..
6 Manufacturer’s Authorization Form…………………
7 Proforma for Performance Statement…………………
8 Letter for Authorization for Tender Opening…………
9 Consignee Receipt Certificate………………………..
10 Performa of compliance statement of Desired
Specification
11 Check List Format…………………………………….
89
1. Bid Form
Date: [insert: date of bid] [Purchaser specify: “IFB No.: [number]”] [Insert: name of Contract] To: [Purchaser insert: Name and address of Purchaser] Dear Sir or Madam: Having examined the Bidding Documents, including Addenda Nos. [ insert numbers ], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver the Goods under the above-named Contract in full conformity with the said Bidding Documents for the sum of Rs. __________ (hereinafter called “the Total Bid Price”) or such other sums as may be determined in accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price Schedules attached herewith and are made part of this bid. We undertake, if our bid is accepted, to deliver the Goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our bid is accepted, we undertake to provide an advance payment security and a performance security in the form, in the amounts, and within the times specified in the Bidding Documents. We agree to abide by this bid, for the Bid Validity Period specified in Clause 18 of the ITB and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period. Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any bid you may receive. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.
We confirm that we comply with the eligibility requirements as per ITB Clause 3 of the bidding documents. We understand that you are not bound to accept the lowest or any bid you may receive. Dated this [ insert: number ] day of [ insert: month ], [ insert: year ]. Signed: Date: In the capacity of [insert: title or position] Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]
90
2. Price Schedule
Note: - Price bid must be quoted in prescribed format otherwise will not be accepted.
S. No. Description Each Unit
Price
Total
Qty.
Total
Amount
Name of manufacturer’s
Complete Equipment with quantity as per technical bid
compliance statement
A Rate F.O.R. Destination / Net FOB
B Excise Duty
C Packing & Forwarding Insurance & Freight
D Net CIF Value
E Net Price CIF Value /FOR destination (A +B+C+D)
F Custom Duty @.........../VAT @...........
G Total price FOR destination with Custom duty /VAT
H Warranty – The warranty period of equipment shall be three years for equipments costing less than one Crore and five years for equipments costing more than one Crore from date of installation.
I Five Years CMC: The supplier should quote the rates for Five years
comprehensive annual service maintenance charges after
completion of warranty period. The comprehensive maintenance
charges include all type of spares & labor charges during
operation/ maintenance of the machine.
I-1 First Year CMC charges I-2 Second Year CMC charges I-3 Third Year CMC charges I-4 Fourth Year CMC charges I-5 Fifth Year CMC charges
J Total 5 years CMC Price K Service tax @ ………………..(Five Year CMC Price) L Total 5 years CMC price inclusive of Tax Equipment price F.O.R (G+H+L) inclusive of tax
Signature of Bidder
Name
Place: Date: Business Address
Seal of Bidder
91
3. Earnest Money Deposit (EMD) Form
Date: [insert: date] IFB: [insert: name and number of IFB] Contract: [insert: name and number of Contract] To: [insert: name and address of Purchaser] WHEREAS [insert: name of Bidder] (hereinafter called “the Bidder”) has submitted its bid dated [insert: date of bid] for the performance of the above-named Contract (hereinafter called “the Bid”) KNOW ALL PERSONS by these present that WE [insert: name of bank] of [insert: address of bank] (hereinafter called “the Bank”) are bound unto [insert: name of Purchaser] (hereinafter called “the Purchaser”) in the sum of: [insert: amount], for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this [insert: number] day of [insert: month], [insert: year]. THE CONDITIONS of this obligation are the following: 1. If, after the bid submission deadline, the Bidder
(a) Withdraws its bid during the period of bid validity specified by the Bidder in the Bid Form, or (b) Does not accept the Purchaser’s corrections of arithmetic errors in accordance with the
Instructions to Bidders; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity
(a) Fails or refuses to sign the Contract Agreement when required; or (b) Fails or refuses to issue the performance security in accordance with the Instructions to Bidders.
We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due it, owing to the occurrence of any one of the two above-named CONDITIONS, and specifying the occurred condition or conditions. This guarantee will remain in full force up to and including [insert: the date that is 30 days after the period of bid validity], and any demand in respect thereof must reach the Bank not later than the above date. For and on behalf of the Bank Signed: Date: In the capacity of: [insert: title or other appropriate designation] Common Seal of the Bank
92
Form – 4 Form of Contract Agreement THIS CONTRACT AGREEMENT is made the _______day of ________________ [month and year purchase] and between the ________________________________________________________________ [Name of Purchaser] on behalf of Governor of Uttar Pradesh (hereinafter referred to as the ‘Purchaser’) and ________ _____ __
_____________________________________________[ Name of Supplier ], having its principal place of business at _________________________________________________________________
________________________________________[ address of Supplier ] (hereinafter referred to as the “Supplier) on the other part. WHEREAS the Purchaser invited bids for certain goods and ancillary services, viz., [insert: brief description of goods and services] and has accepted a bid by the Supplier for the supply of those goods and services in the sum of [insert: contract price in words and figures] (hereinafter called “the Contract Price”). NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to
them in the Conditions of Contract referred to. 2. The following documents shall constitute the Contract between the Purchaser and the Supplier, and
each shall be read and construed as an integral part of the Contract:
(a) This Contract Agreement
(b) General Conditions of Contract
(c) Special Conditions of Contract
(d) Technical Requirements (including Functional Requirements and Implementation Schedule)
(e) The Supplier’s original Techno-commercial and Price bid
(f) The Schedule of Requirements
(g) The Purchaser’s Notification of Award
(h) [Add here: any other documents]
3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods
and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
Brief particulars of the goods and services which shall be supplied/provided by the Supplier are as
under:
______________________________________________________________________________
SL. BRIEF DESCRIPTION QUANTITY TO UNIT TOTAL DELIVERY NO. OF GOODS BE SUPPLIED PRICE PRICE TERMS ______________________________________________________________________________
______________________________________________________________________________
TOTAL VALUE:
93
Delivery Schedule: For and on behalf of the Purchaser Signed: In the capacity of [insert: title or other appropriate designation] In the presence of
For and on behalf of the Supplier Signed: In the capacity of [insert: title or other appropriate designation] In the presence of CONTRACT AGREEMENT Dated the [insert: number] day of [insert: month], [insert: year] BETWEEN [Insert: name of Purchaser], “the Purchaser” And [Insert: name of Supplier], “the Supplier”
94
5. Performance Security Bank Guarantee
(Unconditional)
Date: [insert: date]
IFB: [insert: name or number of IFB]
Contract: [insert: name or number of Contract]
To: [insert: name and address of Purchaser] Dear Sir or Madam: We refer to the Contract Agreement (“the Contract”) signed on [insert: date] between you and [insert: name of Supplier] (“the Supplier”) concerning the supply and delivery of [insert: a brief description of the Goods]. By this letter we, the undersigned, [insert: name of bank], a bank (or company) organized under the laws of [insert: country of bank] and having its registered/principal office at [insert: address of bank], (hereinafter, “the Bank”) do hereby jointly and severally with the Supplier irrevocably guarantee payment owed to you by the Supplier, pursuant to the Contract, up to the sum of [insert: amount in numbers and words]. This guarantee shall be reduced or expire as provided for by GCC Sub-Clause 5.4. We undertake to make payment under this Letter of Guarantee upon receipt by us of your first written demand signed by your duly authorized officer declaring the Supplier to be in default under the Contract and without cavil or argument any sum or sums within the above-named limits, without your need to prove or show grounds or reasons for your demand and without the right of the Supplier to dispute or question such demand. Our liability under this Letter of Guarantee shall be to pay to you whichever is the lesser of the sum so requested or the amount then guaranteed under this Letter in respect of any demand duly made under this Letter prior to expiry of this Letter of Guarantee, without being entitled to inquire whether or not this payment is lawfully demanded. This Letter of Guarantee shall be valid from the date of issue until the date of expiration of the guarantee, as governed by the Contract. Except for the documents herein specified, no other documents or other action shall be required, notwithstanding any applicable law or regulation. Our liability under this Letter of Guarantee shall become null and void immediately upon its expiry, whether it is returned or not, and no claim may be made under this Letter after such expiry or after the aggregate of the sums paid by us to you shall equal the sums guaranteed under this Letter, whichever is the earlier. All notices to be given under this Letter shall be given by registered (airmail) post to the addressee at the address herein set out or as otherwise advised by and between the parties hereto. We hereby agree that any part of the Contract may be amended, renewed, extended, modified, compromised, released, or discharged by mutual agreement between you and the Supplier, and this security may be exchanged or surrendered without in any way impairing or affecting our liabilities hereunder without notice to us and without the necessity for any additional endorsement, consent, or guarantee by us, provided, however, that the sum guaranteed shall not be increased or decreased. No action, event, or condition that by any applicable law should operate to discharge us from liability hereunder shall have any effect, and we hereby waive any right we may have to apply such law, so that in all respects our liability hereunder shall be irrevocable and, except as stated herein, unconditional in all respects. For and on behalf of the Bank Signed: Date: In the capacity of: [insert: title or other appropriate designation] Common Seal of the Bank
95
Form – 6
6. Manufacturer’s Authorization Form (Manufacturer’s or Producer’s letterhead)
To: [insert: name of the Purchaser] WHEREAS [ name of the manufacturer or producer ] (hereinafter, “we” or “us”) who are established and reputable manufacturers or producers of [ name and/or description of the Goods requiring this authorization ] (hereinafter, “Goods”) having production facilities at [ insert: address of factory ] do hereby authorize as Indian Agent [ name and address of Bidder ] (hereinafter, the “Bidder”) to submit a bid, and sign the Contract with you against IFB [ title and reference number of the Invitation for Bids ] including the above Goods produced by us. We hereby extend our full guarantee and warranty for the above specified Goods against these Bidding Documents. For and on behalf of the Manufacturer or Producer Signed: ___________________________________________________________ Date: ______________________________________ In the capacity of [title, position, or other appropriate designation] and duly authorize to sign this Authorization on behalf of [name of manufacturer or producer]
Note: This letter of authority should be on the letter head of the manufacturers and should be signed by a person competent and having the power of attorney to legally bind the manufacturer. This should be included by the bidder in its bid, failing which bid can be treated as non responsive.
96
Form – 7
7. Proforma for performance statement
(For a period of last five years)
Bid No: ___________ Date of Opening: ______________ Time :_____________Hours
Name of the Firm :____________________________________________________
Order Placed By Order No. Description and quantity Value of order Date of completion of delivery Remarks indicating Was the supply of Goods
(Full address of and Date of ordered Goods As per contract Actual reasons for late Satisfactory?
Purchaser) delivery, if any (Attach a certificate from
the Purchaser/Consignee)
Signature and seal of the Bidder
97
8. LETTER OF AUTHORIZATION FOR ATTENDING BID OPENING (To reach the Purchaser before date of bid opening)
To
_________________
________________________
________________________
________________________ (Name and address of Purchaser) Subject: Authorisation for attending bid opening on ________________________________ (date) in the
Tender of _________________________________________________________. Following persons are hereby authorised to attend the bid opening for the tender mentioned above on behalf of ______________________________________________ (Bidder) in order of preference given below. Order of Preference Name Specimen Signatures
I. II. Alternate Representative Signatures of bidder Or Officer authorized to sign the bid Documents on behalf of the bidder. Note: 1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is
restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend.
2. Permission for entry to the hall where bids are opened may be refused in case authorization as
prescribed above is not recovered.
***
Photo Attested
98
9. CONSIGNEE RECEIPT CERTIFICATE
(To be given by consignee and the user of the item)
The following stores has / have been received in good condition: Name of item supplied
Name of the Supplier / Manufacturer
Quantity supplied
Place of destination
Name and Address of the Consignee along with tel. no. and fax no.
Date of receipt by the Consignee
Stock Book page no. where the items have been entered
Signature of Authorized Representative of Consignee with date
Name and designation of the authorized representative
Seal of the consignee
Note: In case of Hospital the In charge of the hospital concerned would be treated as consignee. In case of office (other than hospital), the office in charge of the office would be treated as consignee. (Hospital / Office In charge) (User of the item)
99
10. Proforma of compliance statement of Desired Specification Details of offered model:
Tender Specification as specified in bid document
Actual Specification of offered model
Technical bid document reference page No. which confirms the data /statement mentioned in column 3
1 2 3 Equipments
( As per above specification)
Signature & Seal of bidder Note: - 1-Compliance statement of offered item must be supported by documents e.g. original technical data sheet, original catalogue etc. 2-Bidder must submit affidavit declaring that the quoted product fully matches all tender specification. Any mismatch/deviation in specification is sufficient to reject offer at any stage.
100
11. AFFIDAVIT
‘Notarized on Rs. 100/- Non Judicial stamp paper’
UNDERTAKING
I ……………………………… S/o ………………………………………………. resident of
……………………………… …………………........................................do solemnly affirm:-
That I am the Director/proprietor / partner/authorized signatory (tick the appropriate
one) of M/s. ………………………………………………situated at ……………………….
That my/our firm/company/corporation has participated in tender no. _________________of
Director General Medical & Health, UP, Lucknow and I am executing this Undertaking for
myself and on behalf of my/our firm/company/corporation.
1. That our firm / company / corporation and any of its Directors / Proprietor / Partner /
authorized signatories has not been convicted / or a CBI/vigilance/criminal case filed
against us or pending in any court of India by any department of the government under
Prevention of Corruption Act or for cheating / defrauding government / embezzlement of
government fund or for any criminal conspiracy in the said matters.
2. That our firm/company/corporation is not currently under conviction for
manufacturing/supplying sub-standard products or on any other grounds under.
3. That I have read the terms and conditions of the tender and I agree to abide by these
terms and conditions and other guidelines issued in this regard.
4. That I declare I am aware of the Tender Inviting Authority’s right to forfeit the Earnest
Money Deposit and/or Security Deposit and blacklist my company, if any information
furnished by us proved to be false at the time of inspection and not complying the
tender/contract conditions.
5. In case of exemption of my/our Proprietary Concern/ Firm / Company Ltd from payment
of Earnest Money Deposit by a govt. order, I undertake to pay the said sum without any
demur on receipt of demand issued by the tender inviting authority.
6. That the information given by me in this tender form is true and correct to the best of my
knowledge and belief and the rates quoted are not higher than the rates quoted to other
Govt. / Semi Govt. / Autonomous / Public Sector Hospitals / Institutions / Organizations
situated in India in the same financial year.
7. That our firm has not been deregistered or black listed by any govt. /autonomous
institution, hospital or body in India for any item which is being quoted here by me in this
tender or for participating in bid altogether.
8. That I shall inform the Directorate immediately, if there is any conviction from any
authority which adversely affects my eligibility to bid in this tender for one or more items,.
Our firm / company / corporation details are:
101
1. Nature of firm (Public Ltd, Pvt. Ltd, Proprietary, Partnership etc):
2. Authority with which it is registered :
3. Contact Person
4. Registered Address:
5. Address of correspondence:
6. Phone: Landline: Mobile
7. Fax:
8. email *:
Date: Signature Office seal Name Designation
Signature
Name of Proprietor / Partner/Authorized Signatory of bidder
With firm’s rubber stamp
Verification
I pledge and solemnly affirm that the information submitted above is true to the best of my knowledge and belief. Place …………………….. Date
Signature
Name of Proprietor / Partner/Authorized Signatory of bidder
With firm’s rubber stamp
Note: * All correspondence shall go to the email given here, and preferably be with @domain name of the firm Letter of authorization to sign the tender document/ related papers/ deeds are to be enclosed with this undertaking
Photo
102
12. Check List Format (QC-850) The Tender are hereby instructed to arrange & submit the following required documents as per the checklist and must mention the page numbers against each column of the checklist. They should also put the page number & sign on each paper submitted with the tender.
S. No.
Name of Document
Yes/No
Page No.
From To
1 Original tender form
2 Registration certificate of the tender item issued by DGS&D/
NSIC/ DI (SPS) Valid Registration of Instrument / equipment
or 2% earnest money
3 Non conviction certificate on stamp paper duly notarized and
affidavit regarding lowest quoted rates in Uttar Pradesh in
any Govt./Semi Govt. Organization, etc.
4 Sales tax registration and clearance certificate
5 Income tax Acknowledgements for last 3 years with Copy of
PAN No.
6 Earnest Money
7 Compliance statement of Desired specification in prescribe
Performa
8 User list along with performance report only for quoted items
9 If custom duty is applicable, submit the concern documents
10 Agreement with the manufacturer
11 Original Catalogue
12 Instrument / Equipment quoted model no.
13 Registration certificate of the manufacturer
14 Full address fax no. and Phone no. of Principal firms. All
documents attached with Tender form should be neat clean
and readable.
15 CA certified copy of Turn over Last Three financial year
16 Other Documents required for eligibility & qualification
17 Service Centre address and phone numbers & Email
18 AFFIDAVIT as required in Performa of compliance
statement page
19 Price schedule in hard copy and soft copy submitted in price
bid.
20 Acceptance for Demonstration of Equipments
21 Firm bank A/C details with IFSC Code
22 USFDA/ European CE Certificate
23 Delivery time for Indian good/ foreign good
24 Copy of Firms Registration with the department.(Compulsory)
Signature of Tenderer with Seal
Note:- 1. All documents attached with Tender Form should be neat, clean and readable. 2. All the pages in Bid submitted must be numbered serially with spiral binding and should be serially arranged as per Check list. 3. If tender is not submitted in above manner by the tenderer, Tender may be considered non responsive. 4. Bidder need to ensure attachment of all annexure provided in tender form.