1
E-TENDER ENQUIRY DOCUMENT For
PURCHASE OF SUPER SPECIALTY MEDICAL EQUIPMENT FOR INSTITUTIONS OF ESIC
HQRS. OFFICE EMPLOYEES‟ STATE INSURANCE CORPORATION PANCHDEEP BHAWAN: C.I.G. ROAD: NEW DELHI – 110 002.
Tele/Fax: 011-23234334, E-mail: [email protected] (An ISO-9001:2008 Certified)
For any further clarifications/queries for e-Procurement Portal, please contact
at:
Email id for Support / Helpdesk -
https://esictenders.eproc.in/hlml/Support.asp
2
EMPLOYEES‟ STATE INSURANCE CORPORATION
INDEX
Section Topic
Section I – Notice inviting e-Tender (e-NIT) -------------------------------------------------------
Section II – General Instructions to Tenderers (GIT) -----------------------------------------------
Section III – Special Instructions to Tenderers (SIT) ------------------------------------------------
Section IV – General Conditions of Contract (GCC) ------------------------------------------------
Section V – Special Conditions of Contract (SCC) -------------------------------------------------
Section VI – List of Requirements ---------------------------------------------------------------------
Section VII – Technical Specifications -----------------------------------------------------------------
Section VIII – Quality Control Requirements --------------------------------------------------------
Section IX – Qualification Criteria ----------------------------------------------------------------------
Section X – Tender Form --------------------------------------------------------------------------------
Section XI – Price Schedules -----------------------------------------------------------------------------
Section XII – Questionnaire (deleted)
Section XIII – Bank Guarantee Form for EMD ---------------------------------------------------------
Section XIV – Manufacturer‘s Authorisation Form --------------------------------------------------
Section XV – Bank Guarantee Form for Performance Security /CMC Security ---------------
Section XVI – Contract Form (A & B) -------------------------------------------------------------------
Section XVII – Proforma of Consignee Receipt Certificate ------------------------------------------
Section XVIII – Proforma of Final Acceptance Certificate by the Consignee ---------------------
Section XIX – Consignee List ---------------------------------------------------------------------------
Appendix A ----------------------------------------------------------------------------
3
SECTION I
NOTICE INVITING TENDER (NIT) Tender Enquiry No.: U-16/30/130/2012-Procell/Equipment (162) Dated:16/07/2018 Dy. Medical Commissioner (Procurement) on behalf of Director General invites e-tender, from eligible and qualified
tenderers for supply of Super Specialty Medical Equipment to ESIC Institutions mentioned in the tender document below. The list of equipments are as detailed below:
S.No Equipment Qty EMD
Performance Security/unit Turnover
1 2D echo machine with colour Doppler 5 625000 250000 62500000
2 TMT machine with monitor 3 210000 140000 21000000
3 Holter with monitor for analysis 3 120000 80000 12000000
4 Cardiac beds 30 450000 30000 45000000
5 Portable Eco cardiography with Color Doppler 2 150000 150000 15000000
6 Hemodialysis machines with all the fluids 21 1155000 110000 115500000
7 Hemodialysis machine with SLED 4 400000 200000 40000000
8 RO water plan capacity 500 ltr/hr 1 350000 700000 35000000
9 RO water plan capacity 1000 ltr/hr 1 450000 900000 45000000
10 Dialyzer reprocessing system 1 125000 250000 12500000
11 Cyst scope (Telescope + sheath) with accessories & OIU sheath 3 210000 140000 21000000
12 Electro cautery set with accessories 1 30000 60000 3000000
13 Uroflowmetery machine with accessories 2 20000 20000 2000000
14 Upper GI scopes with accessories (Diagnostic) i.e. Monitor, light source, video processor 1 45000 90000 4500000
15 Upper GI scopes with accessories (Theraputic) i.e. Monitor, light source, video processor 2 110000 110000 11000000
16 Electro cautery machine 2 10000 10000 1000000
17 Low GI (colonoscope) 2 110000 110000 11000000
18 Sigmoidoscope 1 35000 70000 3500000
19 Hydrogen breath tester (Gastrolyze) 1 5000 10000 500000
20 APC (argon plasma coagulator) 2 30000 30000 3000000
21 EEG with brain mapping machine 1 30000 60000 3000000
22 NCV machine & EMG with evoked potential 1 30000 60000 3000000
23 Bed side Multipara Monitor 53 2120000 80000 212000000
24 Arterial Blood Gas Analyser 1 55000 110000 5500000
25 Transport / Portable (Ventilator) 4 80000 40000 8000000
26 Invasive Mechanical Ventilator 4 240000 120000 24000000
27 Non-Invasive Mechanical Ventilator/Bi PAP and CPAP 2 30000 30000 3000000
28 Defibrillator/with monitor/with recorder with external pacemaker 4 140000 70000 14000000
29 Pneumatic compression Devices (DVT Pump) 4 30000 15000 3000000
4
Tender timeline:
SNo. Details Dates & time
1. Period of availability of e-Tender Enquiry 10/08/2018 to 10/09/2018 upto 11:00 AM
document on ESIC website- www.esic.nic.in
and ESIC e-Procurement portal-
https://esictenders.eproc.in
2. Last date of Online Technical Bid & Manual 10/09/2018 upto 11:00 AM
Bid(EMD) submission
3. Pre-bid Meeting 21/08/2018 at 11:00 AM
at Vth Floor Conference Room,
ESIC Hqrs Office, Panchdeep Bhawan, C.I.G.
Road, New Delhi – 110002.
4. Opening of Online Technical Bid & Manual 10/09/2018 at 11.30 AM Bid(EMD Envelope) at Vth Floor Conference Room,
ESIC Hqrs Office, Panchdeep Bhawan, C.I.G.
Road,New Delhi – 110002.
5. Opening of Price Bid Will be communicated over Email to the
bidders who are found technically eligible
6. Validity of offer 270 days from the last date of submission of
e-Tender
Bidders have to submit Original Bank Guarantee for EMD within the above mentioned date and time
5
SPECIFIC Instructions for e-Tender Participation:-
Important Instructions for Bidders regarding
Online Payment
All bidders/firms are required to procure Class-IIIB Digital Signature Certificate (DSC)
with Both DSC Components i.e. Signing & Encryption to participate in the E-Tenders.
Bidders should get Registered at https://esictenders.eproc.in.
Bidders should add the below mentioned sites under Internet Explorer
Tools
Internet
Options
Security
Trusted Sites
Sites of Internet Explorer Trusted Sites
https://esictenders.eproc.in
https://www.tpsl-india.in
https://www4.ipg-online.com
Also, Bidders need to select “Use TLS 1.1 and Use TLS 1.2” under Internet Explorer
Tools
Internet Options
Advanced
Security.
Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in
favour of M/s. C1 India Pvt. Ltd., payable at New Delhi via Online Payment Modes such as
Debit Card, Credit Card or Net Banking for participating in the Tender.
Bidders can contact Helpdesk at:
https://esictenders.eproc.in/html/Support.asp
6
SECTION - II
GENERAL INSTRUCTIONS TO TENDERERS (GIT)
CONTENTS
Sl.
Topic No.
A PREAMBLE
1 Definitions and Abbreviations
2 Introduction
3 Availability of Funds
4 Language of Tender
5 Eligible Tenderers
6 Eligible Goods and Services
7 Tendering Expense
B TENDER ENQUIRY DOCUMENTS
8 Contents of Tender Enquiry Documents
9 Amendments to Tender Enquiry Documents
10 Clarification of e-Tender Enquiry Documents
C PREPARATION OF TENDER
11 Documents Comprising the Tender
12 Tender Currencies
13 Tender Prices
14 Indian Agent (deleted)
15 Firm Price
16 Alternative Tenders
17 Documents Establishing Tenderer’s Eligibility and
Qualifications
18 Documents Establishing Good’s Conformity to Tender
Enquiry Document
19 Earnest Money Deposit (EMD)
20 Tender Validity
21 Digital Signing of Tender
D SUBMISSION OF TENDERS
22 Submission of e-Tenders
23 Late Tender
24 Alteration and Withdrawal of e-Tender
E TENDER OPENING
25 Opening of e-Tenders
7
Topic No.
F SCRUTINY AND EVALUATION OF TENDERS
26 Basic Principle
27 Scrutiny of Tenders
28 Minor Infirmity/Irregularity/Non-Conformity
29 Discrepancy in Prices
30 Discrepancy between original and copies of Tender
31 Qualification Criteria
32 Conversion of Tender Currencies to Indian Rupees
33 Schedule-wise Evaluation
34 Comparison of Tenders
35 Additional Factors and Parameters for Evaluation and
Ranking of Responsive Tenders
36 Tenderer’s capability to perform the contract
37 Contacting the Purchaser
G AWARD OF CONTRACT
38 Purchaser’s Right to Accept any Tender and to Reject
any or All Tenders
39 Award Criteria
40 Variation of Quantities at the Time of Award
41 Notification of Award
42 Issue of Contract
43 Non-receipt of Performance Security and Contract by the
Purchaser/Consignee
44 Return of EMD
45 Publication of Tender Result
46 Corrupt or Fraudulent Practices
8
A. PREAMBLE
Definitions and Abbreviations
1.1 The following definitions and abbreviations, which have been used in these documents shall have the meanings as indicated below:
1.2. Definitions:
“Purchaser” means Employees‘ State Insurance Corporation. “e-Tender” means Bids / Quotation / Tender received from a Firm / Tenderer
/ Bidder online. “Tenderer” means Bidder/the Individual or Firm submitting
Bids/Quotation/e-Tenders. “Supplier” means the individual or the firm/company supplying the goods and
services as incorporated in the contract. “Goods” means the articles, material, commodities, livestock, furniture, fixtures,
raw material, spares, instruments, machinery, equipment , medical equipment , industrial plant etc. which the supplier is required to supply to the purchaser under
the contract. ―Services‖ means services allied and incidental to the supply of goods, such as
transportation, installation, commissioning, provision of technical assistance, training, after sales service, maintenance service and other such obligations of the
supplier covered under the contract. ―Earnest Money Deposit‖ (EMD) means Bid Security/ monetary or
financial guarantee to be furnished by a tenderer along with its tender. ―Contract‖ means the written agreement entered into between the purchaser and/or
consignee and the supplier, together with all the documents mentioned therein and including all attachments, annexure etc. therein.
―Performance Security‖ means monetary or financial guarantee to be furnished by the successful tenderer for due performance of the contract placed on it. Performance Security is also known as Security Deposit.
―Consignee‖ means the ESI Hospital/Institute/Medical College/ person to whom the goods are required to be delivered as specified in the Contract. If the goods are
required to be delivered to a person as an interim consignee for the purpose of despatch to another person as provided in the Contract then that ―another‖ person is the consignee, also known as ultimate consignee.
―Specification‖ means the document/standard that prescribes the requirement with which goods or service has to conform.
―Inspection‖ means activities such as measuring, examining, testing, gauging one or more characteristics of the product or service and comparing the same with the specified requirement to determine conformity.
―Day‖ means calendar day.
1.3 Abbreviations:
―TE Document‖ means Tender Enquiry Document
―NIT‖ means Notice Inviting Tenders.
―GIT‖ means General Instructions to Tenderers
―SIT‖ means Special Instructions to Tenderers
―GCC‖ means General Conditions of Contract
―SCC‖ means Special Conditions of Contract
―DGS&D‖ means Directorate General of Supplies and Disposals
―NSIC‖ means National Small Industries Corporation
―PSU‖ means Public Sector Undertaking
9
―CPSU‖ means Central Public Sector Undertaking
―LSI‖ means Large Scale Industry
―SSI‖ means Small Scale Industry
―DP‖ means Delivery Period
―BG‖ means Bank Guarantee
―ED‖ means Excise Duty
―CD‖ means Custom Duty
―BL‖ means Bill of Lading ―FOB‖ means Free on Board
―FCA‖ means Free Carrier
―FOR‖ means Free On Rail ―ESIC‖ means Employees‘ State Insurance Corporation
―DG‖ means Director General, ESIC. ―CMC‖ means Comprehensive maintenance Contract (labour, spare and
preventive maintenance) ―RT‖ means Re-Tender.
―GST‖ means Goods and Services Tax
Introduction
2.1 The Purchaser has issued these TE documents for purchase of goods and related services on behalf of Director General, ESIC as mentioned in Section – VI – ―List of Requirements‖, which also indicates, interalia, the required delivery schedule, terms and place of delivery.
2.2 This section (Section II - ―General Instruction Tenderers‖) provides the relevant information as
well as instructions to assist the prospective bidders in preparation and submission of bids. It also includes the mode and procedure to be adopted by the purchaser for receipt and opening as well as scrutiny and evaluation of tenders and subsequent placement of contract.
2.3 The tenderers shall also read the Special Instructions to Tenderers (SIT) related to this purchase, as contained in Section III of these documents and follow the same accordingly. Whenever there is a conflict between the GIT and the SIT, the provisions contained in the SIT shall prevail over those
in the GIT.
2.4 Before formulating the tender and submitting the same to the purchaser, the tenderer should read
and examine all the terms, conditions, instructions, etc. contained in the TE documents. Failure to provide and/or comply with the required information, instructions etc. incorporated in these TE documents may result in rejection of its tender.
Availability of Funds 3.1 Expenditure to be incurred for the proposed purchase will be met from the funds available with the
purchaser/ consignee.
10
Language of Tender
4.1 The tender submitted by the tenderer and all subsequent correspondence and documents relating to
the tender exchanged between the tenderer and the purchaser, shall be written in the English
language, unless otherwise specified in the Tender Enquiry. However, the language of any printed literature furnished by the tenderer in connection with its tender may be written in any other
language provided the same is accompanied by an English translation and, for purposes of interpretation of the tender, the English translation shall prevail.
4.2 The tender submitted by the tenderer and all subsequent correspondence and documents relating to the tender exchanged between the tenderer and the purchaser, may also be written in the Hindi language, provided that the same are accompanied by English translation, in which case, for purpose of interpretation of the tender etc., the English translations shall prevail.
Eligible Tenderers
5.1 This invitation for tenders is open to all suppliers who fulfill the eligibility criteria specified in these documents.
Eligible Goods and Services
6.1 All goods and related services to be supplied under the contract shall have their origin in India or any other country with which India has not banned trade relations. The term ―origin‖ used in this clause means the place where the goods are mined, grown, produced, or manufactured or from
where the related services are arranged and supplied.
Tendering Expense
7.1 The tenderer shall bear all costs and expenditure incurred and/or to be incurred by it in connection
with its tender including preparation, mailing and submission of its tender and for subsequent processing the same. The purchaser will, in no case be responsible or liable for any such cost, expenditure etc. regardless of the conduct or outcome of the tendering process.
B. e-TENDER ENQUIRY DOCUMENTS
Content of Tender Enquiry Documents
8.1 In addition to Section I – ―Notice inviting e-Tender‖ (NIT), the TE documents include:
Section II
– General Instructions to Tenderers (GIT)
Section III
Section IV
– Special Instructions to Tenderers (SIT) – General Conditions of Contract (GCC)
Section V Section VI
Section VII
Section VIII
– Special Conditions of Contract (SCC) – List of Requirements
– Technical Specifications
– Quality Control Requirements
Section IX
Section X
Section XI
Section XII
Section XIII Section XIV
Section XV
– Qualification Criteria – Tender Form – Price Schedules – Questionnaire
– Bank Guarantee Form for EMD
– Manufacturer‘s Authorization Form
– Bank Guarantee Form for Performance Security/CMC Security
11
Section XVI – Contract Forms A & B
Section XVII – Proforma of Consignee Receipt Certificate
Section XVIII – Proforma of Final Acceptance Certificate by the consignee
Section XIX – Consignee List
8.2 The relevant details of the required goods and services, the terms, conditions and procedure for tendering, tender evaluation, placement of contract, the applicable contract terms and, also, the
standard formats to be used for this purpose are incorporated in the above-mentioned documents. The interested tenderers are expected to examine all such details etc. to proceed further.
Amendments to TE documents
9.1 At any time prior to the deadline for submission of tenders, the purchaser may, for any reason deemed fit by it, modify the TE documents by issuing suitable amendment(s) to it.
9.2 Such an amendment will be notified on website of ESIC,e-Procurement portal of ESIC and Central Public Procurement Portal.
9.3 In order to provide reasonable time to the prospective tenderers to take necessary action in preparing their tenders as per the amendment, the purchaser may, at its discretion extend the deadline for the submission of tenders and other allied time frames, which are linked with that deadline.
Clarification of TE documents
10.1 A tenderer requiring any clarification or elucidation on any issue of the TE documents may take up
the same with the purchaser in writing on their letter head duly signed and scanned through email to [email protected] ,the purchaser will respond to such request in Pre-Bid Meeting
provided the same is received by the purchaser before the due date of Pre-Bid Meeting as
mentioned in the NIT. Any queries/ representations received later shall not be taken into
cognizance.
C. PREPARATION OF e-TENDERS
Documents comprising the e-Tender
11.1 The tender(s) shall only be submitted online as mentioned below: Technical Bid (Consisting of Techno-Commercial bids with the supporting documents as
mentioned in the check list. Bidders have to ensure that the documents uploaded in pdf format are legible.
Price Bid has to be submitted in the prescribed format.
12
Details of Technical Tender (Un priced Tender) Check List /Document establishing the Technical Eligibility of the Firm/Bidders shall furnish and upload the following information along with technical tender online:.
Earnest money Deposit (scanned copy of Bank Guarantee/Exemption Certificate) furnished in accordance with GIT clause 19.1 alternatively, documentary evidence as per GIT clause 19.2 for claiming exemption from payment of earnest money. The Hard Copy of Bank Guarantee/Exemption Certificate should be dropped in the tender box in room no.
314,3rd
floor, ESIC Headquarters Office, C.I.G Marg, New Delhi-110002 as per time
schedule. Self-Attested copies of GST registration certificate and PAN Card.
Certificate of Incorporation of the company. Price Schedule(s) as per Section XI filled up with all the details including Make, Model
etc. of the goods offered with prices blank (without indicating any prices). Self-Attested copies of quality certificates i.e. US FDA /CE Certificate/BIS issued by
competent authority, if applicable. Copies of annual report, audited balance sheet and profit & loss account for
preceding three years (F.Y. 2014-2015, 2015-2016, 2016-2017) duly audited by Chartered Accountant.
A self-declaration on Rs. 10/- non-judicial Stamp Paper that the rates quoted in the tender are the lowest and not quoted less than this to any Government Institution (State/Central/ other Institute in India).
Copies of original product catalogues / data sheet must be enclosed of all quoted items. Duly Filled Section –VIII(Quality Control Requirement) Duly Filled Proforma ―A‖(Proforma for Performance Statement) along with documentary proof. Duly Filled Section –X(Tender Form) Duly Filled Section –XIV(Manufacturer‘s Authorization Form) Forwarding letter of the firm Any other Document required for Technical Eligibility as mentioned in Tender Enquiry
Price Bid:
Prices are to be quoted in the prescribed Price Bid format in the tender enquiry in the e-tender portal.
Note:
The bidder has to be diligent while filling up the Techno-Commercial Bid and Price Bid.
13
It is the responsibility of bidder to go through the TE document to ensure furnishing all required documents in addition to above, if any.
11.2 A person signing (manually or digitally) the tender form or any documents forming part of the
contract on behalf of another shall be deemed to warrant that he has authority to bind such other persons and if, on enquiry, it appears that the persons so signing had no authority to do so, the purchaser may, without prejudice to other civil and criminal remedies, cancel the contract and
hold the signatory liable for all cost and damages.
11.3 A tender, which does not fulfill any of the above requirements and/or give evasive information/reply against any such requirement, shall be liable to be ignored.
11.4 Tender sent by fax/telex/cable shall be ignored.
Tender currencies
12.1 The tenderer supplying indigenous goods or already imported goods shall quote only in Indian Rupees (INR). A tenderer quoting imported goods located within India shall produce documentary evidence of the goods having been imported and already located within India, in case their bid is
found to be the lowest one after opening of price bid. 12.2 Tenders, where prices are quoted in any other currency may not be accepted and are liable to be
ignored.
13 Tender Prices
13.1 The Tenderer shall indicate on the Price Schedule provided under Section XI all the specified components of prices shown therein including the unit prices and total tender prices of the goods and services it proposes to supply against the requirement. All the columns shown in the price
schedule should be filled up as required. The price of annual CMC, as mentioned in List of Requirements, Technical Specification
and Price Schedule.
13.2 Additional information and instruction on Duties and Taxes:
13.2.1 If the Tenderer desires to ask for GST or any other taxes to be paid extra, the same must be specifically stated. In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later.
13.2.2 Goods and Services Tax (GST) : If a tenderer asks for Goods and Services Tax to be paid extra, the rate and nature of Goods and Services Tax applicable should be shown separately. The Goods and Services Tax will be paid as
per the rate at which it is liable to be assessed or has actually been assessed provided the transaction is legally liable to Goods and Services Tax and is payable as per the terms of the
contract. If any refund of Tax is received at a later date, the Supplier must return the amount forth-
with to the purchaser Firm Price
15.1 Unless otherwise specified in the SIT, prices quoted by the tenderer shall remain firm and fixed during the currency of the contract and not subject to variation on any account. Bidders are
14
requested to quote unit price . If a firm quotes NIL Charges/ consideration, the bid shall be treated as unresponsive and will not be considered
Alternative Tenders 16.1 Alternative Tenders are not permitted. 16.2 However the Tenderers can quote alternate models meeting the tender specifications of same
manufacturer with single EMD. 16.3 If an agent/firm submits bid on behalf of the Principal/OEM, the same agent shall not submit a bid
on behalf of another Principal/OEM in the same tender for the same item/product. In a tender, either the Indian Agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender.
Documents Establishing Tenderer‟s Eligibility and Qualifications
17.1 Pursuant to GIT clause 11, the tenderer shall furnish, as part of its tender, relevant details and documents establishing its eligibility to quote and its qualifications to perform the contract if its tender is accepted.
17.2 The documentary evidence needed to establish the tenderer‘s qualifications shall fulfill the following requirements:
in case the tenderer offers to supply goods, which are manufactured by some other firm, the tenderer has been duly authorised by the goods manufacturer to quote for and supply the goods to the purchaser. The tenderer shall submit the manufacturer‘s authorization letter to
this effect as per the standard form provided under Section XIV in this document. the tenderer has the required financial, technical and production capability necessary to
perform the contract and, further, it meets the qualification criteria incorporated in the Section IX in these documents.
in case the tenderer is not doing business in India, it is duly represented by an agent stationed
in India fully equipped and able to carry out the required contractual functions and duties of the supplier including after sale service, maintenance & repair etc. of the goods in question, stocking of spare parts and fast moving components and other obligations, if any, specified in
the conditions of contract and/or technical specifications. in case the tenderer is an Indian agent/authorized representative quoting on behalf of a foreign
manufacturer for the restricted item, the Indian agent/authorized representative is already enlisted under the Compulsory Enlistment Scheme of Ministry of Finance, Govt. of India,
operated through Directorate General of Supplies & Disposals (DGS&D), New Delhi.
Documents establishing good‟s Conformity to TE document.
18.1 The tenderer shall provide in its tender the required as well as the relevant documents like
technical data, literature, drawings etc. to establish that the goods and services offered in the
tender fully conform to the goods and services specified by the purchaser in the TE documents. For this purpose the tenderer shall also provide a clause-by-clause commentary on the technical
specifications and other technical details incorporated by the purchaser in the TE documents to establish technical responsiveness of the goods and services offered in its tender.
18.2 In case there is any variation and/or deviation between the goods & services prescribed by the purchaser and that offered by the tenderer, the tenderer shall list out the same in a chart form without ambiguity and provide the same along with its tender.
18.3 If a tenderer furnishes wrong and/or misguiding data, statement(s) etc. about technical acceptability of the goods and services offered by it, its tender will be liable to be ignored and rejected in addition to other remedies available to the purchaser in this regard.
15
Earnest Money Deposit (EMD) 19.1 Pursuant to GIT clauses 8.1 and 11.1 A (i) the tenderer shall furnish along with its tender, earnest
money for amount as shown in the List of Requirements. The earnest money is required to protect the purchaser against the risk of the tenderer‘s unwarranted conduct as amplified under sub-clause
19.7 below. 19.2 The tenderers who are currently registered and, also, will continue to remain registered during the
tender/Bid validity period with Directorate General of Supplies & Disposals or with National Small Industries Corporation, New Delhi for the specific goods as per tender enquiry specification
shall be eligible for exemption from EMD. Vague stipulations in the Registration Certificate such as ―to customers‘ specification‖, etc. will not be acceptable for exemption from furnishing of
earnest money. In case the tenderer falls in these categories, it should furnish copy of its valid registration details (with DGS&D or NSIC, as the case may be).
19.3The earnest money shall be denominated in Indian Rupees or equivalent currencies as per GIT clause
12.2. The earnest money shall be furnished in form of Bank Guarantee 19.4 The BG shall be drawn on any scheduled commercial bank in India or country of the tenderer, in
favour of ―Dy. Medical Commissioner,ESIC,Hqrs,New Delhi as specified under Section XIII in these documents.
19.5 The earnest money shall be valid for a period of forty-five (45) days beyond the validity period of the tender. As validity period of Tender as per Clause 20 of GIT is 270 days.
19.6 Unsuccessful tenderers‘ earnest money will be returned to them without any interest, after expiry
of the tender validity period.Successful tenderer‘s earnest money will be returned without any interest, after receipt of performance security from that tenderer.
19.7 Earnest Money is required to protect the purchaser against the risk of the Tenderer‘s conduct,
which would warrant the forfeiture of the EMD. Earnest money of a tenderer will be forfeited, if the tenderer withdraws or amends its tender or impairs or derogates from the tender in any respect
within the period of validity of its tender or if it comes to notice that the information/documents furnished in its tender is incorrect, false, misleading or forged without prejudice to other rights of
the purchaser. The successful tenderer‘s earnest money will be forfeited without prejudice to other rights of Purchaser if it fails to furnish the required performance security within the specified
period. 19.8 In the case of Bank Guarantee furnished from banks outside India (i.e. foreign Banks), it should be
authenticated and countersigned by any Nationalized bank in India by way of back-to-back counter guarantee and the same should be submitted along with the bid.
19.9 If a bidder quotes more than one Item as mentioned in the list of requirement, the bidder has to submit cumulative amount of EMD.
Tender Validity 20.1 If not mentioned otherwise in the SIT, the tenders shall remain valid for acceptance for a period of
270 days (Two hundred and seventy days) after the date of tender opening prescribed in the TE
document. Any tender valid for a shorter period shall be treated as unresponsive and rejected. 20.2 In exceptional cases, the tenderers may be requested by the purchaser to extend the validity of
their tenders up to a specified period. Such request(s) and responses thereto shall be conveyed by surface mail or by fax/ telex/cable followed by surface mail. The tenderers, who agree to extend
the tender validity, are to extend the same without any change or modification of their original tender and they are also to extend the validity period of the EMD accordingly. A tenderer, who
may not agree to extend its tender validity after the expiry of the original validity period the EMD furnished by them shall not be forfeited.
16
20.3 In case the day up to which the tenders are to remain valid falls on/ subsequently declared a holiday or closed day for the purchaser, the tender validity shall automatically be extended up to the next working day.
20.4 The successful tenderers will have to execute all the supply orders,if any placed by the institute of ESIC within the period of 270 days .i.e. Bid validity period.
Digital Signing of Tender 21.1 The tenderers shall submit their tenders as per the instructions contained in GIT Clause 11.
Tenders shall be uploaded with all relevant tender documents in the prescribed format. The relevant tender documents should be uploaded by an authorised person having Class 3 digital
signature certificate.
D. SUBMISSION OF TENDERS
Submission of Tenders
22.1 The tender shall be submitted online only.
Pre-qualification and Technical compliance along with the Techno-Commercial Bid:
Scanned copies of EMD
Manufacturer‘s authorization in case bid is submitted by an Indian agent (A declaration must
be attached here in case directly quoted by a manufacturer or a document establishing the relation of the Indian office with the manufacturer in case quoted by Indian office of the manufacturer).
Tender Form as per Section X. Compliance of all terms and conditions of TED like- warranty, CMC, delivery period,
delivery terms, payment terms, Liquidated Damages Clause, Arbitration clause, etc Declaration regarding Fall Clause and Deregistration, debarment from any Govt
Dept/ Agencies Copy of PAN. Certificate of Incorporation/ or a Declaration in case the firm is being a proprietary firm. An Audited Financial Statement/reports of last 03 Financial years i.e. 2014-2015,2015-
2016,2016-2017 (Balance sheet and Profit & Loss Account), in pdf format. Quality Control Requirements as per Section VIII Performance statement along with required PO copies and its corresponding end
user‘s satisfactory performance certificate as per section IX. Technical Bid along with clause-by-clause technical compliance statement for the quoted
goods vis-à-vis the Technical specifications along with product catalogue and data sheet in the tender enquiry.
PRICE BID (ONLY ONLINE):
The tenderers must ensure that they submit the Price Bid in prescribed format uploaded along with the tender enquiry. It is the responsibility of the bidder to ensure that the contents of the format are not tampered.
17
The tenderers must ensure that they submit the on-line tenders not later than the closing time and date specified for submission of tenders.
Along with price bid recent purchase order copies for the same model and technical configuration issued by institute of National importance and/or reputed central/state government hospitals should be uploaded in pdf form for reasonability of the offered price.
The bidder should submit the copy of original proforma invoice from the foreign manufacturer along with the price bid.
The supplier shall justify the present quotes based on previous purchase orders for similar project executed either in India or Globally. If they quote any new model or upgraded version of earlier model, they may mention the same in their tender.
22.2 The tenderers must ensure that they submit the on-line tenders within the scheduled closing date & time. They shall also ensure to submit the original EMD within its scheduled date & time.
Late Tender:
23.1 There is NO PROVISION of uploading late tender beyond stipulated date & time in the e-
tendering system. However, if the necessary EMD in original are not submitted within the scheduled time, the tender shall be declared as late tender and online tender shall not be opened and shall be ignored.
Alteration and Withdrawal of Tender
24.1 The tenderer is permitted to change, edit or withdraw its bid on or before the end date &time.
E. TENDER OPENING
Opening of Tenders 25.1 The purchaser will open the e-tenders at the specified date and time and at the specified place as
indicated in the NIT.
In case the specified date of tender opening falls on / is subsequently declared a holiday or closed day for the purchaser, the tenders will be opened at the appointed time and place on the next working day.
25.2 Authorized representatives of the tenderers, who have submitted tenders on time, may attend the tender opening provided they bring with them letters of authority from the corresponding tenderers.
The tender opening official(s) will prepare a list of the representatives attending the tender opening. The list will contain the representatives‘ names & signatures and corresponding tenderers‘ names and addresses.
25.3 This being a Two - Tender system, the Techno - Commercial Tenders are to be opened in the
first instance, at the prescribed time and date as indicated in NIT. These Tenders shall be
scrutinized and evaluated by the competent committee/ authority with reference to parameters
prescribed in the TE document. During the Techno - Commercial Tender opening, the tender
opening official(s) will read the salient features of the tenders like brief description of the goods
offered, delivery period, Earnest Money Deposit and any other special features of the tenders, as
deemed fit by the tender opening official(s). Thereafter, in the second stage, the Price Tenders of
only the Techno - Commercially acceptable offers (as decided in the first stage) shall be opened
for further scrutiny and evaluation on a date notified after the evaluation of the Techno-
Commercial tender.
18
F. SCRUTINY AND EVALUATION OF TENDERS
Basic Principle 26.1 Tenders will be evaluated on the basis of the terms & conditions already incorporated in the TE
document, based on which tenders have been received and the terms, conditions etc. mentioned by the tenderers in their tenders. No new condition will be brought in while scrutinizing and evaluating the tenders.
Scrutiny of Tenders 27.1 The Purchaser will examine the Tenders to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished and, whether the documents uploaded are in legible form.
27.2 The Purchaser‘s determination of a Tender‘s responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence
27.4 The tenders will be scrutinized to determine whether they are complete and meet the essential and important requirements, conditions etc. as prescribed in the TE document. The tenders, which do not meet the basic requirements, are liable to be treated as non-responsive and will be summarily ignored.
27.5 The following are some of the important aspects, for which a tender shall be declared non-responsive during the evaluation and will be ignored;
Tender validity is shorter than the required period.
Required EMD or its exemption documents have not been provided. Tenderer has not agreed to give the required performance security of required amount in an
acceptable form in terms of GCC clause 5, read with modification, if any, in Section - V – ―Special Conditions of Contract‖, for due performance of the contract.
Poor/ unsatisfactory past performance.
Tenderers who stand deregistered/banned/blacklisted by any Govt. Authorities.
Tenderer is not eligible as per GIT Clauses 5.1 & 17.1. Tenderer has not quoted for the entire quantity as specified in the List of Requirements. Tenderer has not agreed to other essential condition(s) specially incorporated in the tender
enquiry, like delivery terms, delivery schedule, terms of payment, liquidated damages clause, warranty clause, dispute resolution mechanism applicable law.
Minor Informality/Irregularity/Non-Conformity
If during the preliminary examination, the purchaser find any minor informality and/or irregularity
and/or non-conformity in a tender, the purchaser may waive the same provided it does not constitute any material deviation and financial impact and, also, does not prejudice or affect the
ranking order of the tenders. Wherever necessary, the purchaser will convey its observation on
such ‗minor‘ issues to the tenderer by registered/speed post etc. asking the tenderer to respond by a specified date. If the tenderer does not reply by the specified date or gives evasive reply without
clarifying the point at issue in clear terms, that tender will be liable to be ignored.
29 Discrepancies in Prices 29.1 If, in the price structure quoted by a tenderer, there is discrepancy between the unit price and the
total price (which is obtained by multiplying the unit price by the quantity), the unit price shall
prevail and the total price corrected accordingly, unless the purchaser feels that the tenderer has made a mistake in placing the decimal point in the unit price, in which case the total price as quoted shall prevail over the unit price and the unit price corrected accordingly.
29.2 If there is an error in a total price, which has been worked out through addition and/or subtraction of subtotals, the subtotals shall prevail and the total corrected; and
19
29.3 If there is a discrepancy between the amount expressed in words and figures, the amount in words shall prevail, subject to sub clause 29.1 and 29.2 above.
29.4 If, as per the judgement of the purchaser, there is any such arithmetical discrepancy in a tender, the same will be suitably conveyed to the tenderer by registered / speed post. If the tenderer does not agree to the observation of the purchaser, the tender is liable to be ignored.
Deleted
Qualification Criteria
31.1 Tenders of the tenderers, which do not meet the required Qualification Criteria prescribed in Section IX, will be treated as non - responsive and will not be considered further.
31.2 The Purchaser reserves the right to relax the Norms on Prior Experience for Start-ups and
Micro & Small Enterprises in Public Procurement.
The Start-ups are defined in Annexure-A of the ―Action Plan for Start-ups in India‖. The same is available on the website of Department of Industrial policy and Promotion (DIPP), Ministry of Commerce & Industry.
Note:- Definition of Startup (only for the purpose of Government schemes)
(Ref: Ministry of Finance Office Memorandum No. F.20/2/2014-PPD(Pt.) dated 25th
July 2016.)
Start-up means an entity, incorporated or registered in India not prior to five years, with annual turnover not exceeding INR 25 crore in any preceding financial year, working towards innovation, development, deployment or commercialization of new products, processes or services driven by technology or intellectual property.
Provided that such entity is not formed by splitting up, or reconstruction, of a business already in existence.
Provided also that an entity shall cease to be a Start-up if its turnover for the previous financial years has exceeded INR 25 crore or it has completed 5 years from the date of incorporation/ registration.
Provided further that a Start-up shall be eligible for tax benefits only after it has obtained certification from the Inter-Ministerial Board, setup for such purpose.
The tenderers to quote their prices in Indian Rupees for the purpose of equitable comparison and evaluation.
Schedule-wise Evaluation 33.1 In case the List of Requirements contains more than one schedule, the responsive tenders will be
evaluated and compared separately for each schedule. The tender for a schedule will not be considered if the complete requirements prescribed in that schedule are not included in the tender.
20
Comparison of Tenders
34.1 Unless mentioned otherwise in Section – III – Special Instructions to Tenderers and Section – VI – List of Requirements, the comparison of the responsive tenders shall be carried out on basis of unit price and Comprehensive Annual Maintenance charges (CMC) comparison/ ranking purpose for evaluation.
Additional Factors and Parameters for Evaluation and Ranking of Responsive Tenders
35.1 Further to GIT Clause 34 above, the purchaser‘s evaluation of a tender will include and take into account the following:
35.2 The purchaser‘s evaluation of tender will also take into account the additional factors, if any, incorporated in SIT in the manner and to the extent indicated therein.
35.3 The Purchaser reserves the right to give the price preference to small-scale sectors etc. and purchase preference to central public sector undertakings as per the instruction in vogue while evaluating, comparing and ranking the responsive tenders.
In exercise of powers conferred in Section 11 of the Micro, Small and Medium Enterprises
Development (MSMED) Act 2006, the Government has notified a new Public Procurement
Policy for Micro & Small Enterprises effective from 1st
April 2012. The policy mandates that
20% of procurement of annual requirement of goods and services by all Central Ministries / Public Sector Undertakings will be from the micro and small enterprises. The Government has also earmarked a sub-target of 4% procurement of goods & services from MSEs owned by SC/ST entrepreneurs out of above said 20% quantity.
In accordance with the above said notification, the participating Micro and Small Enterprises
(MSEs) in a tender, quoting price within the band of L 1+15% would also be allowed to supply a
portion of the requirement by bringing down their price to the L 1 price, in a situation where L 1
price is from someone other than an MSE. Such MSEs would be allowed to supply up to 20% of
the total tendered value. In case there are more than one such eligible MSE, the 20% supply will
be shared equally. Out of 20% of the quantity earmarked for supply from MSEs, 4% quantity is
earmarked for procurement from MSEs owned by SC/ST entrepreneurs. However, in the event of
failure of such MSEs to participate in the tender process or meet the tender requirements and the
L 1 price, the 4% quantity earmarked for MSEs owned by SC/ST entrepreneurs will be met from
other participating MSEs.
The MSEs fulfilling the prescribed eligibility criteria and participating in the tender shall enclose
with their tender a copy of their valid registration certificate with District Industries Centres or
Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or any other body specified by Ministry of Micro and Small
enterprises in support of their being an MSE, failing which their tender will be liable to be ignored.
21
.
35.4 Preference to Make in India: As per the order issued by Department of Industrial Policy and
Promotion (DIPP) vide No. P-45021/2/2017-BE-II dated 15.06.2017; the purchaser reserves the right to give preference to the local supplier. A copy of this order is enclosed at Appendix-A
which will form a part of this TED for evaluation and ranking of bids. A local supplier (definition of ‗local supplier‘ is given in clause 2 of the aforesaid order of DIPP) has to submit the following
along with their tender(s) failing which their bid will be evaluated without considering such preference mentioned in the DIPP order dated 15.06.2017:
The local supplier at the time of tender, bidding or solicitation shall be required to provide self-certification that the item offered meets the minimum local content and shall give details of the location(s) at which the local value addition is made.
In cases of procurement for a value in excess of Rs. 10 crores. the local supplier shall be required to provide a certificate from the statutory auditor or cost auditor of the company (in
the case of companies) or from a practicing cost accountant or practicing chartered accountant (in respect of suppliers other than companies) giving the percentage of local content.
22
Tenderer‟s capability to perform the contract
36.1 The purchaser, through the above process of tender scrutiny and tender evaluation will determine to its satisfaction whether the tenderer, whose tender has been determined as the lowest evaluated responsive tender is eligible, qualified and capable in all respects to perform the contract
satisfactorily. If, there is more than one schedule in the List of Requirements, then, such determination will be made separately for each schedule.
36.2 The above-mentioned determination will, interalia, take into account the tenderer‘s financial, technical and production capabilities for satisfying all the requirements of the purchaser as
incorporated in the TE document. Such determination will be based upon scrutiny and examination of all relevant data and details submitted by the tenderer in its tender as well as such other allied information as deemed appropriate by the purchaser.
Contacting the Purchaser
37.1 From the time of submission of tender to the time of awarding the contract, if a tenderer needs to contact the purchaser for any reason relating to this tender enquiry and / or its tender, it should do so only in writing.
37.2 In case a tenderer attempts to influence the purchaser in the purchaser‘s decision on scrutiny, comparison & evaluation of tenders and awarding the contract, the tender of the tenderer shall be liable for rejection in addition to appropriate administrative actions being taken against that tenderer, as deemed fit by the purchaser.
G. AWARD OF CONTRACT
Purchaser‟s Right to accept any tender and to reject any or all tenders 38.1 The purchaser reserves the right to accept in part or in full any tender or reject any or more
tender(s) without assigning any reason or to cancel the tendering process and reject all tenders at any time prior to award of contract, without incurring any liability, whatsoever to the affected tenderer or tenderers.
Award Criteria
39.1 Subject to GIT clause 38 above, the contract will be awarded to the lowest evaluated responsive tenderer decided by the purchaser in terms of GIT Clause 36.
Variation of Quantities at the Time of Award/ Currency of Contract 40.1 At the time of awarding the contract, the purchaser reserves the right to increase or decrease by up
to twenty five (25) per cent, the quantity of goods and services mentioned in the schedule(s) in the ―List of Requirements‖ (rounded off to next whole number) without any change in the unit price
and other terms & conditions quoted by the tenderer.
40.2 If the quantity has not been increased to the maximum of 25% of the tendered quantity at the time
of awarding the contract, the purchaser reserves the right to increase the quantity further by up to the balance available twenty five (25) per cent of the tendered quantity of goods and services (rounded off to next whole number) without any change in the unit price and other terms & conditions mentioned in the contract during the currency of the contract.
Notification of Award
41.1 Before expiry of the tender validity period, the purchaser will notify the successful tenderer(s) in writing, by registered / speed post or by email (to be confirmed by registered / speed post) that its
tender for goods & services, which have been selected by the purchaser, has been accepted, also briefly indicating therein the essential details like description, specification and quantity of the
goods & services and corresponding prices accepted. The successful tenderer must furnish to the purchaser the required performance security to concerned MS/ Dean of ESIC Institute within 21
days from the date of dispatch of letter. Performance security is indicated item wise per unit in the list of requirement. Performance security will be release after discharge of all the contractual
obligations and expiry of the warranty period.
23
41.2 The Notification of Award shall constitute the conclusion of the Contract. Issue of Contract 42.1 Promptly after notification of award, the Purchaser/Consignee will mail the contract form (as per
Section XVI) duly completed and signed, in duplicate, to the successful tenderer by registered / speed post.
42.2 Within twenty one days from the date of the contract, the successful tenderer shall return the original copy of the contract, duly signed and dated, to the Purchaser/Consignee by registered /
speed post. The successful tenderer should also submit Proforma Invoice from the foreign principal (if applicable as per contractual price) within 21 days from the date of NOA.
42.3 The Purchaser/ Consignee reserves the right to issue the Notifications of Award consignee wise.
Non-receipt of Performance Security, Proforma Invoice and Contract by the Purchaser/
Consignee 43.1 Failure of the successful tenderer in providing performance security, Proforma Invoice and / or
returning contract copy duly signed in terms of GIT clauses 41 and 42 above shall make the tenderer liable for forfeiture of its EMD and, also, for further actions by the Purchaser/Consignee against it as per the clause 24 of GCC – Termination of default.
Return of EMD 44.1 The earnest money of the successful tenderer and the unsuccessful tenderers will be returned to
them without any interest, whatsoever, in terms of GIT Clause 19.6.
Publication of Tender Result 45.1 The name and address of the successful tenderer(s) receiving the contract(s) will be mentioned in
the notice board/bulletin/web site of the purchaser.
Corrupt or Fraudulent Practices 46.1 It is required by all concerned namely the Consignee/Tenderers/Suppliers etc to observe the
highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Purchaser: - defines, for the purposes of this provision, the terms set forth below
as follows: ―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
―fraudulent practice‖ means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Purchaser, and includes collusive practice among Tenderers (prior to or after Tender submission)
designed to establish Tender prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of free and open competition;
will reject a proposal for award if it determines that the Tenderer recommended for award
has engaged in corrupt or fraudulent practices in competing for the contract in question; will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded
a contract by the purchaser if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing the contract.
24
SECTION - III
SPECIAL INSTRUCTIONS TO TENDERERS (SIT)
Sl. No. GIT Clause Topic SIT Provision Page No.
No.
A 1 to 7 Preamble No Change
B 8 to 10 TE documents No Change
C 11 to 21 Preparation of Tenders No Change
D 22 to24 Submission of Tenders Extra below
information
E 25 Tender Opening No Change
F 26 to 37 Scrutiny and Evaluation of Tenders No Change
G 38 to 45 Award of Contract No Change
The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/substitute/supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below: In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail.
SUBMISSION OF e-TENDERS
All the necessary documents as prescribed in the NIT shall be prepared and scanned in different files (in PDF format as prescribed) and uploaded for on-line submission of Proposal.
Except EMD, all document(s)/ information(s) including the Financial Proposal (i.e. FORMAT FOR
SUBMISSION OF FINANCIAL PROPOSAL) should be uploaded online only in the prescribed format given in the website. No other mode of submission shall be acceptable.
25
SECTION - IV
GENERAL CONDITIONS OF CONTRACT (GCC)
TABLE OF CLAUSES
Sl. No. Topic
Application
Use of contract documents and information
Patent Rights
Country of Origin
Performance Security
Technical Specifications and Standards
Packing and Marking
Inspection, Testing and Quality Control
Terms of Delivery
Transportation of Goods
Insurance
Spare parts
Incidental services
Distribution of Dispatch Documents for Clearance/Receipt of Goods
Warranty
Assignment
Sub Contracts
Modification of contract
Prices
Taxes and Duties
Terms and mode of Payment
Delivery
Liquidated Damages
Termination for default
Termination for insolvency
Force Majeure
Termination for convenience
Governing language
Notices
Resolution of disputes
Applicable Law
Withholding and Lien
General/Miscellaneous Clauses
26
Application 1.1 The General Conditions of Contract incorporated in this section shall be applicable for this
purchase to the extent the same are not superseded by the Special Conditions of Contract prescribed under Section V, List of requirements under Section VI and Technical Specification
under Section VII of this document.
Use of contract documents and information 2.1 The supplier shall not, without the purchaser‘s prior written consent, disclose the contract or any
provision thereof including any specification, drawing, sample or any information furnished by or on behalf of the purchaser in connection therewith, to any person other than the person(s)
employed by the supplier in the performance of the contract emanating from this TE document. Further, any such disclosure to any such employed person shall be made in confidence and only so far as necessary for the purposes of such performance for this contract.
2.2 Further, the supplier shall not, without the purchaser‘s prior written consent, make use of any document or information mentioned in GCC sub-clause 2.1 above except for the sole purpose of performing this contract.
2.3 Except the contract issued to the supplier, each and every other document mentioned in GCC sub-clause 2.1 above shall remain the property of the purchaser and, if advised by the purchaser, all copies of all such documents shall be returned to the purchaser on completion of the supplier‘s
performance and obligations under this contract.
Patent Rights 3.1 The supplier shall, at all times, indemnify and keep indemnified the purchaser, free of cost, against
all claims which may arise in respect of goods & services to be provided by the supplier under the
contract for infringement of any intellectual property rights or any other right protected by patent,
registration of designs or trademarks. In the event of any such claim in respect of alleged breach of patent, registered designs, trademarks etc. being made against the purchaser, the purchaser shall
notify the supplier of the same and the supplier shall, at his own expenses take care of the same for settlement without any liability to the purchaser.
Country of Origin 4.1 All goods and services to be supplied and provided for the contract shall have the origin in India
or in the countries with which the Government of India has trade relations. 4.2 The word ―origin‖ incorporated in this clause means the place from where the goods are mined,
cultivated, grown, manufactured, produced or processed or from where the services are arranged.
4.3 The country of origin may be specified in the Price Schedule
Performance Security 5.1 The successful tenderer must furnish to the purchaser the required performance security to
concerned MS/ Dean of ESIC Institute within 21 days from the date of dispatch of letter valid up to sixty (60) days after the date of completion of all contractual obligations by the supplier,
including the warranty obligations. Performance security is indicated item wise per unit in the list of requirement. Performance security will be released after discharge of all the contractual
obligations and expiry of CMC. 5.2 The Performance security shall be denominated in Indian Rupees or in the currency of the contract
as detailed below: It shall be in form of Bank Guarantee issued by a Scheduled bank in India, in the prescribed form as provided in section XV of this document in favour of the Purchaser/Consignee. The validity of the Bank Guarantee will be for a period up to sixty (60) days beyond Warranty Period. 5.3 In the event of any failure /default of the supplier with or without any quantifiable loss to the
government including furnishing of consignee wise Bank Guarantee for CMC security as per
27
Proforma in Section XV, the amount of the performance security is liable to be forfeited. The Administration Department may do the needful to cover any failure/default of the supplier with or without any quantifiable loss to the Government.
5.4 In the event of any amendment issued to the contract, the supplier shall, within fifteen (15) days of issue of the amendment, furnish the corresponding amendment to the Performance Security (as necessary), rendering the same valid in all respects in terms of the contract, as amended.
5.5 The supplier shall enter into Annual Comprehensive Maintenance Contract as per the ‗Contract Form – B‘ in Section XVI with respective consignees, 3 (three) months prior to the completion of Warranty Period. The CMC will commence from the date of expiry of the Warranty Period.
5.6 Subject to GCC sub – clause 5.3 above, the Purchaser/Consignee will release the Performance Security without any interest to the supplier on completion of the supplier‘s all contractual
obligations including the warranty obligations & after receipt of Consignee wise bank guarantee for CMC security in favour of Head of the Hospital/ Institute/ Medical College of the consignee as per the format in Section XV.
Performance Security shall not be released till the end of CMC Period (subject to satisfactory
CMC performance). If CMC denied, the firm will be black listed.
Technical Specifications and Standards 6.1 The Goods & Services to be provided by the supplier under this contract shall conform to the
technical specifications and quality control parameters mentioned in ‗Technical Specification‘ and ‗Quality Control Requirements‘ under Sections VII and VIII of this document.
Packing and Marking 7.1 The packing for the goods to be provided by the supplier should be strong and durable enough to
withstand, without limitation, the entire journey during transit including transhipment (if any),
rough handling, open storage etc. without any damage, deterioration etc. As and if necessary, the size, weights and volumes of the packing cases shall also take into consideration, the remoteness
of the final destination of the goods and availability or otherwise of transport and handling facilities at all points during transit up to final destination as per the contract.
7.2 The quality of packing, the manner of marking within & outside the packages and provision of accompanying documentation shall strictly comply with the requirements as provided in Technical Specifications and Quality Control Requirements under Sections VII and VIII and in SCC under
Section V. In case the packing requirements are amended due to issue of any amendment to the contract, the same shall also be taken care of by the supplier accordingly.
7.3 Packing instructions:
Unless otherwise mentioned in the Technical Specification and Quality Control Requirements
under Sections VII and VIII and in SCC under Section V, the supplier shall make separate packages for each consignee (in case there is more than one consignee mentioned in the contract) and mark each package on three sides with the following with indelible paint of proper quality:
a. contract number and date
b. brief description of goods including quantity
c. packing list reference number
d. country of origin of goods
e. consignee‘s name and full address and f. supplier‘s name and address
Inspection, Testing and Quality Control 8.1 The purchaser and/or its nominated representative(s) will, without any extra cost to the purchaser,
inspect and/or test the ordered goods and the related services to confirm their conformity to the
contract specifications and other quality control details incorporated in the contract. The purchaser shall inform the supplier in advance, in writing, the purchaser‘s programme for such inspection
and, also the identity of the officials to be deputed for this purpose. ―The cost towards the transportation, boarding and lodging will be borne by the purchaser and/or its nominated
representative(s) for the first visit. In case the goods are rejected in the first instance and the
28
supplier requests for re-inspection, and if same is accepted by purchaser/consignee/PSA/PA, all subsequent inspections shall be at the cost of the supplier. The expense will be to and fro
Economy Airfare, Local Conveyance, Boarding and Lodging of the inspection team for the inspection period.‖
8.2 The Technical Specification and Quality Control Requirements incorporated in the contract shall specify what inspections and tests are to be carried out and, also, where and how they are to be conducted. If such inspections and tests are conducted in the premises of the supplier or its
subcontractor(s), all reasonable facilities and assistance, including access to relevant drawings, design details and production data, shall be furnished by the supplier to the purchaser‘s inspector at no charge to the purchaser.
8.3 If during such inspections and tests the contracted goods fail to conform to the required
specifications and standards, the purchaser‘s inspector may reject them and the supplier shall either replace the rejected goods or make all alterations necessary to meet the specifications and standards, as required, free of cost to the purchaser and resubmit the same to the purchaser‘s
inspector for conducting the inspections and tests again. 8.4 In case the contract stipulates pre-despatch inspection of the ordered goods at supplier‘s premises,
the supplier shall put up the goods for such inspection to the purchaser‘s inspector well ahead of the contractual delivery period, so that the purchaser‘s inspector is able to complete the inspection
within the contractual delivery period. 8.5 If the supplier tenders the goods to the purchaser‘s inspector for inspection at the last moment
without providing reasonable time to the inspector for completing the inspection within the contractual delivery period, the inspector may carry out the inspection and complete the formality
beyond the contractual delivery period at the risk and expense of the supplier. The fact that the goods have been inspected after the contractual delivery period will not have the effect of keeping
the contract alive and this will be without any prejudice to the legal rights and remedies available to the purchaser under the terms & conditions of the contract.
8.6 The purchaser‘s/consignee‘s contractual right to inspect, test and, if necessary, reject the goods
after the goods‘ arrival at the final destination shall have no bearing of the fact that the goods have previously been inspected and cleared by purchaser‘s inspector during pre-despatch inspection mentioned above. ―On rejection, the supplier shall remove such stores within 14 days of the date of intimation of such rejection from the consignee‘s premises. If such goods are not removed by the supplier
within the period mentioned above, the purchaser/consignee may remove the rejected stores and either return the same to the supplier at his risk and cost by such mode of transport as
purchaser/consignee may decide or dispose of such goods at the suppliers risk to recover any expense incurred in connection with such disposals and also the cost of the rejected stores if
already paid for.‖
8.7 Goods accepted by the purchaser/consignee and/or its inspector at initial inspection and in final
inspection in terms of the contract shall in no way dilute purchaser‘s/consignee‘s right to reject the same later, if found deficient in terms of the warranty clause of the contract, as incorporated under GCC Clause 15.
8.8 Principal/ Foreign supplier shall also have the equipment inspected by recognised/ reputed agency like SGS, Lloyd, Bureau Veritas, TUV prior to despatch at the supplier‘s cost and furnish necessary certificate from the said agency in support of their claim.
Terms of Delivery 9.1 Goods shall be delivered by the supplier in accordance with the terms of delivery and as per the
delivery period specified in the schedule of requirement. In case of failure to deliver maximum penalty of 10% of contract price will be deducted from Performance Security . Please note that the time shall be the essence of the contract.
Transportation of Goods
10.2 Instructions for transportation of domestic goods including goods already imported by the supplier under its own arrangement: In case no instruction is provided in this regard in the SCC, the supplier will arrange transportation of the ordered goods as per its own procedure.
29
Insurance: 11.1 Unless otherwise instructed in the SCC, the supplier shall make arrangements for insuring the
goods against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the following manner:
in case of supply of domestic goods on Consignee site basis, the supplier shall be responsible till the entire stores contracted for arrival in good condition at destination. The
transit risk in this respect shall be covered by the Supplier by getting the stores duly insured
for an amount equal to 110% of the value of the goods from ware house to ware house (consignee site) on all risk basis.
in case of supply of the imported goods on CIP Named port of Destination Basis, the
additional extended Insurance (local transportation and storage) would be borne by the
Supplier or its Indian Subsidiary/Indian agent from the port of entry to the consignee site for a period including 3 months beyond date of delivery for an amount equal to 110% of the
overall expenditure to be incurred by the purchaser from ware house to ware house (consignee site) on all risk basis.
If the equipment is not commissioned and handed over to the consignee within insurance period,
the insurance will have to be extended by the supplier at their cost till the successful installation, testing, commissioning and handing over of the goods to the consignee. In case the delay in the
installation and commissioning is due to handing over of the site to the supplier by the consignee, such extensions of the insurance will still be done by the supplier, but the insurance extension
charges at actuals will be reimbursed.
Spare parts
12.1 If specified in the List of Requirements and in the resultant contract, the supplier shall supply/provide any or all of the following materials, information etc. pertaining to spare parts manufactured and/or supplied by the supplier:
The spare parts as selected by the Purchaser/Consignee to be purchased from the supplier, subject to the condition that such purchase of the spare parts shall not relieve the supplier of any contractual obligation including warranty obligations; and
In case the production of the spare parts is discontinued:
30
Sufficient advance notice to the Purchaser/Consignee before such discontinuation to
provide adequate time to the purchaser to purchase the required spare parts etc., and
The supplier shall be responsible for undertaking the supply of any such spare part for the proper up keeping of equipment for a period of 10 years including the warranty and CMC periods.
12.2 Supplier shall carry sufficient inventories to assure ex-stock supply of consumables and spares for the goods so that the same are used during warranty and CMC period.
Incidental services 13.1 Subject to the stipulation, if any, in the SCC (Section – V), List of Requirements (Section – VI)
and the Technical Specification (Section – VII), the supplier shall be required to perform the following services.
Installation & commissioning, Supervision and Demonstration of the goods
Providing required jigs and tools for assembly, minor civil works required for the completion of the installation.
Training of Consignee‘s Doctors, Staff, operators etc. for operating and maintaining
the goods
Supplying required number of operation & maintenance manual for the goods Distribution of dispatch documents for clearance/receipt of goods
The supplier shall send all the relevant despatch documents well in time to the Purchaser/Consignee to enable the Purchaser/Consignee clear or receive (as the case may be) the goods in terms of the contract. Unless otherwise specified in the SCC, the usual documents involved and the drill to be followed in general for this purpose are as follows.
For Domestic Goods, including goods already imported by the supplier under its
own arrangement
Within 24 hours of despatch, the supplier shall notify the purchaser, consignee, and others concerned if mentioned in the contract, the complete details of despatch and also supply the following documents to them by registered post / speed post / courier (or as instructed in the contract):
Four copies of supplier‘s invoice showing contract number, goods description,
quantity, unit price and total amount; Two copies of packing list identifying contents of each package;
Certificate of origin for goods of foreign origin;
Insurance Certificate as per GCC Clause 11.
Manufacturers/Supplier‘s warranty certificate & In-house inspection certificate.
For goods imported from abroad: All formalities/requirement will be done by the Bidder/Firm
under its own arrangement.
31
Warranty:
The supplier warrants comprehensively that the goods supplied under the contract is brand new, unused and incorporate all recent improvements in design and materials unless
prescribed otherwise by the purchaser in the contract. The supplier further warrants that the goods supplied under the contract shall have no defect arising from design, materials (except
when the design adopted and/or the material used are as per the Purchaser‘s/Consignee‘s
specifications) or workmanship or from any act or omission of the supplier, that may develop under normal use of the supplied goods under the conditions prevailing in India.
The warranty shall remain valid for a period of 5 years as mentioned the date of installation commissioning with a regular updates of newer technology as and when evolved followed by
a CMC for a period of 5 (Five) Years for all the equipment after the goods or any portion thereof as the case may be, have been delivered to the final destination and installed and commissioned at the final destination and accepted by the purchaser/ consignee in terms of the contract, unless specified otherwise in the SCC.
No conditional warranty will be acceptable. Warranty as well as Comprehensive Maintenance contract will be inclusive of all accessories
and Site Modification work and it will also cover the following wherever applicable:-
Any kind of motor.
Plastic & Glass Parts against any manufacturing defects.
All kind of sensors.
All kind of coils, probes and transducers.
Printers and imagers including laser and thermal printers with all parts.
UPS including the replacement of batteries.
Air-conditioners
Replacement and repair will be under taken for the defective goods.
All kinds of painting, civil, HVAC and electrical work
Proper marking has to be made for all spares for identification like printing of
installation and repair dates. *any other part not covered above. 15.3 In case of any claim arising out of this warranty, the Purchaser/Consignee shall promptly notify
the same in writing to the supplier. The period of the warranty will be as per G.C.C clause number 15.2 above irrespective of any other period mentioned elsewhere in the bidding documents.
15.4 Upon receipt of such notice, the supplier shall, within 8 hours on a 24(hrs) X 7 (days) X 365
(days) basis respond to take action to repair or replace the defective goods or parts thereof, free of cost, at the ultimate destination. The supplier shall take over the replaced parts/goods after
providing their replacements and no claim, whatsoever shall lie on the purchaser for such replaced parts/goods thereafter. The penalty clause for non-rectification will be applicable as per tender
conditions
32
15.5 In the event of any rectification of a defect or replacement of any defective goods during the warranty period, the warranty for the rectified/replaced goods shall be extended till the completion of the original warranty period of the main equipment.
15.6 If the supplier, having been notified, fails to respond to take action to repair or replace the
defect(s) within 8 hours on a 24(hrs) X 7 (days) X 365 (days) basis, the purchaser may proceed to take such remedial action(s) as deemed fit by the purchaser, at the risk and expense of the supplier and without prejudice to other contractual rights and remedies, which the purchaser may have
against the supplier. 15.7 During Warranty period, the supplier is required to visit at each consignee‘s site at least once in 6
months commencing from the date of the installation for preventive maintenance of the goods 15.8 The Purchaser/Consignee reserve the rights to enter into Annual Comprehensive Maintenance
Contract between Consignee and the Supplier for the period as mentioned in Section VII, Technical Specifications after the completion of warranty period.
15.9 The supplier along with its Indian Agent and the CMC provider shall ensure continued supply of the spare parts for the machines and equipment supplied by them to the purchaser for 10 years from the date of installation and handing over.
15.10 The Supplier along with its Indian Agent and the CMC Provider shall always accord most
favoured client status to the Purchaser vis-à-vis its other Clients/Purchasers of its equipment /machines/goods etc. and shall always give the most competitive price for its machines/equipment supplied to the Purchaser/Consignee.
Assignment 16.1 The Supplier shall not assign, either in whole or in part, its contractual duties, responsibilities and
obligations to perform the contract, except with the Purchaser‘s prior written permission.
Sub Contracts 17.1 The Supplier shall notify the Purchaser in writing of all sub contracts awarded under the contract if
not already specified in its tender. Such notification, in its original tender or later, shall not relieve the Supplier from any of its liability or obligation under the terms and conditions of the contract.
17.2 Sub contract shall be only for bought out items and sub-assemblies.
17.3 Sub contracts shall also comply with the provisions of GCC Clause 4 (―Country of Origin‖).
Modification Of Contract 18.1 If necessary, the purchaser may, by a written order given to the supplier at any time during the
currency of the contract, amend the contract by making alterations and modifications within the general scope of contract in any one or more of the following:
Specifications, drawings, designs etc. where goods to be supplied under the contract are to be specially manufactured for the purchaser,
Mode of packing, Incidental services to be provided by the supplier
Mode of despatch,
Place of delivery, and Any other area(s) of the contract, as felt necessary by the purchaser depending on the
merits of the case.
18.2 In the event of any such modification/alteration causing increase or decrease in the cost of goods
and services to be supplied and provided, or in the time required by the supplier to perform any obligation under the contract, an equitable adjustment shall be made in the contract price and/or contract delivery schedule, as the case may be, and the contract amended accordingly. If the
supplier doesn‘t agree to the adjustment made by the Purchaser/Consignee, the supplier shall
33
convey its views to the Purchaser/Consignee within twenty-one days from the date of the
supplier‘s receipt of the Purchaser‘s/Consignee‘s amendment / modification of the contract.
Prices 19.1 Prices to be charged by the supplier for supply of goods and provision of services in terms of the
contract shall not vary from the corresponding prices quoted by the supplier in its tender and incorporated in the contract except for any price adjustment authorised in the SCC.
Taxes and Duties 20.1 Supplier shall be entirely responsible for all taxes, duties, fees, levies etc. incurred until delivery of
the contracted goods to the purchaser.
20.2 Further instruction, if any, shall be as provided in the SCC.
Terms and mode of payment
Payment shall be made subject to recoveries, if any, by way of liquidated damages or any other charges as per terms & conditions of contract in the following manner.
TERMS AND MODE OF PAYMENT Payment shall be made in Indian Rupees by Individual location MS/Dean as specified in the contract in the following manner:
On delivery
Supplier has to submit at following paper while delivering the consignment.
Four copies of supplier‘s invoice showing contract number, goods description, quantity, unit price and total amount
Two copies of packing list identifying contents of each package
Inspection certificate issued by the nominated Inspection agency, if any
Insurance Certificate as per GCC Clause 11
Certificate of origin for imported goods Consignee Receipt Certificate as per Section XVII in original issued by the
authorized representative of the consignee
On Acceptance:
100% payment would be made against ‗Final Acceptance Certificate‘ as per Section XVIII
of goods to be issued by the consignees subject to LD recoveries, if any, within 10 days issue of FAC & submission of bills. FAC needs to be issued by the designated consignee after
installation, commissioning, testing and one to two weeks of successful trail run of the equipment.
Payment for Annual Comprehensive Maintenance Contract Charges: The consignee will enter into CMC with the supplier at the rates as stipulated in the contract. The
payment of CMC will be made on six monthly basis after satisfactory completion of said period..
If CMC denied then firm will be black listed. 21.2 The supplier shall not claim any interest on payments under the contract.
34
21.3 Where there is a statutory requirement for tax deduction at source, such deduction towards income tax and other tax as applicable will be made from the bills payable to the Supplier at rates as notified from time to time.
21.4 100% payment will be released within ten (10) days of issue of USER receipt-cum-acceptance
certificate and submission of bills by the MS/Dean of the ESIC Hospital . 21.5 The payment shall be made in the Indian currency. 21.6 The supplier shall send its claim for payment in writing, when contractually due, along with
relevant documents etc., duly signed with date, to respective consignees. 21.7 While claiming payment, the supplier is also to certify in the bill that the payment being claimed is
strictly in terms of the contract and all the obligations on the part of the supplier for claiming that payment has been fulfilled as required under the contract.
Delivery
22.1 The supplier shall deliver the goods and perform the services under the contract within ( 06 weeks) the time schedule specified by the Purchaser/Consignee in the List of Requirements and as incorporated in the contract. The time for and the date of delivery of the goods stipulated in the
schedule shall be deemed to be of the essence of the contract and the delivery must be completed no later than the date (s) as specified in the contract.
The delivery has to be made at the ESIC Institution/Hospitals from where the firm get the supply order.
22.2 Subject to the provision under GCC clause 26, any unexcused delay by the supplier in maintaining its contractual obligations towards delivery of goods and performance of services shall render the supplier liable to any or all of the following sanctions:
imposition of liquidated damages,
forfeiture of its performance security and
termination of the contract for default.
22.3 If at any time during the currency of the contract, the supplier encounters conditions hindering
timely delivery of the goods and performance of services, the supplier shall promptly inform the Purchaser/Consignee in writing about the same and its likely duration and make a request to the Purchaser/Consignee for extension of the delivery schedule accordingly. On receiving the
supplier‘s communication, the Purchaser/Consignee shall examine the situation as soon as
35
possible and, at its discretion, may agree to extend the delivery schedule, with or without liquidated damages for completion of supplier‘s contractual obligations by issuing an amendment to the contract.
22.4 When the period of delivery is extended due to unexcused delay by the supplier, the amendment letter extending the delivery period shall, interalia contain the following conditions:
The Purchaser/Consignee shall recover from the supplier, under the provisions of the clause 23 of the General Conditions of Contract, liquidated damages on the goods and services, which the Supplier has failed to deliver within the delivery period stipulated in the contract.
That no increase in price on account of any ground, whatsoever, including any stipulation in the contract for increase in price on any other ground and, also including statutory increase
in or fresh imposition of customs duty and/or GST or on account of any other tax or duty which may be levied in respect of the goods and services specified in the contract, which
takes place after the date of delivery stipulated in the contract shall be admissible on such of the said goods and services as are delivered and performed after the date of the delivery
stipulated in the contract. But nevertheless, the Purchaser/Consignee shall be entitled to the benefit of any decrease in
price on account of reduction in or remission of customs duty and/or GST or any other duty or tax or levy or on account of any other grounds, which takes place after the expiry of the date of delivery stipulated in the contract.
22.5 The supplier shall not dispatch the goods after expiry of the delivery period. The supplier is
required to apply to the Purchaser/Consignee for extension of delivery period and obtain the same
before despatch. In case the supplier dispatches the goods without obtaining an extension, it would be doing so at its own risk and no claim for payment for such supply and / or any other
expense related to such supply shall lie against the purchaser.
22.6.1 Passing of Property: 22.6.2 The property in the goods shall not pass to the purchaser unless and until the goods have been
delivered to the consignee in accordance with the conditions of the contract. 22.6.3 Where there is a contract for sale of specific goods and the supplier is bound to do something to
the goods for the purpose of putting them into a deliverable state the property does not pass until
such thing is done. 22.6.4 Unless otherwise agreed, the goods remain at the supplier‘s risk until the property therein is
transferred to the purchaser.
Liquidated damages
23.1 Subject to GCC clause 26, if the supplier fails to deliver or install /commission any or all of the
goods or fails to perform the services within the time frame(s) incorporated in the contract
including opening of office in India as per the undertaking given in the qualification criteria, the
Purchaser/Consignee shall, without prejudice to other rights and remedies available to the
Purchaser/Consignee under the contract, deduct from the contract price, as liquidated damages, a
sum equivalent to 0.5% per week of delay or part thereof on delayed supply of goods, installation,
commissioning and/or services until actual delivery or performance subject to a maximum of 10%
of the contract price. Once the maximum is reached Purchaser/Consignee may consider
termination of the contract as per GCC 24. Since the Liquidated damages are in virtue of non-
performance of services, it will attract GST or any other applicable taxes which in turn shall be
deducted from the bidder.
During the above-mentioned delayed period of supply and / or performance, the conditions incorporated under GCC sub-clause 22.4 above shall also apply.
Termination for default
36
24.1 The Purchaser/Consignee, without prejudice to any other contractual rights and remedies available to it (the Purchaser/Consignee), may, by written notice of default sent to the supplier, terminate
the contract in whole or in part, if the supplier fails to deliver any or all of the goods or fails to perform any other contractual obligation(s) within the time period specified in the contract, or
within any extension thereof granted by the Purchaser/Consignee pursuant to GCC sub-clauses
22.3 and 22.4. 24.2 In the event of the Purchaser/Consignee terminates the contract in whole or in part, pursuant to
GCC sub-clause 24.1 above, the Purchaser/Consignee may procure goods and/or services similar
to those cancelled, with such terms and conditions and in such manner as it deems fit and the supplier shall be liable to the Purchaser/Consignee for the extra expenditure, if any, incurred by the Purchaser/Consignee for arranging such procurement.
24.3 Unless otherwise instructed by the Purchaser/Consignee, the supplier shall continue to perform the contract to the extent not terminated.
Termination for insolvency
25.1 If the supplier becomes bankrupt or otherwise insolvent, the purchaser reserves the right to terminate the contract at any time, by serving written notice to the supplier without any compensation, whatsoever, to the supplier, subject to further condition that such termination will not prejudice or affect the rights and remedies which have accrued and / or will accrue thereafter
to the Purchaser/Consignee.
Force Majeure
26.1 Notwithstanding the provisions contained in GCC clauses 22, 23 and 24, the supplier shall not be liable for imposition of any such sanction so long the delay and/or failure of the supplier in fulfilling its obligations under the contract is the result of an event of Force Majeure.
26.2 For purposes of this clause, Force Majeure means an event beyond the control of the supplier and not involving the supplier‘s fault or negligence and which is not foreseeable and not brought about
at the instance of , the party claiming to be affected by such event and which has caused the non – performance or delay in performance. Such events may include, but are not restricted to, wars or
revolutions, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes excluding by its employees , lockouts excluding by its
management, and freight embargoes. 26.3 If a Force Majeure situation arises, the supplier shall promptly notify the Purchaser/Consignee in
writing of such conditions and the cause thereof within twenty one days of occurrence of such event. Unless otherwise directed by the Purchaser/Consignee in writing, the supplier shall continue to perform its obligations under the contract as far as reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.
26.4 If the performance in whole or in part or any obligation under this contract is prevented or delayed by any reason of Force Majeure for a period exceeding sixty days, either party may at its option terminate the contract without any financial repercussion on either side.
26.5 In case due to a Force Majeure event the Purchaser/Consignee is unable to fulfil its contractual commitment and responsibility, the Purchaser/Consignee will notify the supplier accordingly and subsequent actions taken on similar lines described in above sub-paragraphs.
Termination for convenience
27.1 The Purchaser/Consignee reserves the right to terminate the contract, in whole or in part for its
(Purchaser‘s/Consignee ‘s) convenience, by serving written notice on the supplier at any time during the currency of the contract. The notice shall specify that the termination is for the convenience of the Purchaser/Consignee. The notice shall also indicate interalia, the extent to
37
which the supplier‘s performance under the contract is terminated, and the date with effect from which such termination will become effective.
27.2 The goods and services which are complete and ready in terms of the contract for delivery and
performance within thirty days after the supplier‘s receipt of the notice of termination shall be accepted by the Purchaser/Consignee following the contract terms, conditions and prices. For the remaining goods and services, the Purchaser/Consignee may decide:
To get any portion of the balance completed and delivered at the contract terms, conditions and prices; and / or
To cancel the remaining portion of the goods and services and compensate the supplier by paying an agreed amount for the cost incurred by the supplier towards the remaining portion of the goods and services.
Governing language
28.1 The contract shall be written in English language following the provision as contained in GIT clause 4. All correspondence and other documents pertaining to the contract, which the parties exchange, shall also be written accordingly in that language.
Notices
29.1 Notice, if any, relating to the contract given by one party to the other, shall be sent in writing or by
cable or telex or facsimile and confirmed in writing. The procedure will also provide the sender of the notice, the proof of receipt of the notice by the receiver. The addresses of the parties for exchanging such notices will be the addresses as incorporated in the contract.
29.2 The effective date of a notice shall be either the date when delivered to the recipient or the effective date specifically mentioned in the notice, whichever is later.
Resolution of disputes
30.1 If dispute or difference of any kind shall arise between the Purchaser/Consignee and the supplier in connection with or relating to the contract, the parties shall make every effort to resolve the same amicably by mutual consultations.
30.2 If the parties fail to resolve their dispute or difference by such mutual consultation within twenty-
one days of its occurrence, then, unless otherwise provided in the SCC, either the
Purchaser/Consignee or the supplier may give notice to the other party of its intention to
commence arbitration, as hereinafter provided the applicable arbitration procedure will be as per
the Arbitration and Conciliation Act, 1996 of India or amendments thereof. In the case of a dispute
or difference arising between the Purchaser/Consignee and a domestic Supplier relating to any
matter arising out of or connected with the contract, such dispute or difference shall be referred to
the sole arbitration of an officer in the Ministry of Law and Justice, appointed to be the arbitrator
by the Director General (ESIC). The award of the arbitrator shall be final and binding on the
parties to the contract subject to the provision that the Arbitrator shall give reasoned award in case
the value of claim in reference exceeds Rupees One lakhs (Rs. 1,00,000/-) 30.3 Venue of Arbitration: The venue of arbitration shall be the place from where the contract has been
issued, i.e., New Delhi. 30.4 Jurisdiction of the court will be from the place where the tender enquiry document has been issued,
i.e., New Delhi, India
31. Applicable Law
The contract shall be governed by and interpreted in accordance with the laws of India for the time being in force.
38
32 Withholding and Lien in respect of sums claimed Whenever any claim for payment arises under the contract against the supplier the purchaser shall be entitled to withhold and also have a lien to retain such sum from the security deposit or sum of
money arising out of under any other contract made by the supplier with the purchaser, pending finalization or adjudication of any such claim. It is an agreed term of the contract that the sum of
money so withheld or retained under the lien referred to above, by the purchaser, will be kept withheld or retained till the claim arising about of or under the contract is determined by the
Arbitrator or by the competent court as the case may be, and the supplier will have no claim for interest or damages whatsoever on any account in respect of such withholding or retention.
General/ Miscellaneous Clauses
33.1 Nothing contained in this Contract shall be constructed as establishing or creating between the parties, i.e. the Supplier/its Indian Agent/CMC Provider on the one side and the Purchaser on the other side, a relationship of master and servant or principal and agent.
33.2 Any failure on the part of any Party to exercise right or power under this Contract shall not operate as waiver thereof.
33.3 The Supplier shall notify the Purchaser/Consignee /the Government of India of any material change would impact on performance of its obligations under this Contract.
33.4 Each member/constituent of the Supplier/its Indian Agent/CMC Provider, in case of consortium shall be jointly and severally liable to and responsible for all obligations towards the
Purchaser/Consignee/Government for performance of contract/services including that of its Associates/Sub Contractors under the Contract.
33.5 The Supplier/its Indian Agent/CMC Provider shall at all times, indemnify and keep indemnified the Purchaser/Government of India against all claims/damages etc. for any infringement of any Intellectual Property Rights (IPR) while providing its services under CMC or the Contract.
33.6 The Supplier/its Agent/CMC Provider shall, at all times, indemnify and keep indemnified the
Purchaser/Consignee/Government of India against any claims in respect of any damages or compensation payable in consequences of any accident or injury sustained or suffered by its employees or agents or by any other third party resulting from or by any action, omission or
operation conducted by or on behalf of the supplier/its associate/affiliate etc. 33.7 All claims regarding indemnity shall survive the termination or expiry of the contract. 33.8 If any provisions of this tender enquiry or a contact formed on the basis of this tender enquiry are
invalid or void under any of the existing provisions of Indian law, then such provisions will not affect other provisions of this tender enquiry/ contract.
Turnover Clause: The participating Bidder/Firm should have minimum Annual turnover as indicated in the list of requirement against each item during last three preceding Financial Years i.e. 2014-2015,2015-2016 and 2016-2017. If participating bidder bids for more than one item, then the turnover of the bidder must be equal or more than cumulative item wise turnover of the quoted items. (Turnover of each item is mentioned in the list of requirement).
39
SECTION – V
SPECIAL CONDITIONS OF CONTRACT (SCC)
The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below.
These Special Conditions will modify/substitute/supplement the corresponding (GCC) clauses. Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.
The warranty and CMC period will be as mentioned in the list of requirement as per section VI of the tender enquiry.
40
SECTION - VI
S.No Equipment Qty EMD
Performance Security/unit Turnover
1 2D echo machine with colour Doppler 5 625000 250000 62500000
2 TMT machine with monitor 3 210000 140000 21000000
3 Holter with monitor for analysis 3 120000 80000 12000000
4 Cardiac beds 30 450000 30000 45000000
5 Portable Eco cardiography with Color Doppler 2 150000 150000 15000000
6 Hemodialysis machines with all the fluids 21 1155000 110000 115500000
7 Hemodialysis machine with SLED 4 400000 200000 40000000
8 RO water plan capacity 500 ltr/hr 1 350000 700000 35000000
9 RO water plan capacity 1000 ltr/hr 1 450000 900000 45000000
10 Dialyzer reprocessing system 1 125000 250000 12500000
11 Cyst scope (Telescope + sheath) with accessories & OIU sheath 3 210000 140000 21000000
12 Electro cautery set with accessories 1 30000 60000 3000000
13 Uroflowmetery machine with accessories 2 20000 20000 2000000
14 Upper GI scopes with accessories (Diagnostic) i.e. Monitor, light source, video processor 1 45000 90000 4500000
15 Upper GI scopes with accessories (Theraputic) i.e. Monitor, light source, video processor 2 110000 110000 11000000
16 Electro cautery machine 2 10000 10000 1000000
17 Low GI (colonoscope) 2 110000 110000 11000000
18 Sigmoidoscope 1 35000 70000 3500000
19 Hydrogen breath tester (Gastrolyze) 1 5000 10000 500000
20 APC (argon plasma coagulator) 2 30000 30000 3000000
21 EEG with brain mapping machine 1 30000 60000 3000000
22 NCV machine & EMG with evoked potential 1 30000 60000 3000000
23 Bed side Multipara Monitor 53 2120000 80000 212000000
24 Arterial Blood Gas Analyser 1 55000 110000 5500000
25 Transport / Portable (Ventilator) 4 80000 40000 8000000
26 Invasive Mechanical Ventilator 4 240000 120000 24000000
27 Non-Invasive Mechanical Ventilator/Bi PAP and CPAP 2 30000 30000 3000000
28 Defibrillator/with monitor/with recorder with external pacemaker 4 140000 70000 14000000
29 Pneumatic compression Devices (DVT Pump) 4 30000 15000 3000000
41
For delayed delivery and/or installation and commissioning liquidated damages will get applied as per GCC clause 23.
Insurance (local transportation and storage) would be extended and borne by the Supplier or
its Indian Subsidiary/Agent from ware house to the consignee site.
Destination/Consignee details: A list of Consignee is given in Section XXI. The goods mentioned at Part-I in this section are intended to be supplied to the following hospitals/medical institutes. However, order may be placed by any hospital/institute across India.
42
GENERAL TECHNICAL SPECIFICATIONS
GENERAL POINTS:
Warranty: 95% up time Warranty of complete equipment with extension of Warranty period by double the
downtime period on 24 (hrs) X 7 (days) X 365 (days) basis.(Warranty period is indicated in the list of requirement)
All software updates should be provided free of cost during Warranty period.
After Sales Service: After sales service centre should be available at the city of Hospital/Institution/Medical College on 24 (hrs) X 7 (days) X 365 (days) basis. Complaints should be attended properly, maximum within 8 hrs. The service should be provided directly by Tenderer/Indian Agent. Undertaking by the
Principals that the spares for the equipment shall be available for at least 10 years from the date of supply.
Training:
On Site training to Doctors/ Technicians/ staff is to be provided by Principal/ Indian Agents (if they have the requisite know-how) for operation and maintenance of the equipment to the satisfaction of the consignee. The same will be in line with the training modalities as specified in general technical
specification.
Annual Comprehensive Maintenance Contract (CMC) of subject equipment:
The cost of Comprehensive Maintenance Contract (CMC) which includes preventive
maintenance including testing & calibration as per technical/ service /operational manual of the manufacturer, labour and spares, after satisfactory completion of Warranty period may be
quoted for next 5 years on yearly basis for complete equipment (including Batteries for UPS, other vacuumatic parts wherever applicable) and Site Modification Work (if any). The supplier
shall visit each consignee site as recommended in the manufacturer‘s technical/ service /operational manual, but at least once in six months during the CMC period
The cost of CMC may be quoted along with taxes applicable on the date of Tender Opening.
The taxes to be paid extra, to be specifically stated. In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later.
Cost of CMC will be added for Ranking/Evaluation purpose. The payment of CMC will be made on six monthly basis after satisfactory completion of said
period, duly certified by end user. There will be 95% uptime warranty during CMC period on 24 (hrs) X 7 (days) X 365 (days)
basis, with penalty, to extend CMC period by double the downtime period. During CMC period, the supplier is required to visit at each consignee‘s site at least once in 6
months commencing from the date of the successful completion of warranty period for preventive maintenance of the goods.
All software updates should be provided free of cost during CMC. Failure of the above [4. e) to 4. g)] by the supplier, may lead to the forfeiture of the
Bank Guarantee for Annual CMC. The payment of CMC will be made as stipulated in GCC Clause 21.
Section – VIII
43
Quality Control Requirements
(Proforma for equipment and quality control employed by the manufacturer(s)
Tender Reference No.
Date of opening
Time
Name and address of the Tenderer:
Note: All the following details shall relate to the manufacturer(s) for the goods quoted for.
Name of the manufacturer
full postal address
full address of the premises
telegraphic address
telex number
telephone number
fax number
Plant and machinery details
Manufacturing process details Monthly (single shift) production capacity of goods quoted for
normal
maximum
Total annual turn-over (value in Rupees)
Quality control arrangement details
for incoming materials and bought-out components
for process control
for final product evaluation
Test certificate held type test . BIS/ISO certification
. any other Details of staff a.technical
skilled
unskilled
Signature and seal of the Tenderer
Section – IX
44
Qualification Criteria
The tenderer must be a manufacturer. In case the manufacturer does not quote directly, they may authorize an agent as per proforma of Manufacturer authorization form as given in the tender enquiry document to quote and enter into a contractual obligation.
2(a) The Manufacturer should have supplied and installed in last Five years from the date of Tender Opening, at least 25% of the quoted quantity (rounded off to next whole number) of the similar
equipment meeting major parameters of technical specification which is functioning satisfactorily.
2(b) The Tenderers quoting as authorized representative of the manufacturer meeting the above criteria should have executed at least one contract in the last five years from the date of tender opening of medical equipment anywhere in India of the same manufacturer.
The start-ups claiming exemption on the required prior experience, and complying the condition of GIT Clause 35.3 (iv), should furnish along with the bid
All necessary documents in support of the claim regarding exemption on prior
experience as mandated by concerned Ministry/ Board of Govt. of India.
Notwithstanding anything stated above, the Purchaser reserves the right to verify/ consider,
whether the firm/ entity is eligible for exemption regarding prior experience requirement.
Turnover Clause: The participating Bidder/Firm should have minimum Annual turnover as indicated in the list of requirement against each item during last three preceding Financial Years i.e. 2014 -2015, 2015-2016 and 2016-2017. If participating bidder bids for more than one item, then the turnover of the bidder must be equal or more than cumulative item wise turnover of the quoted items. (Turnover of each item is mentioned in the list of requirement).
NOTE:
The tenderer shall give an affidavit as under:
“We hereby certify that if at any time, information furnished by us is proved to be false or
incorrect, we are liable for any action as deemed fit by the purchaser in addition to forfeiture of
the earnest money.”
In support of 2 (a) & 2 (b), the Tenderer shall furnish Performance statement in the enclosed Proforma
‗A‘.
The manufacturer (Tenderer) / Indian Agent shall furnish Satisfactory Performance Certificate in respect of above, duly translated in English and duly notarized in the country of origin, alongwith the tender.
The Tenderer shall furnish a brief write-up, packed with adequate data explaining and establishing his
available capacity/capability (both technical and financial) to perform the Contract (if awarded) within the stipulated time period, after meeting all its current/present commitments. The Tenderer shall also furnish details of Equipment and Quality Control in the enclosed Section VIII.
Notwithstanding anything stated above, the Purchaser reserves the right to assess the Tenderer‘s
capability and capacity to perform the contract satisfactorily before deciding on award of Contract, should circumstances warrant such an assessment in the overall interest of the Purchaser.
45
The Purchaser reserves the right to ask for a free demonstration of the quoted equipment at a pre determined place acceptable to the purchaser for technical acceptability as per the tender specifications, before the opening of the Price Tender.
46
PROFORMA „A‟
PROFORMA FOR PERFORMANCE STATEMENT
(For the period of last five years)
Tender Reference No. : _________________________________
Date of opening : _________________________________
Time : _________________________________
Name and address of the Tenderer : _________________________________
Name and address of the manufacturer : _________________________________
Order Order Description Value Date of Remarks Have the placed by number and quantity of completion of indicating goods been
(full and date of ordered order Contract reasons for functioning
address of goods and (Rs.) As per Actual delay if Satisfactorily Purchaser/ services contract any (attach Consignee) documentary
proof)**
1 2 3 4 5 6 7 8
We hereby certify that if at any time, information furnished by us is proved to be false or incorrect, we are liable for any action as deemed fit by the purchser in addition to forfeiture of the earnest money.
Signature and seal of the Tenderer
The documentary proof will be a certificate from the consignee/ end user with cross-reference of order no. and date in the certificate along with a notarized certification
authenticating the correctness of the information furnished. The bidders are requested to submit the latest purchase order copies supplied to AIIMS,
PGIMER, JIPMER, Institute of National importance/Government Institutes & Hospitals
for the specific model quoted along with the price bid.
# However the TEC will have final discretion to consider/ not consider the Purchase order of Corporate Hospitals .
47
Section – X
TENDER FORM
Date__________
To
Dy. Medical Commissioner
ESI Corporation,Hqrs office
Panchdeep Bhawan,C.I.G Marg
New Delhi-110002
Ref. Your TE document No. _________dated ___________
We, the undersigned have examined the above mentioned TE document, including
amendment/corrigendum No. __________, dated ________ (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver___________ (Description of goods and services) in
conformity with your above referred document for the sum as shown in the price schedules attached
herewith and made part of this tender. If our tender is accepted, we undertake to supply the goods and
perform the services as mentioned above, in accordance with the delivery schedule specified in the List of Requirements.
We further confirm that, if our tender is accepted, we shall provide you with a performance security of required amount in an acceptable form in terms of GCC clause 5, read with modification, if any, in Section
V – ―Special Conditions of Contract‖, for due performance of the contract.
We agree to keep our tender valid for acceptance as required in the GIT clause 20, read with modification,
if any in Section - III – ―Special Instructions to Tenderers‖ or for subsequently extended period, if any, agreed to by us. We also accordingly confirm to abide by this tender up to the aforesaid period and this
tender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formal contract is executed, this tender read with your written acceptance thereof within the aforesaid
period shall constitute a binding contract between us.
We further understand that you are not bound to accept the lowest or any tender you may receive against your above-referred tender enquiry.
We confirm that we do not stand deregistered/banned/blacklisted by any Govt. Authorities.
We confirm that we fully agree to the terms and conditions specified in above mentioned TE document, including amendment/ corrigendum if any
(Signature with date)
(Name and designation) Duly authorised to sign tender for and on behalf of
48
SECTION – XI
PRICE SCHEDULE
Price to be filled in the relevant field of Price Format in Excel provided in the e-tendering portal. Item Price Schedule:
A B C D E F G H I J K
Item Brand Manufact Country Ex- Incidental Specifi urer of Origin Service Total
Factory/Ex
cation Charges(includ Amou Total -
GST ing installation nt in Amount in Item Item warehouse/ amount & Figure Rupees in No. Name Ex- in Rs. commissioning s words showroom/ , supervision (G+H (G+H+I) Off-the
demonstration +I)
Shelf Price
and training)
*Any other charges has to be borne by the Bidder/Firm/contractor.(viz. Transportation ,packing and forwarding ,Transit Insurance etc.)
CAMC Amount Schedule:
A B C D E F G H I J GST Total Annual Total
Annual Comprehensive Maintenance
Amount Comprehensive Amount in in Rupees Maintenance Rupees in Contract Cost for Each Unit year wise Contract Cost Figures for 5 Years (H+I)
(C+D+E+F+G) 1st 2nd 3rd 4th 5th
Item Item
No. Name
.
L1 will be decided =Total amount in Rupees as in column (K) of item price schedule + Total amount in Rupees as in column (J) of CAMC Amount Schedule.
49
SECTION – XIII
BANK GUARANTEE FORM FOR EMD
To
Dy. Medical Commissioner
ESI Corporation,Hqrs office
Panchdeep Bhawan,C.I.G Marg
New Delhi-110002
Whereas ___________________ (hereinafter called the ―Tenderer‖) has submitted its quotation dated ___________________ for the supply of ____________________ (hereinafter called the ―tender‖)
against the purchaser‘s tender enquiry No. __________________ Know all persons by these presents that we _________________________ of ______________________ (Hereinafter called the ―Bank‖) having our registered office at ________________________________________ are bound unto ____________________________ (hereinafter called the ―Purchaser) in the sum of _________________________ for which payment will 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 ________day of _______ 20____. The conditions of this obligation are:
If the Tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of validity of this tender.
If the Tenderer having been notified of the acceptance of his tender by the Purchaser during the period of its validity:-
fails or refuses to furnish the performance security for the due performance of the contract or fails or refuses to accept/execute the contract or if it comes to notice that the information/documents furnished in its tender is incorrect, false, misleading or forged
We undertake to pay 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 to it owing to the occurrence of one or both the two conditions, specifying the occurred condition(s).
This guarantee will remain in force for a period of forty-five days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date.
…………………………….
(Signature with date of the authorised officer of the Bank) ………………………………………………………….
Name and designation of the officer
………………………………………………………….
………………………………………………………….
Seal, name & address of the Bank and address of the Branch
50
SECTION – XIV
MANUFACTURER‟S AUTHORISATION FORM
To
Dy. Medical Commissioner
ESI Corporation,Hqrs office
Panchdeep Bhawan,C.I.G Marg
New Delhi-110002
Dear Sir,
Ref: Your TE document No ____________ dated _____________
We, ____________________________ who are proven and reputable manufacturers
of___________________________(name and description of the goods offered in the tender) having factories at_____________________, hereby authorise Messrs________________(name and address
of the agent) to submit a tender, process the same further and enter into a contract with you against your requirement as contained in the above referred TE documents for the above goods manufactured
by us.
We also state that we are not participating directly in this tender for the following reason(s): ___________________________________________________________(please provide reason here).
We further confirm that no supplier or firm or individual other than Messrs. __________________________ (name and address of the above agent) is authorised to submit a tender, process the same further and enter into a contract with you against your requirement as contained in the above referred TE documents for the above goods manufactured by us. We also hereby extend our full warranty, CMC as applicable as per clause 15 of the General Conditions of Contract, read with modification, if any, in the Special Conditions of Contract for the goods and services offered for supply by the above firm against this TE document.
We also hereby confirm that we would be responsible for the satisfactory execution of contract placed on the authorised agent
We also confirm that the price quoted by our agent shall not exceed the price which we would have quoted directly‖
Yours faithfully,
[Signature with date, name, designation and Email] for and on behalf of Messrs___________________________
[Name & address of the manufacturers]
Note: This letter of authorisation should be on the letter head of the manufacturing firm and should
be signed by a person competent and having the power of attorney to legally bind the manufacturer.
Original letter may be sent.
The purchaser reserves the right to verify this document with its signatory.
51
SECTION – XV
BANK GUARANTEE FORM FOR PERFORMANCE SECURITY/ CMC SECURITY
To
Medical Superintendent
ESI Hospital/Medical College
…………………………..
………………………….
WHEREAS _____________________________ (Name and address of the supplier) (Hereinafter called ―the supplier‖) has undertaken, in pursuance of contract no________________________ dated _____________ to supply (description of goods and services) (herein after called ―the contract‖). AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a scheduled commercial bank recognised by you for the sum specified therein as security for compliance with its obligations in accordance with the contract; AND WHEREAS we have agreed to give the supplier such a bank guarantee; NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of
the supplier, up to a total of. ________________________ (Amount of the guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the supplier to be
in default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons
for your demand or the sum specified therein. We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid till such time to cover two months beyond the warranty period from the date of Notification of Award i.e. up to _____________ (indicate date).
…………………………….
(Signature with date of the authorised officer of the Bank)
………………………………………………………….
Name and designation of the officer
………………………………………………………….
………………………………………………………….
Seal, name & address of the Bank and address of the Branch
52
SECTION – XVI
CONTRACT FORM - A
CONTRACT FORM FOR SUPPLY, INSTALLATION, COMMISSIONING, HANDING OVER,
TRIAL RUN, TRAINING OF OPERATORS & WARRANTY OF GOODS
(Address of the Purchaser/Consignee
Office)
Contract No___________ dated______________
This is in continuation to this office‟s Notification of Award No_______ dated ______
Name & address of the Supplier: ______________________________ Purchaser‘s TE document No________ dated____________ and subsequent Amendment
No____________, dated_________ (if any), issued by the purchaser Supplier‘s Tender No_________ dated__________ and subsequent communication(s)
No____________ dated _________ (if any), exchanged between the supplier and the purchaser in connection with this tender.
In addition to this Contract Form, the following documents etc, which are included in the documents
mentioned under paragraphs 2 and 3 above, shall also be deemed to form and be read and construed as integral part of this contract:
General Conditions of Contract;
Special Conditions of Contract;
List of Requirements;
Technical Specifications;
Quality Control Requirements;
Tender Form furnished by the supplier;
Price Schedule(s) furnished by the supplier in its tender;
Manufacturers‘ Authorisation Form (if applicable for this tender);
Purchaser‘s Notification of Award
Note: The words and expressions used in this contract shall have the same meanings as are respectively assigned to them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated under clause 1 of Section II – ‗General Instructions to Tenderers‘ of the Purchaser‘s TE document shall also apply to this contract.
Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced below for ready reference:
Brief particulars of the goods and services which shall be supplied/ provided by the supplier are as under:
Schedule Brief description Accounting Quantity Unit Total Terms of
No. of goods/services unit to be Price price delivery
supplied
53
Any other additional services (if applicable) and cost thereof: ___________________
Total value (in figure) ____________ (In words) ___________________________
Delivery schedule Details of Performance Security
Quality Control
Mode(s), stage(s) and place(s) of conducting inspections and tests.
Designation and address of purchaser‘s inspecting officer
Destination and despatch instructions
Consignee, including port consignee, if any
Warranty clause Payment terms Paying authority
____________________________
(Signature, name and address
of the Purchaser‘s/Consignee‘s authorised official)
For and on behalf of__________________
Received and accepted this contract (Signature, name and address of the supplier‘s executive
duly authorised to sign on behalf of the supplier) For and
on behalf of _________________________ (Name and address of the supplier)
(Seal of the supplier)
Date: _________________________
Place: _________________________
54
CONTRACT FORM – B
CONTRACT FORM FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT
Annual CM Contract No._______________________ dated_________________
Between
(Address of Head of Hospital )
And
(Name & Address of the Supplier)
Ref: Contract No___________ dated______________ (Contract No. & date of Contract for supply, installation, commissioning, handing over, Trial run, Training of
operators & warranty of goods)
In continuation to the above referred contract
The Contract of Annual Comprehensive Maintenance is hereby concluded as under: -
1 2 3 4 5
Annual Comprehensive Total Annual Maintenance Contract Comprehensive Cost for Each Unit year Maintenance
Schedule Brief description Quantity. wise*. Contract Cost for 5
No. of goods (Nos.) 1st 2nd 3rd 4th 5th Years [3 x
a b c d e (4a+4b+4c+4d+4e)
]
Total value (in figure) ____________ (In words) ___________________________
The CMC commence from the date of expiry of all obligations under Warranty i.e. from______________ (date of expiry of Warranty) and will expire on ______________ (date of expiry of CMC)
The cost of Annual Comprehensive Maintenance Contract (CMC) which includes preventive
maintenance, labour and spares, after satisfactory completion of Warranty period of 5 years may be quoted for next 5 years as contained in the above referred contract on yearly basis for complete equipment (including X ray tubes, Helium for MRI, Batteries for UPS, other vacuumatic parts, _____ & _____) and Site Modification Work (if any).
There will be 95% uptime warranty during CMC period on 24 (hrs) X 7 (days) X 365 (days) basis, with penalty, to extend CMC period by double the downtime period.
During CMC period, the supplier shall visit at each consignee‘s site for preventive maintenance including testing and calibration as per the manufacturer‘s service/ technical/ operational manual. The supplier shall visit each consignee site as recommended in the manufacturer‘s manual, but at
least once in 6 months commencing from the date of the successful completion of warranty period for preventive maintenance of the goods.
All software updates should be provided free of cost during CMC. The Performance Security valid till ______________ [(fill the date) 2 months after expiry of
entire CMC period] for an amount of Rs. _______________ [(fill amount)
55
As per contract] shall be furnished in the prescribed format given in Section XV of the TE document, along with the signed copy of Annual CMC within a period of 21 (twenty one) days of issue of Annual CMC failing which the proceeds of Performance Security shall be payable to the Purchaser/Consignee.
Payment terms: The payment of Annual CMC will be made against the bills raised to the
consignee by the supplier on six monthly basis after satisfactory completion of said period, duly certified by the HOD concerned. The payment will be made in Indian Rupees.
Paying authority: ______________________ (name of the consignee i.e. Hospital authorised official)
__________________________ (Signature, name and
address of Hospital authorised
official) For and on behalf
of__________________
Received and accepted this contract. (Signature, name and address of the supplier‘s
executive duly authorised to sign on behalf of the
supplier) For and on behalf of
_________________________ (Name and address of the supplier)
(Seal of the supplier)
Date: _________________________
Place: _________________________
56
SECTION – XVII
CONSIGNEE RECEIPT CERTIFICATE
(To be given by consignee‘s authorized representative)
The following store (s) has/have been received in good condition:
1) Contract No. & date :______________________________
2) Supplier‘s Name :______________________________
Consignee‘s Name & Address with
telephone No. & Fax No. : ______________________________
4) Name of the item supplied :______________________________
5) Quantity Supplied :______________________________
6) Date of Receipt by the Consignee :______________________________
7) Name and designation of Authorized
Representative of Consignee :______________________________
Signature of Authorized Representative of
Consignee with date :______________________________
9) Seal of the Consignee :______________________________
57
SECTION – XVIII
Proforma of Final Acceptance Certificate by the Consignee
No_______________ Date_______________
To M/s _______________________
_______________________
_______________________
Subject: Certificate of commissioning of equipment /plant.
This is to certify that the equipment (s)/plant(s) as detailed below has/have been received in good conditions along with all the standard and special accessories and a set of spares (subject to remarks in Para no.02) in accordance with the contract/technical specifications. The same has been installed
and commissioned.
Contract No______________________________________ dated_______________
Description of the equipment (s)/plants: ____________________________________
Equipment (s)/ plant(s) nos.:_____________________________________________
Quantity: ____________________________________________________________
Bill of Loading/Air Way Bill/Railway
Receipt/ Goods Consignment Note no_______________ dated _________________
Name of the vessel/Transporters:__________________________________________
Name of the Consignee:_________________________________________________
Date of site hand-over to the supplier by consignee: _________________________
Date of commissioning and proving test:____________________________________
Details of accessories/spares not yet supplied and recoveries to be made on that account.
Sl.
No. Description of Item Quantity Amount to be recovered
The proving test has been done to our entire satisfaction and operators have been trained to operate the equipment (s)/plant(s).
The supplier has fulfilled its contractual obligations satisfactorily ## or
The supplier has failed to fulfil its contractual obligations with regard to the following:
He has not adhered to the time schedule specified in the contract in dispatching the documents/ drawings pursuant to ‗Technical Specifications‘.
He has not supervised the commissioning of the equipment (s)/plant(s)in time, i.e. within the period specified in the contract from date of intimation by the Purchaser/Consignee in respect of the installation of the equipment (s)/plant(s).
The supplier as specified in the contract has not done training of personnel.
The extent of delay for each of the activities to be performed by the supplier in terms of the contract
58
is The amount of recovery on account of non-supply of accessories and spares is given under Para no.02. The amount of recovery on account of failure of the supplier to meet his contractual obligations is_____________ (here indicate the amount).
(Signature)
(Name)
(Designation with stamp)
Explanatory notes for filling up the certificate: He has adhered to the time schedule specified in the contract in dispatching
the documents/drawings pursuant to ‗Technical Specification‘. He has supervised the commissioning of the equipment (s)/plant(s) in time, i.e. within the
time specified in the contract from date of intimation by the Purchaser/Consignee in respect of the installation of the equipment (s)/plant(s).
Training of personnel has been done by the supplier as specified in the contract. In the event of documents/drawings having not been supplied or installation and
commissioning of the equipment (s)/plant(s) having been delayed on account of the supplier, the extent of delay should always be mentioned in clear terms.
59
Section – XIX
Consignee List
The Medical Superintendent ESIC Hospital,Varanasi
The Medical Superintendent
ESIC Hospital Basaidarapur.
These are tentative locations. Locations can be changed as per requirement of ESIC.
60
APPENDIX – A
61
62
63
64
65
Section – VII
Technical Specifications
Schedule 1 Technical Specifications of Echo-cardiography Machine
1. System should be a State-of art, fully digital color Doppler echography system. 2. System should have Multi array probe technology. 3. System should have AT LEAST 3 ports technology. Adult & Pediatric cardiology appliances. 4. The system shall be capable of providing the following imaging and operating modes: B-Mode, M-Mode, Fully Steerable Pulsed and continuous Doppler. 5. Digital Cine Replay of all imaging and Doppler modalities. 6. On-Screen Image Clipboard Storage & Image Recall. 7. Digital Image Storage and Patient Archive. The operator should be able to reanalyze the images With Full Measurement, Analysis capability and reporting facilitates. 8. Upgradable to Stress Echo packages with following features: Both Pharmacological and Exercise stress exam capabilities with ECG gating. Image acquisition, review, wall segment scoring and reporting function with optical disc drive. 9. Should have built in CD/DVD writer for directly writing images on CD/DVD. Also system should have support USB port storing the images on Pen Drive. 10. Should have adequate sized Hi resolution Monitor. Tilt and Swivel monitor should be able to view in all angles and all light conditions. 11. System should be light weighted, ergonomic and trolley based. 12. Should have hi resolution operator touch panel. 13. Should have a Zoom, magnify and sweep speed options with live and freeze images. Digital Cine Replay to store and replay ultrasound images including 2D, Color-Doppler and Cine Replay. 14. Should have a display of single, dual or quad images side by side. 15. Demonstration of the quoted Model should be provides when asked for. 16. The quoted Model should have CE/FDA Certifications for Quality and also it should have all the certification related to Electrical Safety of the equipment.
Schedule NO. 2
66
SPECIFICATION FOR A CARDIAC TMT MACHINE
TREADMILL SPECIFICATION:
a. The treadmill should have online UPS for the whole system. b. Should be heavy duty medical treadmill. c. Should have stop/start button for emergency stop – A MUST AND STANDARD FEATURE. d. Should be at least CE approved. e. Automatic operation from the main unit as per test protocol. f. Remote keyboard operation should allow for the following:
Treadmill start.
Treadmill stops.
Increase or decrease elevation.
Increase or decrease speed. g. Self-aligning running belts. h. The system should require minimum maintenance and experience less down time. i. Automatic BP measurement system integrated with the stress test system. j. Storage of at least 50 patients records. THE TMT system should be able to:-
Display the traces incrementally, Update the ECG and ST segment changes. Compare them on a pre-exercise and during exercise basis on high
resolution display. The equipment should have appropriate filter, reducing noise and baseline
artifact while preserving a diagnostic quality ECG signal. Elimination of artifacts due to respiration, muscle rub and A.C. interference.
HD Monitor capable to display following measurement:- (i) Exercise time. (ii) Target and max HR with % of target achievement. (iii) HR & METS trends. NIBP Trends (Iv) ST level trends. (v) Double products.
Alphanumeric PC keyboard with systems dedicated keypad.
Standard PC mouse kit with systems integrated track ball.
Cables and leads should be detachable/replaceable.
Integrated thermal printer.
Stress Protocols:- At least Bruce, Modified Bruce etc. should be present.( A total of at least 5 protocols preferably.)
Schedule 3 Holter Monitor Holter analyzer with following features and software:-
1. Should be a PC based software capable of working with windows 95/98/2000 XP
2. 3 Channel Arrhythmia analysis
3. Full disclosure of ECG with different Color coding for VE, SVE and PAUSES
4. Hourly count menu, Page scan, mega scan.
5. Minimum of 20 templates editing to analyse VE, SVE, V-RUN,SV-RUN, PAUSE, ST, etc
67
6. Arterial fibrillation/Flutter analysis
7. Heart rate variability (HRV) (Time Domian, 3D frequency, Lorenz point care plot.
8. SAECG-Late potential analysis
9. Pace Maker auto detection and analysis
10. Possible to have a unique 12 lead analysis with FCG CAD gram.
11. Sleep Apnea monitoring
12. 12 Lead ST Scan
13. QT analysis with validation
14. Vectorcardiography
15. To print ECG strips from any part of Holter recording.
16. Same software capable of analyzing data from 3 channel digital recorders.
17. Posssible for electronic enrolment for CF flash card.
18. TWA alterns analysis
19. Color printing
Recorders with following configuration:- 1. 3-channel digital recorder with removable storage media such CF card-1 no
2. Minimum of 64MB CF card-1 no
3. 7-lead cable-1 no
4. Recorder should be compatible with alkaline batteries.
5. Digital Recorder should have a minimum of 512 samples/sec/channel for Pace Maker spike
detection and atleast 128 samples/sec/channel for recording and storage, 1000/sec/channel for
VLP.
PC configuration: Pentium -4 with 256 MB RAM, 40GB hard disk, 17” Monitor, Color inkjet printer and UPS. System Software:- System software should consist of:- 1. Real time average complexes.
2. Real time ST analysis in Bar graphs
3. The system should have facility to do re – analysis of stored ECG by changing line
measurement point title ST and J.
4. The system should present comprehensive final report on minute by minute record of ST
segment trend.
5. The system should have automatic arythmia detection.
6. ST profile, ST elevation, ST depression, Heart rate, Mets, NIBP, ST index should be able to be
clearly analyze.
Report formats:- Report formats should include the following:-
Patient information should include protocol, indications, medications, target heart rate, reasons
for end, symptoms, diagnosis, notes and conclusions with space for personnel and physician
electronic signature.
Examination summery should include :-
Rate/BP/Workload trends page
ST level trends/ST slope trends.
Average QRS by stage or by minute.
Mets, maximum predicted heart rate, THR formula selection.
Demonstration of the quoted model should be provided whenever asked for.
Response time for attending breakdown/repair of the system should be clearly mentioned.
List of installments and satisfactory working certificates to be provided from at least Two tertiary
government Hospitals.
68
Schedule 4
Specifications for Cardiac ICCU Bed
1. Should have four section mattress base. 2. Dimensions of bed Length x width : 2280 mm x 950 mm or better Mattress Size : 840 x 2060 mm Trendelenburg : 15 degrees or better(electrically) Anti-Trendelenburg : 13 degrees or better(Electrically) Lateral Tilt : 0-25 degrees or better(Electrically) Height : min. 485 mm or less(electrically) max. 880 mm or better(electrically) Cardiological chair, fowler position, electric CPR, examination position, anti-shock position Electrically operated by using single button on central controller. Back Rest Segment Auto regress: 120 mm Thigh Rest Segment Auto regress: 90 mm 3. Complete mattress base should be x-ray translucent, made of high pressure laminate for x-ray & ease of clearing/disinfection. 4. Should have the facility to insert X-ray Cassette tray under back, seat and thigh section for ease of performing patient X-ray on the bed without moving the patient. 5. ICU bed should have integrated weighing scale for patient weight measurement up to 250 kg with accuracy of 100 gm. 6. It should have facility of bed length extension for large patients up to 20 cm. 7. Electric functions should be operated by hand controller, and integrated controls in side rails 8. Bed should be equipped with split side rail with integrated feather touch controls for all movements on both sides of rail. 9. Bed should have the facility to achieve preprogrammed position cardiological chair, fowler, position, electric CPR, examination position, anti-shock position by using single button on controller. 10. Should have a manual quick release mechanism for back section and thigh rest section for emergency CPR. 11. Should be equipped with large castors(diameter 150 mm or more) with central braking and steering facility. 12. Bed should have inbuilt battery back up to allow adjustments during transportation and power failure. 13. Base frame should be covered with plastic shrouds for ease of cleaning and disinfection 14. Should have bumpers at all four corners and place for fixing accessories. 15. Warranty for 5 years. 16. AMC and CMC for 5 year. 17. Each bed should be supplied complete with : a) Bed Ends:01 pair
69
b) Split Side Rails with Controls: 01 pair c) IV Rod : 01 No. d) Mattress: 01 No, e) Bed side locker: 01 No. f) Over Bed Table:01 No.
Schedule 5
Portable colour Doppler Ultrasound Machine with 2D ECHO 1. Fully digital, compact, portable colour Doppler ultrasound machine with pin less connector.
2. Unit should be able to give high image quality for better cardiac contrast resolution, tissue
differentiation and edge detection, equivalent to high end cart based systems.
3. Imaging modes of Real time 2D, Fully steerable, Colour Doppler, Pulsed wave Doppler, Continuous
wave Doppler, must be available on all cardiac transducers.
4. System must have fast start up to scanning in less than 60 seconds from off condition, for use in
critical and emergency situations.
5. Cine memory on all modes.
6. The system must have a dedicated cardiac calculation packages.
7. The unit must be compact, portable and lightweight.
8. Unit must be sturdy, resistant to breakage, damage on fall/hit against the wall or hard surface for out
of the hospital use.
9. Flat LCD/TFT monitor of at least 10 inches or more with flicker free image.
10. Alphanumeric soft keys keyboard with easy access scans controls, facility to sanitize the system
keyboard to avoid cross contamination.
11. The system must have the ability to function by AC/DC or battery power with the same degree of
functionality, the battery life (run time) should be at least 2 (Two) hours, this needs to be
demonstrated.
12. The system must have archive capability for storage and retrieval of images and clips data.
13. Data Transfer facility should be available as standard, to transfer images etc. easily onto another
system/computer etc.
14. The equipment should be mountable on trolley; locking mechanism should be inbuilt into the trolley
for safety & security of the system.
15. Multi array probe technology with at least 3 probe ports supporting adult and pediatric cardiac
application.
70
Schedule 6
Haemodialysis Machine
1. The Machine should be of latest technology with microprocessor controlled.
2. Machine should have at least 10” colour TFT display operated by soft touch buttons or touch screen
3. Machine should have Acetate & Bicarbonate dialysis facility. 4. Machine should have Sequential/Isolation Ultra filtration facility.
5. It should have Arterial , Venous & Transmembrane pressure monitoring facility.
5a Arterial Pressure Monitoring: -300mmHg to +300mmHg Approx.
5b Venous Pressure Monitoring: -60mmHg to +5oommHg approx.
5c Transmembrane Pressure Monitoring: -60mmHg to +5oommHg approx.
6. Treatment parameters should be displayed by trend curve and digital both.
7. Blood Pump flow rate should be from 20ml/min. to 600ml/min. Blood tubing pump segment should be
operator changeable for use of different type of blood tubing sets (Blood Tubing Pump segment range 4mm to
1omm approx.)
8. Machine should have Single Needle dialysis facility (for use as and when required).
9. Machine should have volumetric Ultrafiltration system.
10. Machine should preferably have inbuilt on-line Dialysate fluid filter system for ultrapure Dialysate delivery. 11. Machine should have In-line Bicarbonate mixing and solution preparation facility with sterile dry powder
cartridge during dialysis.
12. Machine should have Air bubble detector facility with level adjustment facility for Venous Chamber.
13. Machine should have Optical Sensor to check the presence of blood/saline in the extracorporeal blood
circuit system.
14. Machine should have Heparin Infusion Pump with rate 0 to 10ml/min. and Bolus infusion up to 5ml/min.
approx.
15. Machine should have blood leak sensor. Alarm will be activated for blood loss rate not greater than
0.5ml/min. at max. dialysate flow of 800ml/min.
16. Machine should be able to accept different concentrate formulation, different dialyzers and blood tubing set.
17.Machine should have Variable Dialysate flow from 300 to 800ml/min.
18. Machine should have dialysate temperature setting range 35° to 39°.
19. Ultrafiltration rate should be from 0 to 4L/Hr.
20. Machine should preferably have in house water filter assembly with cartridge filter. 21. Machine should have facility for priming and rinsing of dialyzer and blood lines.
22. Machine should have Hot Rinsing and Hot Chemical Disinfection facility (Temp. above 80 deg.
Celsius) with recirculation system. Also it should have various Chemo Thermal cleansing and disinfection programs.
23. Machine should have Ultrafiltration and Sodium Profiling facility.
24. Machine should have Automatic battery backup of 15 to 20 minutes for complete Extracorporeal
blood system during power failure. 25. Machine should be upgradable to future software development and can be linked with Patient
Data Management System (Optional).
26. Machine should be US FDA approved OR CE certified. 27. Power supply: 230VAC , 50Hz.
28. Should work on AC mains without batteries.
29. Operating & service manual with detail circuit diagram should be provided.
30. Machine should have real time clearance surveillance for urea & kt/V to asses adequacy of dialysis..It should display real time Urea clearance, Plasma Sodium, Current kt/V and Time required
to achieve Target kt/V.
31. Bidder must be willing to provide onsite training to hospital personnel for the duration specified by Head of Dialysis /Nephrology department .The training should be comprehensive- covering not
just treatment related aspects but also machine trouble shooting aspects and it should be conducted by
full-time qualified trainers who should also issue a certificate to personnel at the end of training. 32. Should have strong service support back up. Give details of after sales service.
Demonstration of the quoted model should be given with all above technical specifications.
User’s list of quoted model with the address & contact Nos. to be provided.
Tropicalization: a Operating room temp. 15°C up to 35°C
b Storage room temp. 5°C up to 60°C
c Relative Humidity 30% up to 70% non condensity.
71
.
Schedule 7
Hemodialysis Machine with SLED and HDF Facility
General Requirements
Microprocessor Based
Control
Should be microprocessor controlled & capable of providing therapies
such Conventional HD ,Online HDF,HF & Features such as Online
Priming, Acetate & Bicarb Dialysis, Volumetric UF, Sodium/UF profiling.
Online help options (in case of alarm condt.),OCM
Graphical User Interface
(Display)
High resolution TFT Touch screen with functional keys & provide
cumulative graphical display of treatment data & physiological trends
including sodium & UF profiles. Freely rotatable & adjustable design. should display different menus indicating blood system, preparation,
dialysate, UF, Treatment reinfusion, cleaning and system parameters.
Safety Features Should be a closed system design with volumetric balancing system i.e
volume in= volume out for fresh & used dialysate. Volumetric dilution of concentrates with RO water & volumetric UF. Self test after switching ON
,Start up test before each treatment, to ensure functioning of all hardware
components. Leak sensor & Connection test as additional safety.
Performance Requirements
Blood Circuit Vascular Access Single needle option should be available. Blood pump with
features such as flow range of 30-600ml approx. with10ml
increments & accuracy up to +-10% approx. Effective
blood rate should be displayed in accordance to the setting & tubing size with diameter 2mm-10mm could be used. An
emergency hand crank should be provided to enable
reinfusion in case of power failure. Emergency button enabled bolus, UF control. Air Free pressure measurement
on arterial line, in view of reducing chance of blood clot.
Protective cover for whole entire EBM (Extracorporeal Blood Circuit)
Misc, Bidder must be willing to provide onsite training to hospital
personnel for the duration specified by Head of Dialysis
/Nephrology department .The training should be comprehensive- covering not just treatment related aspects
but also machine trouble shooting aspects and it should be
conducted by full-time qualified trainers who should also
issue a certificate to personnel at the end of training.
72
Heparin Pump Should be automatic or manual start/stop with infusion rate of 0.5ml/hr in 0.1ml/hr increments & +- 5% accuracy
approx. Auto Bolus administration should be available and
programmable from 1-20ml/hr approx.
Pressure Monitoring
& Alarms
Venous pressure monitoring & adjustment in case of alarm
condition.(Range: Approx -100 to +500mmHg,Accuracy
approx.+-7%).Arterial pressure monitoring & adjustment in case of alarm condition (Range: about -300 to +300 mmHg,
Accuracy: approx.+-7%)
Air Detection Ultrasonic design & should be activated for air & micro
bubbles over entire blood flow range. Sensitivity of detection mechanism should be specified in terms of air
bubble size & on detection of excessive air, venous clamp
should activate & blood pump stop. Reference point for level detector measurement should be about 13+-4mm,
from upper edge of venous chamber.
Dialysis Circuit Treatment/Therapies Should facilitate Acetate & Bicarbonate dialysis. Variable
sodium & bicarbonate options. Volumetric UF &
Sodium/UF profile options.
Dialysate Flow rates A range of 100-1000ml/min should be available
Temperature
Control & Alarm
Control Range: 34 to 39 deg Celsius with 0.5 increment.
Alarm Limits: 33.5 to 40 deg Celsius approx.
Conductivity
Control & Alarm
Range: 12.8 to 15.7 mS/cm. Accuracy: +-0.1 mS/cm.
Dialysate conductivity should be adjustable by sodium concentration, for Acetate Dialysis with range from 125 to
151 mmol/L in increment of 1mmol/L approx. For
Bicarbonate dialysis, range from 125 to 151 mmol/L approx. increment of +-8 mmol/L approx.
Blood Leak
Detection
Photo detector used, & alarm should be activated for blood
loss rates < 0.5ml/min., with HCT of 20-25%.
Volumetric UF Control Range: 0-4L/hr, given by set values of UF volume & treatment time, with accuracy +-1%.UF volume: 0-
9.99L adjustable in 1ml increment. TMTP monitoring: -
100 to +400mmHg.Isolated Ultrafiltration process should be provided.
Equipment should be capable of online preparation of
bicarbonate dialysis fluid & it should be user friendly.
Ultra-pure Dialysate filter
(Preferable
feature)
Should have hygienic connection for ultra-pure dialysate filter. Should have endotoxin retention capacity not less
than 10 million IU. Machine should have an automatic
program to change filter, including emptying & filling
cycles. Filter should have life span of minimum 12 weeks or 100 treatments. Filter should be arranged in cross flow
setting & equipment should perform flushing during
treatment automatically every 1hr.Filter change reminder should be available.
Online Fluid
Circuit
For HDF Both option of Pre-dilution & post-dilution of blood should
be available. Automatic control substitution program with pre/post dilution identity integrate function, dialyzer
integrate function, Effective blood flow rate integrate, HCT
integrate function, Total protein integrate & UF rate integrate functions. Equipment should have 2 ultra-pure
filters to prepare the online substitution fluid. Should be
capable of online preparation of substitution fluid for
73
priming & rinsing of extracorporeal circuit for HD/HDF/HF / or as injection-bolus & reinfusion at the end of treatment.
Substitution fluid delivery rate (approx.):25 to 600ml/min
in 1ml/min increment, with accuracy ± 0.1ms/cm &
exchange volume- 210 L (max.).
Dialysis
Parameter
Display
Equipment should
display following
parameters:
Arterial Pressure, Venous Pressure, Blood Flow Rate,
Dialysate conductivity, TMP, UF volume, UF rate,
Remaining treatment time, Heparin infusion rate, Alarm
information etc.
Online
clearance
Monitor (OCM)
Equipment should
have
Inbuilt measurement & monitoring of effective Urea
clearance K, Dialysis dose kt/v & Plasma sodium during
dialysis. The measurement should preferably be done without any additional cost & use of disposables during
each treatment. Measuring accuracy (approx.): Clearance
±6% kt/v ±9%. OCM conductivity evaluation should be 12
bit with 2 channels & 2 CD cells ( 1 cell for basic machine function) & Measuring Range:12.8 to 15.7mS/cm,
Accuracy:0.05 mS/cm.OCM temperature evaluation should
be 12 bit with 2 channels & 2 NTC (1 NTC for basic machine function) & Measuring range: 33.5 -
41ºC,Accuracy:0.2 ºC
Battery Backup The equipment should be able to operate and monitor the
extracorporeal circuit without interruption for at least 20-30 min. in case of AC Power failure by backup battery.
Disinfection
and Cleaning
Both chemical and heat disinfections should be performed.
It should be possible to use Sodium hypochlorite as cleansing disinfectant. Various programmable cleansing
cycles should be provided with different phases and timings
in accordance with different disinfectants. Should be one-
touch fully automatic operation including pre-rinse, chemical-intake for combined disinfection &
decalcification, post-chemical mandatory rinse, and
automatic power-off; without the need of any end-user handling during this whole disinfection process.
Schedule 8
RO water plant capacity 500 ltr/hr
1 Pre Treatment
1-1 System should have raw water mesh filter with 50-200 micron, to prevent big dust/sand
particles, along with backwash control.
1-2 System should have vertical raw water tank with automatic float for filling and dry run
protection.
1-3 System should have raw water pump with automatic pressure control & run dry protection.
1-4 System should have sand/iron filter and 20 micron particle filter, with sample valve.
1-5 System should have a duplex (Double) softener one will be in operation and another in standby and vice-versa, with sample valve.
1-6 System should have double activated carbon filter to remove Chlorine and chloramines, with
sample valve.
1-7 System should be protected with 5 Micron particle filter, after activated Carbon filter.
1-8 All pretreatment module should have programmable back wash and regeneration facility.
74
These stages should be designed to handle water flow of 3000 liters/hour.
1-9 Pressure monitoring for all filter stages along with sample valve option should be provided.
2 R.O unit Main Treatment
2-1 The system should be sufficient for online operation of 10 machines with pure reverse osmosis
water capacity of 500 litres per hour.The control unit should be
microprocessor/microcontroller controlled dual stage R.O system.
2-2 System should be able to support Online and offline operation.
2-3 R.O unit should have fully integrated, compact design and Housing mounted system with
wheels, housing membrane, high pressure pump and bypass mechanism. A 5 Micron filter
should protect the membrane.
2-4 R.O unit should have adequate monitoring of input and output water conductivity, feed water
pressure and rejection flow rate.
2-5 The system should have protection alarm against low feed water, high output conductivity and
high temperature of pump motor.
2-6 The system should include online water distribution up to 10 machines in loop so that the
unused water may be feedback to R.O unit, thus saving on water rejection.
2-7 The unit should have programmable and automatic rinsing/ flushing facility, at regular
intervals, when system is not in use, to prevent drying of filter media.
R.O Membrane
2-8 The unit should be designed for maximum saving of raw water, with efficiency of 55-75%
2-9 Conductivity/ permeable flow/ reject flow/ temperature/ pressure monitoring should be displayed digitally.
2-10 Sample valve for soft water and permeate.
2-11 Low pressure thin film composite polyamide membrane should be used
2-12 Large display
2-13 Easy two finger operation for the user
2-14 Separate service access for the technician
2-15 Simple and intuitive menu.
2-16 Information desk
2-17 Data collection including data protocols in txt-files .
2-18 Analysis via service software possible
2-19 Signal and control lights
2-20 Operation modes of the reverse osmosis clearly visible
2-21 Possibility to connect external signal lights
2-22 Efficiency
2-23 Adjustable yield between 55-75%
2-24 Facilitated service (e.g. change of modules)
2-25 Less documentation for cleaning and operating data logging
2-26 Small rising volume
2-27 Economical modular concept
2-28 Preferably Small space requirements
2-29 Software update via SD Card or Ethernet
2-30 Communication with the service system
2-31 Service and maintenance via network access should be possible
2-32 Optional ring safety group
2-33 Regular check of all safety-relevant actuators and sensors
2-34 Emergency operation (Optional) in case of electronic failure
2-35 Microprocessor application- reliable, high performance and state of the art technology
2-36 Optional-RS232 and Ethernet interfaces
2-37 2 Gigabyte mass storage device (industrial SD Card )
2-38 Well arranged, illuminated graphical display
2-39 Integrated communication concept based on Ethernet standards
2-40 Remote control via web server
2-41 FTP server
3 Post Treatment
3-1 Booster pump should be made up of stainless steel, storage water tank ( applicable in case of
off-line system only) should be vertical tank with automatic float control for filling and dry run
75
protection
3-2 Direct or indirect feed for full close loop distribution piping system, which can support online haemodiafiltration machine
3-3 Semi Automated chemical disinfection & decalcification
3-4 The permeate should be supplied to distribution loop through a 0.2 micron bacteria filter (
applicable in case of off-line system ) using pex piping and high grade SS316 push pull connectors
3-5 The distribution loop should contain loop pressure regulator to maintain the desired loop
pressure
Schedule 9
RO water plant capacity 1000 ltr/hr
1 Pre Treatment
1-1 System should have raw water mesh filter with 50-200 micron, to prevent big dust/sand
particles, along with backwash control.
1-2 System should have vertical raw water tank with automatic float for filling and dry run
protection.
1-3 System should have raw water pump with automatic pressure control & run dry protection.
1-4 System should have sand/iron filter and 20 micron particle filter, with sample valve.
1-5 System should have a duplex (Double) softener one will be in operation and another in standby
and vice-versa, with sample valve.
1-6 System should have double activated carbon filter to remove Chlorine and chloramines, with
sample valve.
1-7 System should be protected with 5 Micron particle filter, after activated Carbon filter.
1-8 All pretreatment module should have programmable back wash and regeneration facility. These stages should be designed to handle water flow of 3000 liters/hour.
1-9 Pressure monitoring for all filter stages along with sample valve option should be provided.
2 R.O unit Main Treatment
2-1 The system should be sufficient for online operation of 20 machines with pure reverse osmosis water capacity of 1000 litres per hour.The control unit should be
microprocessor/microcontroller controlled dual stage R.O system.
2-2 System should be able to support Online and offline operation.
2-3 R.O unit should have fully integrated, compact design and Housing mounted system with wheels, housing membrane, high pressure pump and bypass mechanism. A 5 Micron filter
should protect the membrane.
2-4 R.O unit should have adequate monitoring of input and output water conductivity, feed water
pressure and rejection flow rate.
2-5 The system should have protection alarm against low feed water, high output conductivity and
high temperature of pump motor.
2-6 The system should include online water distribution up to 10 machines in loop so that the
unused water may be feedback to R.O unit, thus saving on water rejection.
2-7 The unit should have programmable and automatic rinsing/ flushing facility, at regular
intervals, when system is not in use, to prevent drying of filter media.
R.O Membrane
2-8 The unit should be designed for maximum saving of raw water, with efficiency of 55-75%
2-9 Conductivity/ permeable flow/ reject flow/ temperature/ pressure monitoring should be
displayed digitally.
2-10 Sample valve for soft water and permeate.
2-11 Low pressure thin film composite polyamide membrane should be used
76
2-12 Large display
2-13 Easy two finger operation for the user
2-14 Separate service access for the technician
2-15 Simple and intuitive menu.
2-16 Information desk
2-17 Data collection including data protocols in txt-files .
2-18 Analysis via service software possible
2-19 Signal and control lights
2-20 Operation modes of the reverse osmosis clearly visible
2-21 Possibility to connect external signal lights
2-22 Efficiency
2-23 Adjustable yield between 55-75%
2-24 Facilitated service (e.g. change of modules)
2-25 Less documentation for cleaning and operating data logging
2-26 Small rising volume
2-27 Economical modular concept
2-28 Preferably Small space requirements
2-29 Software update via SD Card or Ethernet
2-30 Communication with the service system
2-31 Service and maintenance via network access should be possible
2-32 Optional ring safety group
2-33 Regular check of all safety-relevant actuators and sensors
2-34 Emergency operation (Optional) in case of electronic failure
2-35 Microprocessor application- reliable, high performance and state of the art technology
2-36 Optional-RS232 and Ethernet interfaces
2-37 2 Gigabyte mass storage device (industrial SD Card )
2-38 Well arranged, illuminated graphical display
2-39 Integrated communication concept based on Ethernet standards
2-40 Remote control via web server
2-41 FTP server
3 Post Treatment
3-1 Booster pump should be made up of stainless steel, storage water tank ( applicable in case of
off-line system only) should be vertical tank with automatic float control for filling and dry run
protection
3-2 Direct or indirect feed for full close loop distribution piping system, which can support online
haemodiafiltration machine
3-3 Semi Automated chemical disinfection & decalcification
3-4 The permeate should be supplied to distribution loop through a 0.2 micron bacteria filter ( applicable in case of off-line system ) using pex piping and high grade SS316 push pull
connectors
3-5 The distribution loop should contain loop pressure regulator to maintain the desired loop
pressure
Schedule 10
Dialyzer Processing System
General
It should be able to clean and sterilize different high and low flux dialyzers and inspect blood capacity
automatically as well as perform membrane-broken expirement and pressure inspection. It should be
able to clean sterilize and inspect one or more dialyzer at the same time of different models. With the
77
printer function. It should be possible to print the inspected data and put a sticker on cleaned dialyzer to
know if the dialyzer can be re use.
Specifications
Color LCD touch screen display self-test before start
Automatic or manual process options
Splash proof design
Built-in printer easy to print Name Tag & Test Result
Automatic processing time up to 15 minutes
Low water process alarm
Innovative constant pressure flush device
Data protection while power goes off
Should be able to process all kinds hollow fiber dialyzers
It should be easy to connect dialyzers
Should be able to detect membrane integrity & imperfections
Should be able to detect the Volume loss & leakage of dialyzer
Compatible with various chemicals used to disinfect dialyzers
OPTIONAL FEATURES
Dialyzer barcode scanner (optional part)
Memory for storage of records
Schedule 11
CYSTOSCOPES, RESECTOSCOPES, URETHROTOMES ((ADULT) - TECHNICAL SPECIFICATION
1. Telescopes for standard Cystoscopes:
i). HOPKINs II Straight Forward Telescope 0°, enlarged view, diameter 4mm, Autoclavable, fiber optic light
transmission incorporated.
ii). HOPKINs II Forward Oblique Telescope 30°, enlarged view, diameter 4mm, Autoclavable, fiber optic light
transmission incorporated.
iii). 2 Light Guide Cable, 3.5 mm, 3 Meter
78
2. Cystoscope-Urethroscopes :
i). Cystoscope-urethroscope-sheath, 20Fr. With obturator, two LUER-LOCK adaptors, with catheter capacity of
up to 7 Fr with single channel bridge & 2 x 6 Fr. with double channel bridge. With proper color code.
ii). Cystoscope-urethroscope-sheath, 17Fr. With obturator, two LUER-LOCK adaptors, with catheter capacity of
up to 5Fr with single channel bridge & double channel bridge. With proper color code.
3. Telescope Bridges
i). Telescope Bridge with 2 instrument channels
ii). Telescope bridge with 1 instrument channel.
4. Optical Forceps & Scissors
i). Biopsy Forceps, double action Jaws,
ii). Grasping Forceps, double action jaws.
iii). Scissors, double action jaws.
5. Flexible Instruments for Standard Cystoscope:
i).Grasping Forceps for removal of foreign bodies, 7 Fr., double action jaws, length 40 cm .
ii). Biopsy Forceps 7 Fr., double action jaws, length 40 cm .
iii). Ball electrode, Needle electrode, Loop electrode, with proper unipolar High frequency cords (each 2 in
number)
6. Maurmeyer Stone Punch: This set should be compatible with 4mm 30 degree telescope. The set should
have the stone punch-working element and should be provided with compatible punch sheath with visual
obturator. Sheath should have matt finish for staying of lubrication gel to reduce friction trauma to the
patient.
7. Resectoscopes ( for adults):
i) Resectoscope sheath including connecting tubing for in-and outflow, 26 Fr., Oblique beak, fixed inner tube,
ii) Resectoscope sheaths with rotatable inner tube for continuous flow irrigation and suction. Should have:
Ceramic insulating beak insert for burn resistance.
Ceramic insulation on inner tube for easy service.
Rotatable inner tube.
8. Obturators:
All the sheaths should be supplied with proper Standard-Obturators and compatible Visual- Obturators.
9. Resectoscope- Working Element
i). One stem electrode with stabilizer type.
79
ii). Motion by means of a spring.
iii). The thumb support is movable.
iv).In rest position the electrode is inside the sheath.
v). Should include 2 cutting loops, 2 Coagulating electrodes, 2 High Frequency cords, 1 protection tube in
standard set
10. Ellik’s Evacuator (2 Pcs).
11. Urethrotomes for adults
i). SACHSE Urethrotome-Sheath, 21 Fr with channel for Filiform- Bougies and 2 LUER-lock adaptors.
ii). Obturator for Urethrotome-Sheath.
iii). Telescope Bridge with channel for instruments 5 Fr.
iv). Supplementary sheath, half round to insert balloon catheter, to slip on Urethrotome-Sheath.
v). Supplementary Sheath for continuous irrigation and suction.
TUR SET -- SPECIFICATIONS: IT IS A CONSUMABLE ITEM
Schedule 12
ELECTRO CAUTERY MACHINE --TECHNICAL SPECIFICATIONS
System should have following features:
1. Output mode: Monopolar, Bipolar
1. Monopolar cutting: PURE, BLEND
2. Monopolar coagulation: SPRAY
3. Bipolar Cutting: PURE
4. Bipolar Coagulation: SOFT, HARD
2. System should be supplied with 20 patient plates
3. System should have both foot and hand control mode for open as well as laparoscopy.
4.Base Frequency: 350 kHz
5.Protection against electric shock: Class I Type CF Weight should not be more than 15 Kg.
6.Automatic Smoke Evacuation facility.
7.System should include the following:
- Electrosurgical Unit
- Washable Footswitch
- Bipolar Passive Working Element
- Monopolar Passive Working Element
- Bipolar HF-Cable
- Monopolar HF-Cable
All Instruments should be CE and FDA certified wherever applicable.
80
Schedule 13
UROFLOWMETERY MACHINE --TECHNICAL SPECIFICATIONS
1.Flow System should have weight based Uroflow transducer.
2.The uroflowmetry sensor should be wired to the main unit. The sensor should also be operable by
wireless mode.
3. Should have database software and uroflow software which includes extensive report printed by
PC printer, possibility to add investigation comments and real time on line view of the
investigation.
4. should have facility to wireless transfer of data suing Bluetooth technology with automatic start,
Automatic investigation and analysis.
The flow transducer should be mounted on height adjustable stand having funnel and urine
container for flow transducer.
Should have a flow range of 0-50 ml/sec with volume range upto 0-1000 ml and the uroflowmeter
should come with height adjustable (foldable) Micturation chair.
Should have auto record and zero facility for uroflowmeter.
Should have auto artifact detection.
Beaker for uroflow- 5nos
Rechargable batteries- 8
Charger for rechargeable batteries-2
Bladder scanner- 2 units
Bladder scanner to measure bladder volume measurement (PVR)
Ultrasound probe should have volume range: 0 to 1000ml
Accuracy: +/_ 10% of reading, +/- 20 ml
Probe frequency : 2.30 – 3.0 MHz
Scanning method: Sector 180 deg
Max detection dept: 150 mm or 230 mm
Power supplied by USB port
Should be compatible with PC
Should have database software for bladder scanner.
Must be CE and US FDA approved.
Computer be supplied as per following configurations:- 1 No,
Window based, 1 TB Hard disk, 4GB RAM, CD/DVD-RW, 15 Processor, 19” LCD monitor and
Color Laser Printer.
Schedule 14
TECHNICAL SPECIFICATION: VIDEO ENDOSCOPE UNIT HAVING UPPER GASTROINTESTINAL SCOPE
81
1. Diagnostic Gastrovideoscope:
A. Built in HD TV compatible CCD with close focus observation capacity.
B. Should have Chrome endoscopy imaging (NBI/FICE-BLI/ I scan-OE/m BLU/S technology) and
preferably dual focus Capacity for detailed mucosal study.
C. Fully immersible in disinfectant solution (resistant cap) and one touch connectivity.
D. Inbuilt scope identification memory chip for monitor display of scope model no. serial no. white
balancing memory. No of connections
E. Should have forward/auxillary water jet for mucosal cleaning
F. Insertion tube outer diameter: 9.9 mm or less for diagnostic purpose
G. Field of view/ Angle of view: Normal/Near focus 140 degrees or more
H. Direction of view: Forward viewing
I. Depth of field: 4-100 mm or better.
J. Angulation tip
Upwards: 210 degree or more Downwards: 90 degrees or more
Right: 100 degrees or more Left: 100 degrees or more
K. Instrument channel: > 2.8 mm
L. Working length: 1030 mm or more , Total length: 1100 mm or more
M. Minimum visible distance of instrument used through channel: 3 mm or closer from the distal end
2. Accessories:
a. Reusable biopsy forceps oval cup fenestrated and oval cup non fenestrated – 2 each
b. Hot Biopsy forceps with alligator cups with and without needle- 3each
c. Retrievable basket -2 Nos
d. Electrosurgical snare-2 each
e. Bipolar Probes-10 Each
f. Cleaning brushes and channel opening brush – 5 each
g. Washing pipe/ spray catheter – 20
h. Injection needle 21 G – 10
i. Grasping forceps- rat tooth, rubber tip – 4
j. Reusable Rotable Clip fixing Device short and long- 5 each with one hundred single use clip.
k. Extra xenon bulb – 2
l. Biopsy channel valves – 2 packs of 100 each
m. Extra suction and air water buttons – 5 each
Authorization certificate by the parent company of the endoscope should be attached for compatibilty.
3. Video Processor
A. Should be compatible with analog HD- SDI and DVI output for HDTV monitor and should contain
electronics for clear visibility of near and far objects.
B. Equipped with high resolution HDTV imaging capacity
C. Should have Optical chromo endoscopy imaging such as NBI/FICE-BLI/I scan- OE/mBLU/S technology
and HD plus video.
82
D. Portable memory and USB slot for image recording
E. Automatic IRIS control and white balance.
F. Picture in picture display and index function ability
G. Electronic zoom upto 1.5 x
H. Equipped with memory backup for settings and lithium battery
I. Should have prefreeze function for image stabilization
J. Should have inbuilt light source or separate light source with NBI/FICE-BLI/I scan - OE/m BLU/S
technology imaging capacity/ HD plus video.
K. High intensity Xenon light source (300W) with 500 hours life with emergency halogen light for backup
L. Backlit front panel indicator, equipped with automatic light adjustment, forced air cooling, regulated
air feeding pump and fan with low noise
M. Should be supplied with two extra xenon bulbs and one extra halogen bulbs
N. Compatible with the quoted gastrovideoscope
O. Video signal output : RGB, Y/C and composite (Simultaneous)
P. Should be supplied with 2kw online UPS
Q. Video endoscopy workstation with space for accommodation of a LCD video monitor (26” or more in
size), video processor, light source with scope hanger
R. Two water bottles compatible with the processor
S. Two high pressure suction machine (>1 kpa) should be supplied
4. High definition Medical Grade LED monitor(From the same parent manufacturer of the scope)
A. 26 inch full HD LED monitor with high resolution 1920× 1080
B. Low power consumption
C. Aspect ratio 16:9/ 16:10 with output of (1080/601: NTSC) (1080/501: PAL)
D. Should have picture in picture and picture out picture for viewing side by side split screen images
Suitable computer, printer, Trolley, Suction machine (2), Leakage tester and endoscope software is to be
supplied with the unit.
The complete system should be European CE or US FDA approved, other than the suction machine
Almirah: An almirah either customized or made to order should be provided for housing the scopes
Comprehensive warranty for 5 years and 5 years CMC after warranty.
83
Schedule 15 TECHNICAL SPECIFICATION: VIDEO ENDOSCOPE UNIT HAVING UPPER GASTROINTESTINAL SCOPE
1. Therapeutic Gastrovideoscope:
A. Built in HD TV compatible CCD with close focus observation capacity.
B. Should have Chrome endoscopy imaging (NBI/FICE-BLI/ I scan-OE/m BLU/S technology) and
preferably dual focus Capacity for detailed mucosal study.
C. Fully immersible in disinfectant solution (resistant cap) and one touch connectivity.
D. Inbuilt scope identification memory chip for monitor display of scope model no. serial no. white
balancing memory. No of connections
E. Should have forward/auxillary water jet for mucosal cleaning
F. Insertion tube outer diameter: 11.6 mm or less
G. Field of view/ Angle of view: Normal/Near focus 140 degrees or more
H. Direction of view: Forward viewing
I. Depth of field: 2-100 mm or better.
J. Angulation tip
Upwards: 210 degree or more Downwards: 120 degrees or more
Right: 120 degrees or more Left: 120 degrees or more
K. Instrument channel: > 3.8 mm
L. Working length: 1030 mm or more , Total length: 1100 mm or more
M. Minimum visible distance of instrument used through channel: 3 mm or closer from the distal end
2. Accessories:
a. Reusable biopsy forceps oval cup fenestrated and oval cup non fenestrated – 2 each
b. Hot Biopsy forceps with alligator cups with and without needle- 3each
c. Retrievable basket -2 Nos
d. Electrosurgical snare-2 each
e. Bipolar Probes-10 Each
f. Cleaning brushes and channel opening brush – 5 each
g. Washing pipe/ spray catheter – 20
h. Injection needle 21 G – 10
i. Grasping forceps- rat tooth, rubber tip – 4
j. Reusable Rotable Clip fixing Device short and long- 5 each with one hundred single use clip.
k. Extra xenon bulb – 2
l. Biopsy channel valves – 2 packs of 100 each
m. Extra suction and air water buttons – 5 each
Authorization certificate by the parent company of the endoscope should be attached for compatibilty.
3. Video Processor
T. Should be compatible with analog HD- SDI and DVI output for HDTV monitor and should contain
electronics for clear visibility of near and far objects.
84
U. Equipped with high resolution HDTV imaging capacity
V. Should have Optical chromo endoscopy imaging such as NBI/FICE-BLI/I scan- OE/mBLU/S technology
and HD plus video.
W. Portable memory and USB slot for image recording
X. Automatic IRIS control and white balance.
Y. Picture in picture display and index function ability
Z. Electronic zoom upto 1.5 x
AA. Equipped with memory backup for settings and lithium battery
BB. Should have prefreeze function for image stabilization
CC. Should have inbuilt light source or separate light source with NBI/FICE-BLI/I scan - OE/m BLU/S
technology imaging capacity/ HD plus video.
DD. High intensity Xenon light source (300W) with 500 hours life with emergency halogen light for backup
EE. Backlit front panel indicator, equipped with automatic light adjustment, forced air cooling, regulated
air feeding pump and fan with low noise
FF. Should be supplied with two extra xenon bulbs and one extra halogen bulbs
GG. Compatible with the quoted gastrovideoscope
HH. Video signal output : RGB, Y/C and composite (Simultaneous)
II. Should be supplied with 2kw online UPS
JJ. Video endoscopy workstation with space for accommodation of a LCD video monitor (26” or more in
size), video processor, light source with scope hanger
KK. Two water bottles compatible with the processor
LL. Two high pressure suction machine (>1 kpa) should be supplied
4. High definition Medical Grade LED monitor(From the same parent manufacturer of the scope)
E. 26 inch full HD LED monitor with high resolution 1920× 1080
F. Low power consumption
G. Aspect ratio 16:9/ 16:10 with output of (1080/601: NTSC) (1080/501: PAL)
H. Should have picture in picture and picture out picture for viewing side by side split screen images
Suitable computer, printer, Trolley, Suction machine (2), Leakage tester and endoscope software is to be
supplied with the unit.
The complete system should be European CE or US FDA approved, other than the suction machine
Almirah: An almirah either customized or made to order should be provided for housing the scopes
Comprehensive warranty for 5 years and 5 years CMC after warranty.
85
Schedule 16
Electro cautry machine
TECHNICAL SPECIFICATION: CAUTERY MACHINE
(Combined Monopolar and Bipolar Cautery with Standard accessories)
1. Unit should comprise of an integrated RF electrosugical unit for electrosurgical cut and coag
modes for optimum effect with reusable neutral electrodes washable monopolar foot switch and
reusable bipolar foceps with reusable bipolar cables.
2. The electro surgical unit should be micro controller based & should adjust the power to get the
desired sugical effect on the tissue with facility to use monopolar under water cutting.
3. All settings should be controlled by machine and according to the tissue deliver.
4. The electrosugical unit should have power and voltage automatic regulation feature to prevent
tissue damage and charring.
5. The output voltage should be regulated itn various levels with LCD Backlight adjustment for good
visibility in operating room, patient plate monitoring facility, audiovisual alarm and deactivate
output if contact between patient and patient plate is not proper to eliminate risk of patient burns.
6. System should have features like Two Monopolar output socket, One bipolar output socket & two
neutral sockets for all types of reusable and disposable neutral plates & voltage and power
regulation in a single system for better coagulation.
7. System should have inbuilt modes like AUTO CUT-electrosugical(ES) cutting with minimal to
medium homesotasis/ DRY CUT- ES cutting with moderate to intense homeostasis/FORCED
COAG-effective, fast, pinpoint coagulation/BIPOLAR SOFT COAG- Fast, aggressive cogualtion
for dissection with high homeostasis, but limited tissue-cutting properties, uses power dosing/
SPRAY COAG- Contact free surface coagulation, low penetration depths.
8. System should have following features with technical data:
a. Maximum cut output – 300 watt at 500 ohm.
b. Maximum COAG output – up to 200 watt.
c. Frequency – 350 kHz.
86
9. The electrosurgical unit should be supplied with the reusable/ disposabel Monopolar hand pencil
with facility for swapping between programs (10 units if reusable or 200 if disposable) with
different set of electrodes box (10) nos, Reusable Bipolar forceps (Bayonet & Straight) with
irrigation port & reusable bipolar cable = 02 units each, washable footswitch with IPX8 marked on
it with & having facility for swapping between programs & reusable patient plate =02 units each/
disposable patient plates = 20 box each from the same OEM.
10. The offered equipment should have brand name/ Model number embossed /etched on the
equipment, must be supported by original literature of the origina equipment manufacturer with
mandatory regional & head office of the origina manufacturer principal company for providing
after sales service with a dedicated trained service engineers/ service representatives team of the
OEM principal company.
11. The offered equipment accessories & consumables should be of the same original equipment
manufacturer.
12. The electrosugical unit should be microprocessor controlled, US-FDA/ European certificate
marked in accordance with the medical devices directives, class I equipment and have
electromagnetic compatibility certificate, ISO certificate and latest installation certificates with
satisfactory user list of installation base in the country.
Schedule 17
TECHNICAL SPECIFICATION: VIDEO ENDOSCOPE UNIT HAVING LOWER GASTROINTESTINAL SCOPES
87
1. Diagnostic Colonovideoscope: (Video Colonoscope)
N. Built in HD TV compatible CCD with close focus observation capacity.
O. Should have Chrome endoscopy imaging (NBI/FICE-BLI/ I scan-OE/m BLU/S technology) and
preferably dual focus Capacity for detailed mucosal study.
P. Fully immersible in disinfectant solution (resistant cap) and one touch connectivity.
Q. Inbuilt scope identification memory chip for monitor display of scope model no. serial no. white
balancing memory. No of connections
R. Should have forward/auxillary water jet for mucosal cleaning
S. Insertion tube outer diameter: 13.2 mm (approx) or less for diagnostic purpose
T. Field of view/ Angle of view: Normal/Near focus 140 degrees or more
U. Direction of view: Forward viewing
V. Depth of field: 4-100 mm or better.
W. Angulation tip
Upwards: 180 degree or more Downwards: 180 degrees or more
Right: 160 degrees or more Left: 160 degrees or more
X. Instrument channel: 3.8 mm (approx)
Y. Working length: 1300 mm or more , Total length: 1600 mm or more
Z. Minimum visible distance of instrument used through channel: 3 mm or closer from the distal end
2. Accessories:
a. Reusable biopsy forceps oval cup fenestrated and oval cup non fenestrated – 2 each
b. Hot Biopsy forceps reusable- 3 Nos
c. Polypectomy snare hexagonal and oval rotatable (2 Pack of 10 each)
d. Electrosurgical snare-2 Nos
e. Multibite biopsy forceps- 5 Nos
f. Cleaning brushes and channel opening brush – 5 each
g. Washing pipe/ spray catheter – 20
h. Injection needle 21 G – 10
i. Grasping forceps- rat tooth, rubber tip – 4
j. Reusable Rotable Clip fixing Device short and long- 5 each with one hundred single use clip.
k. Extra xenon bulb – 2
l. Biopsy channel valves – 2 packs of 100 each
m. Extra suction and air water buttons – 5 each
Authorization certificate by the parent company of the endoscope should be attached for compatibilty.
3. Video Processor
MM. Should be compatible with analog HD- SDI and DVI output for HDTV monitor and should
contain electronics for clear visibility of near and far objects.
NN. Equipped with high resolution HDTV imaging capacity
OO. Should have Optical chromo endoscopy imaging such as NBI/FICE-BLI/I scan- OE/mBLU/S technology
and HD plus video.
88
PP. Portable memory and USB slot for image recording
QQ. Automatic IRIS control and white balance.
RR. Picture in picture display and index function ability
SS. Electronic zoom upto 1.5 x
TT. Equipped with memory backup for settings and lithium battery
UU. Should have prefreeze function for image stabilization
VV. Should have inbuilt light source or separate light source with NBI/FICE-BLI/I scan - OE/m BLU/S
technology imaging capacity/ HD plus video.
WW. High intensity Xenon light source (300W) with 500 hours life with emergency halogen light
for backup
XX. Backlit front panel indicator, equipped with automatic light adjustment, forced air cooling, regulated
air feeding pump and fan with low noise
YY. Should be supplied with two extra xenon bulbs and one extra halogen bulbs
ZZ. Compatible with the quoted gastrovideoscope
AAA. Video signal output : RGB, Y/C and composite (Simultaneous)
BBB. Should be supplied with 2kw online UPS
CCC. Video endoscopy workstation with space for accommodation of a LCD video monitor (26” or
more in size), video processor, light source with scope hanger
DDD. Two water bottles compatible with the processor
EEE. Two high pressure suction machine (>1 kpa) should be supplied
4. High definition Medical Grade LED monitor(From the same parent manufacturer of the scope)
I. 26 inch full HD LED monitor with high resolution 1920× 1080
J. Low power consumption
K. Aspect ratio 16:9/ 16:10 with output of (1080/601: NTSC) (1080/501: PAL)
L. Should have picture in picture and picture out picture for viewing side by side split screen images
Suitable computer, printer, Trolley, Suction machine (2), Leakage tester and endoscope software is to be
supplied with the unit.
The complete system should be European CE or US FDA approved, other than the suction machine
Almirah: An almirah either customized or made to order should be provided for housing the scopes
Comprehensive warranty for 5 years and 5 years CMC after warranty.
89
Schedule 18
TECHNICAL SPECIFICATION: SIGMOIDOSCOPE
1. Sigmoidoscope:
Built in HD TV compatible CCD with close focus observation capacity.
Fully immersible in disinfectant solution (resistant cap) and one touch connectivity.
Inbuilt scope identification memory chip for monitor display of scope model no. serial no. white
balancing memory. No of connections
Should have forward/auxillary water jet for mucosal cleaning
A. Insertion tube outer diameter: 12.8 mm (approx) or less for diagnostic purpose
B. Field of view/ Angle of view: Normal/Near focus 140 degrees or more
C. Direction of view: Forward viewing
D. Depth of field: Near 2-3mm or better and Far 4-100 mm or better.
E. Angulation tip a. Upwards: 180 degree or more
b. Downwards: 180 degrees or more
c. Right: 160 degrees or more
d. Left: 160 degrees or more
F. Instrument channel: > 3.8 mm (approx)
G. Working length: 790 mm (approx)
H. Total length: 1090 mm (approx)
I. Minimum visible distance of instrument used through channel: 3 mm or closer from the distal end
2. Accessories:
a. Reusable biopsy forceps oval cup fenestrated and oval cup non fenestrated – 2 each
b. Cleaning brushes and channel opening brush – 5 each
c. Washing pipe/ spray catheter – 10
d. Injection needle 21 G – 10
e. Grasping forceps- rat tooth, rubber tip – 2
f. Extra xenon bulb – 1
g. Biopsy channel valves – 1 pack of 100
h. Extra suction and air water buttons – 5 each
Authorization certificate by the parent company of the endoscope should be attached for compatibilty.
Schedule 19
TECHNICAL SPECIFICATION: HYDROGEN BREATH ANALYZER
Concentration Range: 0-500ppm hydrogen (H2 )
Display: Colour LCD with 1ppm increments
Detection principle: Electrochemical sensor
Accuracy (repeatability of reading): ± 5%
90
Carbon monoxide cross-sensitivity: <2%
Batteries: 3xAA (LR6 or equivalent) alkaline batteries
Response time: Typically <45 seconds (approx)
Operating temperature range: 0-40°c (Storage 0-50°C)
Operating humidity: 10-90% (Storage 0-95%) non-condensing
Sensor sensitivity: 1ppm
Warranty: 2 years monitor, 1 year sensor
91
Schedule 20
TECHNICAL SPECIFICATION: ARGON PLASMA COAGULATOR (APC)
1. General/ Compatible electrosurgical unit
1.1 All components of system should be mountable on single trolley
1.2 Modes of operation: Foot switch and handswitch
1.3 Option of automatic flow setting
1.4 Electrosurgical unit should have both monopolar and bipolar cutting
1.5 Coagulation mode should have option of variable coagulation like soft coagulation, forced
coagulation, spray coagulation
1.6 Should ensure effective, even surface coagulation for uniform haemostasis and tissue coagulation
1.8 Should have option for pure cutting, pure coagulation, and blended currents
1.9 Should have the facility to automatically adjust the current according to tissue resistance
1.10 Bipolar coagulation probe –, 01 in number
1.11 Electrosurgical unit should have two or more HF connecting sockets
1.12 HF power limitations: 350-400 Watt or more for cut, 120W or more for coagulation with option
of change in steps
1.13 Option of activating cutting/coagulation mode by pedal
1.14 Automatic monitoring of the electrical connection between the neutral electrode and high
frequency surgical unit
1.15 Automatic monitoring of the electrical connection between the neutral electrode and patient
1.16 Automatic monitoring of the HF currents in a monopolar applied part
1.17 Should work on AC supply 220 volts, 50 Hz
2. APC Unit
2.1 Provision for connection of two cylinders of gas of 2 – 5 L
2.2 Type of gas: Argon
2.3 Power output: Around 200 watts Maximum cut output: upto 120 watts
2.4 Adjustable gas flow 0.1 -8 litres/ min or more depending adjustable in steps of 0.1 litre
2.5 Should have two different modes of APC
2.6 Option of flushing with flushing duration of 5 seconds or less
2.7 Gas gauge
2.8 Pressure gauge manometer on the gas tank
2.9 Option of controlling the depth of coagulation by choosing different coagulation mode
2.10 Argon gas cylinders-2 Nos. 5Litre capacity should be supplied
3. APC probes
3.1 APC probe should be reusable, sterilizable and washable
3.2 APC instrument should automatically recognize by integrated automatic instrument recognition
3.3 Should be compatible with endoscope channel diameter of 2.8 mm or more
92
3.4 Different catheters : Length 1.5 meters to 2.5 meters ( Straight beam) – 2 Length 1.5 meters to 2.5
meters ( Side conical) – 2
3.5 Tip for gas flow with straight conical beam, side conical beam and circumferencial beam
4. Patient plate with compatible cords
4.1 Patient plate with compatible cords – reusable, two in numbers
5. Trolley
5.1 compatible trolley from same manufacturer for mounting all components of APC unit
6. Irrigation pump for endoscopic procedures
6.1 Option of tissue washing activation either by using the footswitch or directly at the unit
6.2 Variable rate of water flow with option of selection
6.3 Maximum flow rate (with compatible tubing set) 500 ml/ min or more
6.4 Compatible tubing set for use with endoscopes
7. Foot switch
Complete system should be European CE (with 4 digit notified body no.) OR US FDA OR BIS for the quoted
model (except trolley)
SN BOQ Qty
1 ESU Unit as specified 1 Nos
2 APC unit as specified 1 Nos
3 APC probes as specified 1 set
4 Patient Plate 2 Nos
5 Trolley 1 Nos
6 Irrigation pump for endoscopic procedures 1 set
7 Foot switch 1 Nos
93
Schedule 21
Equipment Specifications for EEG
1. Operational Requirements:-
Complete EEG System with recorders and all recorders and software is required.
2. Technical Specifications:- 1. Should be a 32 Channel digital EEG Machine, where 24 Channels for acquisition and storage, 5
Polygraph and 3DC Channels.
2. Frequency response should be 0.05 HZ to 70 HZ.
3. Should have the facility to view all channels in different montages during acquisition and review.
4. Should have split screen facility to study and even carefully during acquisition where data storage
should be on going in hard disk.
5. Should have split screen facility in analysis to compare the data of same time or different times with
individual selection of filters, sensitivity montages etc.
6. Should have the facility for simultaneous acquisition and review of same record.
7. Should have the facility to mark pages, important events for printing in review.
8. Should have user definable phone stimulator protocol execution with display of photic marks on screen using LED or Xenon flash lights.
9. Should have unlimited Montage Reformating.
10. Should have HLF (15.35 .70 Hz) and LLF(0.1,0.3,1.5,3.5 Hz) filters for each channel as well as for all
channel for display.
11. Should have the facility for sweep speed selection.
12. Should have the facility to display traces with limit trace.
13. Should mark and annotate standards events such as Eyes open, Eyes closed, Hyperventilation on,
Hyperventilation off, Artifact and other user defined events of max. 50.
14. Should have separate sensitivity control for each channel as well as for all channels.
15. Should have the facility to enter patient details such as ID, Name, Referred By, Sex, Age, Patient
History, Address, Doctor Name etc.
16. Should have the facility to review of selected patient form list, to sort data according to patient name, sex, age, test date etc. review another patient while acquisition and to edit the patient details.
17. Should have the facility to browse page by page, Scroll in forward and reverse direction and the speed
of scrolling can be different speed levels such as same acquisition speec,2 times, 3 times, 4 times the
acquisition speed.
18. Should have user definable protocols for acquisition.
19. EEG pages should displayed in BRAIN MAP montage and it should have the facility to view
Amplitude brain map, Progressive amplitude brain map, frequency brain map, progressive frequency
brain map, 4 bands frequency brain map with frequency spectrum, 5 bands frequency brain map with
frequency spectrum, 4 bands frequency brain map with EEG & 5 bands frequency brain map with EEG
in review mode. 20. Should have the facility to edit current page events, browse all the marked events. Display the page
having the selected event, to store my number of marked EEG pages on another HDD.
21. Should have the facility for spike detection with amplitude greater than or equal to the specified
amplitude and within specified duration.
22. Should have the facility to print all marked EEG pages. Brain map pages in queue.
23. Should have the facility to edit and print summary report. EEG page and Brain map page.
24. Should have Acquisition Hot keys for Sensitivity for all traces, Eyes open, Eyes close,
Hyperventilation ON, Hyperventilation OFF, Mark page, Artifact, Annotated event, Toggle pause,
Release pause, Snap shot mode, photic stimulation etc.
25. Should have Review Hot Keys for page mode, scroll mode, flip mode, next page, increase speed, mark
page for printing forward direction, reverse direction, previous page, decrease speed etc.
26. Should have an efficient data base management including Hospital details, Reference doctors list, standard comments for summary report etc.
27. Photic frequency should be 1-30 Hz. Stimulating time 1-16 sec. and pause time 1-16 sec.
28. CMPR should be greater than 100 db and input Impedance should be greater than 10 M Ohms.
29. Should operate from 200 to 240 Vac., 50 HZ input supply.
30. Should have a high resolution low light video camera.
31. Should have the facility to upgrade EEG to sleep system in future.
32. Should be supplied all necessary accessories including EEG Disc Electrodes reusable – 1 set, EEG
Paste – 5 Jar sufficient quantity for 100 EEG Cases.
33. Should be supplied with a PC of adequate configuration having HDD of storage not less than 500 GB
HDD, 4 GB RAM, DVD, CD writer and a Colour Printer.
34. Monitors provided along with PC should be LCD not less than 17 inches, OS: original Windows XP Pro Windows 7 Professional 32 bit, Processor: higher, RAM: 2 GB, 500 GB hard disk or higher,
94
CD/DVD Optical Drive, Screen Resolution: 1024X768 and Colour Printer should be Colour Laser
Printer.
35. Should supply online UPS of sufficient capacity with 1 hour backup to connect all the equipments
supplied.
36. Should be supplied with a suitable Table for keeping the equipment, PC, Printer and all the accessories. 37. Should have safety certificate from a competent authority CE FDA (CS) STQC, CB certificate. STQC
S certificate of valid detailed electrical and functional safety test report from ERTL. Copy of the
certificate test report shall be produced along with the technical bid.
38. Comprehensive training for lab staff and support services till familiarity with the system.
39. Comprehensive Warranty for 5 years and 5 years AMC after WarrantySchedule 22
95
Schedule 22
Equipment Specifications for EMG NCV EP SYSTEM
1. Operational Requirement:-
EMG NCV System completes with LP recorders and all software and hardware is required.
2. Technical Specifications:-
1. Minimum 4 channel system with optical isolation with Ethernet connection for connecting to either to
desktop system or laptop system for portable use.
2. Motor NCV with automatic marking.
3. Sensory NCV with automatic marking. 4. F wave with split screen display with automatic marking of F responses showing the Max., F. Min. and
%v F values.
5. H reflex & Blink reflex.
6. Repetitive nerve stimulation.
7. Inspertional Spontaneous EMG recording for minimum 600 secs. On hard disk or unlimited buffer
storage.
8. EMG replay of minimum 600 sec. of stored data from hard disk with audio and store in AVT format
for
Review on any Windows Media Player PC.
9. Single Motor unity Analysis.
10. Sympathetic skin response. 11. Somato-sensory evoked potentials (Upper, lower, Dermatomes)
12. RR Interval program with programs for stand sit supine position & Heart rate variability calculations.
13. Auditory evoked potentials: BAER, AEP programs.
14. The software should have facility to measure the Patient Hearing Threshold before running the BFRA
test.
15. The software should be able capable of grand averaging of the responses for better signal quality for
BERA
recordings.
16. Auditory headphones with clicks, bips and tones.
17. Visual evoked potentials Pattern reversal VEP
18. 17” VEP monitor for visual evoked potential.
19. Common mode input impedance > 1000 Mohm.
20. Low filter to be varied from 0.05 Hz – 500 Hz or Higher.
21. High filter tobe varied from 30 Hz-5KHz or Higher.
22. Gain to be varied from 0.5 ms div to 1000 ms div.
23. Constant current stimulator with current variable from 0 to 100 mA with increments of 0.5 mA and
pulse duration to be varied from 50 us – 100us with 50 us increments.
24. Software adjustable notch filter.
25. The electrical stimulator should have controls for stimulus delivery, intensity, store,reverse polarity
button and two programmable buttons preferred by user.
26. The base unit of the system should provide all the controls for performing the test, switching to other
test protocols and review of the test with control knobs for sensitivity, gain, marking cursors, pulse width etc. In-built comprehensive nerve/muscle directory.
27. Automatic report generation and grammatically frame the sentences and print in the report.
28. The software should be supplied with normative date for computation and online comparison with test
values.
29. The software to have facility to quickly review the complete summary of the all the acquired traces and
tabulate fthe results without need to go in each and every test protocol.
30. The software should have also facility for Left v/s Right comparison in NCV, F,H and Evoked
potential test.
31. The software should have Live monitor window to view the rasw signal of the data before acquiring or
storing on the system.
32. The system should be supplied with branded Pentium Core 2 Duo processor or higher, RAM: 4GB,
500GB hard disk or higher, 17”LCD monitor or higher, DVD Writer, Laser Printer, UPD and CVT, Trolley & Electrode starter kit.
33. The system should have Quantitative MG with Multi MUP, Interference pattern with onlinbe cloud
plot, Single fiber EMG with Histograms, Motor unit number estimation, P300, Reflex hammer, Skin
temperature probe.
3. System Configuration Accessories spares and consumables:
96
1. Branded PC with OS: Original Windows XP Pro Windows 7 Professional Processor: Core 2 Duo or
higher,m RAM: 4 GB, 500 GB hard disk or higher, CD,DVD Optical Drive, Screen Resolution: 1024x
768, at least 17” LCD Monitor.
2. Laser jet printer and Trolley.
3. Complete set of electrodes. 4. Amplifier and up to 2 electrical stimulators.
5. AEP click stimulator with headphones.
6. VEP stimulator LCD 17” or higher monitor.
7. Power input to be 220-240 V AC, 50 Hz fitted with Indian plug.
8. UPS of suitable rating with voltage regulation and spike protection for 60 minutes back up.
4. Standards, Safety and Training:
1. Should be FDA, CE, UL or BIS approved product.
2. Shall meet IEC 60601-24040 Safety requirements – Part 24040; Particular requirements for
Electromyographs and Evoked Response Equipments.
3. Comprehensive training for lab staff and support services till familiarity with the system.
4. Comprehensive warranty for 5 years and 5 years AMC after warranty. 5. Online technical support should be available.
5. Documentation:
1. User Technical Maintenance manual to be supplies in English.
2. Certificate of calibration and inspection.
3. List of Equipments available for providing calibration and routine Preventive Maintenance Support as
per manufacturer documentation in service technical manual.
4. List of important spare parts and accessories with their part number and costing.
Installations
The bidder should have installed same model successfully in India. The copy of the satisfactory
performance certificate of same model to be enclosed along with the bid.
Certification System shall have valid AERB certificate of the quoted model./ The bidder to provide any other
certificate required for importing the equipment in case of imported models.
Service Centre
Compay should have an established registered service centre in Delhi/Varanasi. The bidder should
provide the address and phone numbers of the service centre. Product Data Sheet.
All technical specification should be supported with original data sheet highlighting the page number in
the compliance sheet. Photocopy/computer print will not be acceptable.
Spare parts availability
The principal should give undertaking regarding the availability of spare parts for the next 10 Years.
Schedule 23
SPECIFICATIONS FOR MULTIPARA VSM
Multipara Bed Side Monitor- Cardiology Dpeartment
1 Should have TFT display with at least 15 inches with at least 8 wave forms and numeric display simultaneously. Wall mountable.
2 The waveforms should be user selectable.
3 Monitor should have in built Lithium-ion type battery for atleast 30 minutescontinuous operation . in case of mains failure.
4 Should have keys with touch screen for quick access to main functions.
5 Should be able to monitor ECG, SPO2, NIBP, 2 IBP, Respiration Rate, 2 temp as standard monitoring.
6 5 Lead ECG monitoring with lethal arrhythmia recognition capability and ST analysis
97
7 Respiration & Apnea alarm
8 Manual, Auto and STAT mode for NIBP monitoring and ranges should beat least 20 to 230mmHg.
9 Pulse Oxymeter (SPO2)—Masimo Probe with Plethysmogragh &Pulse strength indicator With Variable pitch with change in SpO2.
10 Should have separate volume control for beep sound for QRS and alarm sound.
11 Monitor should have networking options
12 Should provide following accessories
· Besides standard accessories - 20 Nos of Disposable IBP transducers with all standard accessories & 6 nos of reusable adapter cable. IBP transducers and reusable adapter cable must be readily available for at least next 5 years inopen marketand / or with company as per demand raised in future.
· Reusable adult 5 lead ECG cable set – 2 nos.
NIBP cuffs for standard Adult, Obese Adult, Child– all 1 each.
Temperature Probe 2No
13 Should work on 200-240V AC/50Hz with inbuilt rechargeable Battery having backup of minimum 30minutes
14 Should have safety certificate from a competent authority CE ,FDA (US)
15 Should have at least 72 hours trends storage capacity/facility.
16 Upgradable to EtCO2 and cardiac out put monitoring.
Compatible Central Nursing Station
GENERAL TERMS AND CONDITIONS
Demo at place of instalmentis a must.
98
Schedule 24 ABG Analyzer
Blood Gas Analyzer (ABG Machine) 1. Fully automatic, upgradeable, fast electrolyte & Blood gas analyzer. 2. Essential Measured parameters; pH, PCO2, pO2, SaO2 with co-oximetry, Na+, K+, Ca++, Cl- . All these parameters should be measured simultaneously. 3. Calculated parameters should include BE, Be ecf, HCO3, Anion Gap etc. 4. Sample volume – less than 120 micro litre. 5. Fast analysis time – less than 120 sec. 6. Maintenance free electrodes with individual electrodes ON/OFF facility. 7. Fully automatic liquid calibration of all parameters at user-defined intervals without the Use of Gas calibrated reagents, external gases, tanks or regulators. It should NOT be a cartridge based machine. 8. Continuous reagent level monitoring. 9. Data display on well-illuminated, adequate size LCD color touch screen display. 10. Data print out on built in graphic printer. 11. Built in auto Quality control facility. 12. Suitable UPS with 30 min. backup. 13. Reagents for six months@ at least 20 samples/day should be provided along with the machine. 14. Cost of reagents to be quoted for comparative evaluation. 15. Stand by blood gas cum electrolyte analyzer in case of breakdown. 16. Should have local service facility. 17. It must be US-FDA and CE (Conformite European) approved. 18. Must submit User list and Performance report. 19. Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page/para number of original catalogue/data sheet. 20. Demonstration is required. 21. Guarantee on machine for five years, and on electrodes for two years. 22. Comprehensive maintenance contract for next 5 years.
99
Schedule 25
Transport Ventilator 1. Should be time-cycled ventilator operating on mains, battery or ambulance/car battery. Battery backup should be for minimum of 4 hours. 2. Ventilator should be of low weight (not more than 8 kg) and with operation range from- 20 to +50 degrees centigrade. 3. Should be supplied with autoclavable breathing circuits (Both Adults and Pediatrics): 2 Each. 4. Screen Size at least 5 inch. 5. Should have integrated display of set and expired data as below:- a) Tidal volume: 50 ml-2 liters. b) Rate: 2-50 breaths/min. c) PEEP (integrated in main unit): 0 to 20 cm H2o d) Inspiratory Pressure- 20-60 cm H2o e) Flow trigger: 3-15 I pm f) Pressure Support: 0-35 cm H2o g) Ventilation Waveforms h) Fio2: 40% to 100% 6. Should have following ventilation modes: a) NIV b) IPPV (CMV) c) Assist Control d) SIMV e) CPAP f) Pressure Control g) Pressure Support 7. Should have both audio visual alarms for: a) High & Low Pressure b) Apnea c) Setting errors d) Low battery e) Low oxygen supply 8. Standard scope of supply to include requirements a) Main unit with inbuilt battery. b) Breathing hose set with expiratory valve and flow sensor c) AC-DC adaptor d) Oxygen high pressure hose e) Test lung f) Instruction Manual 9. Quality standards and support requirement: The offered unit should have CE with Medical Directive & European standard/US FDA Certificate 10. Should have local service facility. The service provider should have the necessary equipment recommended by the manufacturer to carry maintenance manual. 11. Availability of spares & disposables for at least 7 years after the date of installation.
Schedule 26
MECHANICAL VENTILATORS ICU Ventilator 1. Should be 12” or more size touch screen. 2. Ventilator should have standalone compressor based system from same
100
manufacturer ( Turbine/piston or inbuilt air-source within ventilators will not be accepted). 3. Should have the following modes: a. Volume and pressure Controlled modes. b. SIMV(Pressure controlled and volume controlled) with pressure support. c. Spontaneous modes like PAP/PEEP. d. Inverse Ratio ventilation. e. Advanced mode like Pressure Regulated volume control mode and volume support mode. f. Airway Pressure Release ventilation. g. Non-invasive ventilation. 4. Should have the facility for following settings: a. Tidal Volume: Minimum 5 ml and maximum at least 1500 ml or more in Volume control. b. PEEP up to 30 cm H2O or more. c. Pressure support up to 35 cm H2O. d. Flow Pattern: Square, Decelerating. e. Respiratory Rate up to 80 bpm or more. f. Inspiratory Plaetau up to 60% of Inspiratory time. g. SIMV Rate up to 60 cycles/min. h. FIO2 : 21% - 100%. i. Inspiratory and Expiratory flow and pressure Trigger Sensitivity. j. Manual Cycle, Inspiratory Pause, Expiratory Pause. 5. Should be able to monitor and measure the following parameters a. Tidal Volume b. Plaetau c. Mean Airway Pressure d. Peak Airway Pressure e. Intrinsic PEEP f. RSBI(Rapid Shallow Breathing Index) g. Resistance and Compliance 6. Should have the facility to find(Lower inflection point) and UIP(Upper Inflection Point) 7. Compiled trend analysis at least for 24 hours for all measured parameters. 8. Should have the facility to record multiple loops for comparison. 9. Should have the facility to measure: a. Pressure/Volume loops b. Flow/volume loops. 10. Should display minimum 2 curves/grap[hs/loops simultaneously on the screen a. Should have audio-visual alarms for the following parameters: b. Peak Inspiratory Pressure High & Low c. FiO2 – High & Low d. Respiratory rate – High & Low e. Tidal volume – High & Low f. Minute volume- High & Low g. Apnea h. Gas supply failure 11. Should have the ETCO2 monitoring(optional) 12. Should have battery backup at least for 1 hour for both compressor and ventilator 13. Event log: 1000 Alarm History 14. Demonstration is must 15. Spares should be available for 10 years. 16. Should be supplied with 2 silicon adult breathing circuit, 1 pediatrics breathing circuit, 1 imported humidifier and 2 ultrasonic nebulizer chambers. 17. LIS-FDA, CE approved.
101
18. Ventilator should have external compressor, from the same manufacturer. 19. Oxygen sensor should be covered under warranty. 20. Should provide Et-tube leak compensation. 21. Compressor should be US-FDA approved. 22. Compressor, hinged arm and ventilator trolley should be from the same manufacturer.
102
Schedule 27 NON INVASIVE VENTILATOR ( NIV )
1. NIV for adults and pediatrics. 2. Light weight, small, user friendly and quiet device. 3. Should have the following modes. S -T (spontaneous - timed), CPAP (Spontaneous), T (Timed), PAC (Pressure Assisted Control)/ PC (Pressure Control), Volume Assured Pressure Support (VAPS). 4. Should incorporate latest algorithms for leak compensation and synchronization. 5. Should have color screen at least 4 inch for real time monitoring of minute volume/ tidal volume, respiratory rate, percentage of leak, I:E ratio, and or DeliveredIPAP and EPAP. 6. Should be able to display real time flow and pressure curves / values simultaneously and the Ti bar graph. 7. Should include user adjustable alarms and essential nonadjustable fixed alarms for patient safety. 8. Should include alarms for leak, power supply failure, apnea, patient circuit disconnection, occlusion, low internal battery etc. and should have adjustable alarms for minute volume, high/low pressure, RR, apnea. 9. Should have oxygen port to accept flow up to 15 l/min of oxygen to achieve a high FiO2. 10.Should provide and maintain optimal humidification 11.Pressure range: IPAP- 2-40 cm H2O, EPAP- 2-25cm H2O. 12.Pressure support 0-30cmH2O. 13.Respiratory rate 5-40bpm or more. 14.Rise time upto 600msec. 15. Inspiratory time upto 3sec or more. 16. Flow/ auto trigger and cycle settings. 17. Machine should be fitted with electrostatic fibre mesh air filter. 18.Should have built in internal battery for minimum 2 hrs of back up and should have capability to add optional external battery 19..NIV ventilator to be supplied with patient Circuit- 2nos, air inlet filters, power supplypack, reusable face mask standard 3 sizes (Small, medium and Large) 2 pieceseach, Oxygen connector, Fio2 Monitoring accessories. 20.Power supply input AS PER Indian Electricity Outlets supply 22.Should have safety certificate from a competent authority CE issued by a notified body registered in European commission / FDA (US)
103
Schedule 28.
Defibrillator Cardiac Monitor with Defibrillator:
1. Latest technology, advanced biphasic waveform defibrillator
2. Should have integrated Automated External Defibrillator (AED)
3. Should be light weight, compact, easy to carry and operate
4. Should have device status indicator for readiness of use.
5. Should have facility of monitoring, manual defibrillation and pacer.
6. Should have atleast 6 inch, high resolution color display for viewing monitoring like : ECG (3 to 5
leads), Spo2, NIBP and EtCO2 with four waveform compatibility.
7. Should have inbuilt 3 channel ECG recorder.
8. Should be capable of storing trends and patient data.
9. Should have arythmia alarms.
10. Should have synchronous cardioversion .
11. Should have inbuilt pacer as standard, with non invasive transthoracic pacemaker (NIP)
12. Should have both adult and pediatric external paddles.
13. Should have biphasic mode, with range 1 to 200 J, charge time less than 5sec
14. Fully charged in-built battery backup with provision for 20 shocks of 200 j with 3 hour
monitoring OR at least 150 shocks of 200 J with out monitoring
15. Should have battery capacity indicator on battery
16. Should meet international safety standards, US-FDA and CE certification
17. Should be transferring data to PC through USB flash memory
18. System configuration, accessories, spares and consumables: the defibrillator and external
pacer should be supplied with following:-
Adult external paddles- 01
Pediatric external paddles-01 (preferably built in adult paddles)
Patient cables-01
ECG rolls-50
Adult SpO2 resuable sensor-05
Adult NIBP cuff and hose-05
EtCO2 tubing (box of 20) -02 boxes.
19. Should be capable of operating continuously in Indian conditions.
20. Should be capable of operating on mains power input 120-250V, 50/60 Hz
21. Should be mounted on trolley with castor & brake.
104
Schedule 29 Intermittent Pneumatic Compression Device 1. It should be of portable size with handle.
2. It should be US FDA OR CE (Conformite European) approved. 3. It should weigh between 3 to 5 kgs. 4. It should have power input of 230 volts, 20-25 watts with power cord of length min. 3 meters. Battery backup should last for minimum 3-4 hours after fully charged. 5. The pressure adjustable range of 40-65 mm Hg. 6. LCD/LED with separate pressure display of both legs numeric & indicating the Inflated Leg. It should have timer setting from 1 to 24 hours. 7. Safety Standards – Audio and visual Alarms For Leaks, for Maximum Pressure: Automatic shutdown if pressure exceeds the maximum limit. 8. Disposable Garments: For Ankle to thigh level, for Ankle to below Knee & for foot. 9. Garments should have inner cotton lining. 10. Sizes Available Disposable Garments-
a. Small b. Medium c. Large d. XL e. XXL