Home

Amendment - 1- WBMSC Medical Equip - 04

image

Contents

1. UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M IS S Bahadurpur BPHC O 0 0 3 0 1 0 1 0 Bononabogram 3 BPHC 0 0 0 0 1 0 1 0 Jamalpur BPHC 0 0 0 3 0 1 0 1 0 Jamtara BPHC 0 0 0 3 0 1 0 1 0 Kelajora BPHC 0 0 0 3 0 1 0 1 0 Ketugram BPHC 0 0 0 3 0 1 0 1 0 Khandaghosh 3 BPHC 0 0 0 0 1 0 1 0 Khandra u BPHC 0 0 0 3 0 1 0 1 0 Kurmun BPHC 0 0 0 3 0 1 0 1 0 Laudoha BPHC 0 0 0 3 0 1 0 1 0 Madhabdihi BPHC 0 0 0 3 0 1 0 1 0 Mahesbati BPHC 0 0 0 3 0 1 0 1 0 Mogolkote BPHC 0 0 0 3 0 1 0 1 0 Monteswar BPHC 0 0 0 3 0 1 0 1 0 Noapara BPHC O O O 3 O 1 O 1 O Paharhati BPHC 0 0 0 3 0 1 0 1 0 Panagarh BPHC 0 0 0 3 0 1 0 1 0 Pithaikeary BPHC 0 0 0 3 0 1 0 1 0 Pursha BPHC 0 0 0 3 0 1 0 1 0 Ramjibanpur 3 BPHC 0 0 0 0 1 0 1 0 Raniganj BPHC 0 0 0 3 0 1 0 1 0 Srikhanda BPHC 0 0 0 3 0 1 0 1 0 Baidyapur PHC 0 0 0 2 0 0 1 0 1 Barakar Urban 2 PHC 0 0 0 0 0 1 0 1 Gushkara PHC 0 0 0 2 0 0 1 0 1 Sub Total 0 0 0 93 0 29 3 29 3 BMCH 0 0 0 5 0 0 0 0 0 Anansol SDH 0 0 0 4 0 0 0 0 0 Durgapur SDH 0 0 0 4 0 0 0 0 0 Burdwan Kalna SDH 0 0 0 4 0 0 0 0 0 Katwa SDH 0 0 0 4 0 0 0 0 0 Mankar RH 0 0 0 3 0 1
2. Kashimnagar SC Korgram SC Lakshmidanga SC Madhura SC Nakpur SC Nowapara SC Nowda SC Panchahar SC Raghurambati SC Ranipathar SC O JO JO JO JO JO OJOJO JO JO JO JO JO JO JO JO JO JO JO JO JO Jo Jo JO JO JO JO JO JO JO JO JO JO JO JO JO Sle te tele fe GIS SPS IS IS ISIS5S IST SISI SI SPS TIS TIS TNIVD IN IN IN IN IN INININININININ O JO JO JO JO JO O O O JO JO JO JO JO JO JO JO JO JO JO JO JO Jo Jo JO JO JO JO JO JO JO JO JO JO JO JO JO O JO JO JO JO JO O JO JO JO JO JO JO JO JO JO Jo JO JO JO JO JO Jo Jo JO JO JO JO JO JO JO JO JO JO JO JO JO O JO JO JO JO JO O JO O JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO O JO JO JO JO JO OJOJ JO JO JO JO JO JO JO JO JO JO JO JO JO JO Jo Jo JO JO JO JO JO JO JO JO JO JO JO JO JO Roa la la la fa S ja ja ja JS IS fa fa ja ja ja ja fa fa fa ja ja IS fa fa fa fa ja ja fa fa fa ja ja ja ja O JO JO jojo JO O O O JO JO JO JO JO JO JO O JO JO JO JO JO Jo Jo JO JO JO JO JO JO JO JO JO JO JO JO JO Rola a fa a a fa ja a ja ja ja fa a ja IS fa IS fa a IS IS ja IS ja ja IS ja ja fa ja a ja fa ja IS UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA D
3. 3 College 4 Malda 1 E E 5 M R Bangur 2 1 1 2 1 5 5 5 6 Islampur 2 1 1 2 1 5 5 5 7 Asansol 2 1 1 2 1 5 5 5 NRS Medical College 2 2 2 1 1 2 4 5 5 5 8 Kolkata R G Kar Hal 2 2 2 1 1 2 4 5 5 5 College 9 Kolkata Burdawan Medical 1 10 College Calcutta Medical 2 11 College B C Roy Child f 4 f f E Hospital 12 Kolkata Total 12 30 20 8 3 12 26 30 30 30 2 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 NG M UNOPS 5 In Section IV Schedule of Requirements under Technical Specifications the Technical Specifications are replaced by the following Technical Specifications Schedules 1 to 5 DELIVERY TABLE MODERN SPECIFICATIONS Dimensions 1880mm L x 900mm W x 800mm H permissible tolerance limit 3 Four swivel castors of 125mm dia two with brake The top in three section should be made of SS grade of 304 Three section rexine covered 25mm thick mattress water proof Physical Hydraulically height adjustable by foot paddle from side Backrest section adjustable on ratchet Trendlenburg Rev Trendlenburg positions are adjustable by pneumatic gas spring system Leg end section shall slide under the main section and middle section should have suitable U cut with detachable SS bowl for proper collection of d
4. Hooghly Serampore SDH Chanditala RH Dhaniakhali RH Pandua RH Tarakeswar RH wlolwlofpal a alaju Sub Total O O JO JO jo JO Jo O JO JO JO jo JO Jo wm wm O JO JO JO JO O JO O JO JO JO jo JO Jo A i JO JO O O JO JO JO Jo Bla ja JO 10 PESO JO JO JO JO jo Hooghly Total II 00 E N E N BANPUR PHC Bhaluka PHC BIROHI PHC Nadia Chitrasali PHC DEBOGRAM PHC DHARMADA PHC FULIA PHC JOYGHATA PHC O JO JO JO JO JO JO JO O O JO JO JO JO JO JO JO O O JO JO JO JO JO JO JO N N N N N N N NI O O JO JO JO JO JO JO JO O O JO JO JO JO JO JO JO Ble lala la a a la jo O JO JO JO JO JO JO JO Ble lala la a a a jo UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M IS S KASTODANGA PHC 0 0 0 MAYAPUR PHC NAGARUKHRA PHC NANDANPUR PHC NATIDANGA PHC TAHERPUR PHC Narayanpur I GPHQSC Narayanpur Il GPHQSC 0 0 1 O 1 O 1 O 1 O O OS O O JO JO JO O JO JO JO O JO JO JO NINJNI N INI D O JO JO JO O JO JO JO O JO JO JO Roa a o o o o o o ta Sub Total w
5. m m Bagula RH Chapra RH Haringhata RH Kaliganj RH Krishnsganj RH Aranghata BPHC Bishnupur BPHC Dhuubulia BPHC Jadav Dutta BPHC Mashesganj BPHC Pritimoyee BPHC ASANNAGAR PHC BADKULLA PHC DUTTAPULIA PHC MIRA PHC PANIGHATA PHC Nadia NINININ NIN Id 1 WI cd 1 llv Ww wl CO w O JO O JO 10 ra ja IS ja ja a ja ja JO Jo 5 jojo JO JO jo Je Je Je fo JR fe Je e fa Jo Sub Total IN w e e District Hospital Chakdha SGH Nabadwip SGH Santipur SGH Nadia Tehatta SDH Kalyani JNM SDH Ranaghat SDH Bethuadahari RH Karimpur RH O JO JO JO jo JO JO JO o e j JR a JO JO JO JO JO JO JO JO JO JO JO vjolsnjisjsisjsjsja OJO JO JO O JO JO JO JO JO O JO JO JO JO JO O JO JO JO JO JO JO JO JO JO JO O JO OJO JO JO jo JO JO JO JO JO O JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO OJO JO JO JO JO JO JO JO JO O JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO JO O JO Oo jojo JO jo Jo JO JO JO JO JO JO JO JO JO JO JO JO JO JO O JO JO JO JO JO JO JO JO O jojo jo jo jo jo JO JO jo Jal e e e JB j jo jo jo jo Jo jo jo jo Jo Jo JO N JO jo JO JO JO JO JO Nje jo jo 10 JO JO JO JO Sub Total Co al Nadia Total o e 108 o ww N w 2a UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers Institution wise No of Equipments to
6. Habra SGH Naihati SGH Panihati SGH Sagore Dutta SGH O JO JO JO JO JO jo JO JO JO JOJO JO JO JO JO JO JO JO O JO JO JO jo JO JO JO JO JO JO JO JO JO JO JO JO JO JO O JO JO JO Jo JO JO JO JO JO JO JO JO JO JO JO JO JO JO O JO JO JO jo JO JO JO JO JO jo JO JO JO JO JO JO Jo lo lalalalalala O JO JO JO jo JO JO Ojo jo jo lo Iio lo e ea j JOJO lo jo jo lo jo lo O JO JO JO O JO JO Ojo jo jo JOJO jo A e ea j jo jo lo jo jo lo lo lo UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M IS S Sri Ballaram Seva 4 Mandir SGH 0 0 0 0 0 0 0 0 Barackpur SDH 0 0 0 0 4 0 0 0 0 Basirhat SDH 0 0 0 0 4 0 0 0 0 Bongaon SDH 0 0 0 0 4 0 0 0 0 Salt lake SDH 0 0 0 0 4 0 0 0 0 Baduria RH 0 0 0 0 3 1 0 1 0 Sandeshkhali RH 0 0 0 0 3 1 0 1 0 Taki RH 0 0 0 0 3 1 0 1 0 Sub Total 0 0 0 0 58 3 0 3 0 Pan a a o a o 127 20 8 20 8 Ajodhya PHC 0 0 0 2 0 0 1 0 1 Bagda PHC 0 0 0 2 0 0 1 0 1 Bamundiha PHC 0 0 0 2 0 0 1 0 1 Basantapur PHC 0 0 0 2 0 0 1 0 1 Kharipirah PHC 0 0 0 2 0 0 1 0 1 Koreng PHC 0 0 0 2 0 0 1 0 1 Purulia Kroshjuri PHC 0 0 0 2 0 0 1 0 1 Nadi
7. UNOPS 6 10 11 12 13 14 15 16 Frame of the trolley should move with mattress base when foot section back section is adjusted Frame should be made up of epoxy powder coated steel Should have Central braking system with steering facility Should be equipped with heavy duty castors diameter 150 mm Should have bumpers at all the four corners of the trolley Should have facility to fix IV rod at all the four corners and middle of mattress base frame Should have place for fixing B Type Oxygen Cylinder Dimensions 5 96 Max Length 2000 2100 mm Max Width 730 750 mm Height 535 905 mm Trendelenburg 14 20 deg stepless Anti Trendelenburg 7 10 deg stepless X ray viewing area entire length System Configuration Accessories spares and consumables Anti static Hygienic Mattress 80mm with pull straps 01 pe Collapsible Side Rails 01 pair LV Rod 02 pc Cylinder Holder for B Type Oxygen Cylinder 01 pc Product should be FDA CE or ISI approved Manufacturer should be ISO certified for quality standards 17 Warranty for 2 years and 4 years for CMC after warranty The prices for CMC shall be quoted at the time of tendering process The Prices of CMC shall be considered for the evaluation process Schedule 18 FOWLER BED SPECIFICATIONS Four section perforated top Four separate screws for knee rest trendelenburg reverse trendelenburg and height adjustment Removable SS tubular
8. A Inspired amp expired volume B Pressure peak Mean Plateau amp PEEP C Minute Volume amp Spontaneous Minute Volume D Frequency amp Spontaneous Frequency E FiO2 F Intrinsic PEEP G Volume trap H Occlusion Pressure I Resistance 4 Compliance Static and Compliance J Leaking Minute Volume K Rapid shallow breathing index L Tidal volume at pressure support level Should have the real time waveform loops for the following A Waveforms Pressure Flow amp Volume B Loops Pressure Vs Flow Pressure Vs Volume Volume Vs Flow C Trends User defined 24 graphical trends D Logbooks of last 1000 events alarms with date time 4 patient values Should have the following alarms A Airway pressure FiO2 Minute Volume Apnoea Alarm Air Supply Oxygen Supply Power Failure Battery Low Should have the following features A Should have compliance compensation of hoses B Device check facility to check the leak amp compliance to deliver the set volume C Should have information key to check the cause of alarm Should supplied with following accessories to be supplied by the same manufacturer A Humidifier with chamber with the facility to measure both inspiratory and expiratory temperature UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 13 14 15 B Non corrosive trolley and hinged arm C Reusable Steam Sterliseable and Silicon hose set for 4 Adult amp 1 Pediatric use D Nebuliser Eguipment should be d
9. DT DT DT EOA DD EOA SD IS M IS S Jalpaiguri Bhatibari Alipurduar II RH Rajganj RH 3 Alipurduar I BPHC Alipurduar II Jasodanga BPHC Belacoba Sadar BPHC Kalchini BPHC Kumargram BPHC Madarihat BPHC O JO JO JO O Jo JO JO O JO JO JO O JO JO JO Rola la ja o JO JO JO pa p la ja O JO JO JO Mongalbari Matiali BPHC o oO o O O Sulkapara Nagrakata BPHC Duramari PHC o oO Samuktala PHC o o Sub Total pA o po O Jalpaiguri Jalpaiguri DH Birpara SGH Mal SDH Alipurduar SDH Dhupguri RH Falakata RH Maynaguri RH Sub Total O OJO JO JO JO JO JO JO JO JO JO O10 jo JO JO JO JO JO JO JO JO JO O10 O JO JO JO JO JO JO JO JO JO RO c jojo o jc jo MMC JO jo O HIHI JO JO JO JO IO JO JO O JO JO IN j JO Oye JO JO JO JO E oOo O JO Jo O JO JO IN re JO Jalpaiguri Total Malda Jadupur PHC 104 j wm N al H wm N al Khusida PHC Kumarganj PHC Mothabari PHC Samsi PHC NININJIJNIN JO Sub Total KA e Malda Bamongola RH O JO JO JO JO JO JO O JO JO jo JO JO JO O O go O O jo jo O JO JO jo JO JO JO JO JO JO JO JO JO O IJ re IS ja JO oO JO JO JO JO O IJ re IS ja Harishchandrapur RH Manikchak RH R
10. PHC Maheshpur PHC Nandai Gajan PHC Pratapdighi PHC O JO JO jo O JO JO jo O JO JO Jo O JO JO jo O JO JO jo na O JO O jo j j a a Ramchandrapur PHC H Simulia PHC Siulipur PHC NINI N NIN N N N N N N N N Sub Total 00 IS Purba Basulia RH Bhagwanpur RH Anantapur BPHC O JO JO o JO JO O O JO JO JO JO JO O O JO JO JO JO JO O O JO JO JO JO JO O ja IM jo JO JO j IND Jo jo O Bararankua BPHC Barghasipur BPHC O IUJ Basantia BPHC B Mugberia BPHC Digha AK BPHC O o Erashal BPHC oO o oO o o o Gangadharbar BPHC Medinipur Gar Moyna BPHC Gonora BPHC Janubasan BPHC Kamarda BPHC Khejurberia BPHC O JO jojo jo O JO JO JO lo O JO JO JO jo O JO JO JO JO Rola ala a O JO jojojo Rola ala a O JO jojojo Majna BPHC Nandigram BPHC Paikpari BPHC Patashpur BPHC Sillaberia BPHC O JO JO JO jo lo O JO JO JO jo lo O JO JO JO JO lo O JO 10 JO Jo lo COJ JI I JI Y Id Id Id I COJ Y JUJ Y W Ww Rola fe la a a O JO JO JO jo lo pa fe fe IS a a O JO JO JO JO lo Uttar Mechagram BPHC Co UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers In
11. Teghori BPHC ARJUNPUR PHC BAHARAN PHC PANCHGRAM PHC SAGARPARA PHC N IN IN IN JO JO JO JO JW Sub Total O o jo JO JO JO jo jo jo JO Jo Ojo JO JO JO JO JO JO JO JO JO O o jo JO JO JO jo jo jo JO Jo O jojo JO JO JO JO JO JO JO Jo N N Ojo JO JO JO JO JO JO JO ajo jo O JO JO JO JO JO Ojo O JO JO JO Jo jo JO O O JO JO jo Jo JO JO JO O Murshida bad Beharampur Sadar Hos DH O al o O O OV o 00 o Domkol SDH Taraf Rashulpur Jangipur SDH Kandi SDH Lalbag SDH Islampur RH Krishnapur RH O JO JO Jo JO JO O JO JO Jo JO JO O JO JO jo JO JO O JO JO jolo JO O JO JO JA JA JO IS IN JO JO IN IS IS ININ ke O JO JO j JO JO Sadi Khan Dear RH O wm O O O E m o Sub Total o S o o e 00 N I Murshida bad Total 130 ES 00 Ka w wo wo Bankura Anchuri BPHC Akui PHC Amdangra PHC Dumurtore PHC Fulkushma PHC Gogra PHC Hetia PHC Ituri PHC O JO JO JO JO JO JO JO JO O JO JO JO JO JO JO JO O JO JO JO JO JO JO JO JO O JO JO JO JO JO JO JO O O JO JO JO JO JO JO j Ble la le la Je la lo O JO JO JO JO JO JO j pa pa ia IS IS ja a Jagannathpur PHC Jhilimili PHC Jorehira PHC Pakhanna PHC Ratanpur PHC O JO JO JO JO O JO JO JO JO O JO JO JO JO O JO JO JO JO O JO JO JO JO e a O JO
12. 0 Manbazar RH 0 0 0 3 0 0 0 Sub Total 0 0 0 12 0 1 0 1 0 Purulia Total 0 0 0 102 0 19 18 19 18 Bishnupur I Chandi 3 Daulatabad BPHC 0 0 0 0 1 0 1 0 Budge Budge I 3 Charial BPHC 0 0 0 0 1 0 1 0 Bagdanda 2 Mousuni PHC 0 0 0 0 0 1 0 1 Bardron PHC 0 0 0 0 2 0 1 0 1 Brojoballavpur 2 PHC 0 0 0 0 0 1 0 1 Chhotomollakhali 2 PHC 0 0 0 0 0 1 0 1 Dak Radhanagar 2 South 24 PHC 0 0 0 0 0 1 0 1 PGS Dk Jagadwispur 2 PHC 0 0 0 0 0 1 0 1 Fartabad PHC 0 0 0 0 2 0 1 0 1 Frezurgunje PHC 0 0 0 0 2 0 1 0 1 Ghutiarisarif PHC 0 0 0 0 2 0 1 0 1 Hariharpur PHC 0 0 0 0 2 0 1 0 1 Indrapala PHC 0 0 0 0 2 0 1 0 1 Indrapur PHC 0 0 0 0 2 0 1 0 1 Jamtalahat PHC O 0 0 0 2 0 1 0 1 Kalikapur PHC 0 0 0 0 2 0 1 0 1 Kuchitala PHC 0 0 0 0 2 0 1 0 1 Langolberia PHC 0 0 0 0 2 0 1 0 1 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Y UNOPS MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M IS S Maharajgunj PHC O 0 0 0 2 0 1 0 1 Narayanpur PHC 0 0 0 0 2 0 1 0 1 Tona PHC 0 0 0 0 2 0 1 0 1 Sub Total 0 0 0 0 44 2 19 2 19 Garden Reach 4 SGH 0 0 0 0 0 0 0 0 Amtala RH 0 0 0 0 3 1 0 1 0 Budge Budge II 3 RH L B Datta O 0 0 0 1 0 1 0 Joynagar II RH 3 Sri Ramkrishna 0 0 0
13. 0 0 0 4 0 0 0 0 4 Howrah TLJ Hospital O O O O O O O O Uluberia SDH 0 0 0 0 4 0 0 0 0 Bagnan RH 0 0 0 0 3 1 0 1 0 Domjur RH 0 0 0 0 3 1 0 1 0 Jagatballabhpur 3 RH 0 0 0 0 1 0 1 0 Sub Total 0 0 0 0 30 3 3 0 Howrah Total 0 0 0 0 84 15 3 15 3 Pas Amba PHC 0 0 2 0 0 0 1 0 1 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Y UNOPS MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M IS S Medinipur Babuidanga PHC Basanchora PHC Chandabila PHC Chandri PHC Charubala PHC Chhototara PHC Chichira PHC Dharampur PHC Godapiasal PHC Gokulpur PHC Gotsandha PHC Jalchalk PHC Kapgari PHC Khasbar PHC Khukurda PHC Kultikri PHC Makrampur PHC Mohar PHC Narajol PHC Nayabasat PHC Paparara PHC NSA o ee EN KN KAM K ra NK TNI Pirakata PHC Ramgarh PHC Ramjibanpur PHC Shilda PHC Uchitpur PHC 1 O 1 N IN N N N N N N N N N N N N N N N N N N N N N N N N N Roe fa fa la ja ja ja ja fa ja fa ja fa fa fa ja ja ja ja IS fa ja ja a Roe IS fa a la ja JS fa fa fa ja fa JS fa fa fa ja ja ja ja IS fa ja a a o lo Jo lo Jo Ja Jo lolo Jo Jo Jo Jo Jo lo Jo Jo Jo Jo Jo lo Jo Jo lo Jo lo Jo Jo Jo Jo Jo Jo Jo o lo Jo lo Jo Ja Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo lo Jo lo lo J
14. 0 1 0 Memari RH 0 0 0 3 0 1 0 1 0 Sub Total 0 0 0 27 0 2 0 2 0 Burdwan Total 0 0 0 147 0 34 14 34 14 Hooghly Haraldaspur PHC 0 0 2 0 0 1 E 1 Makalpur PHC 0 0 2 0 0 1 1 UNOPS MCH Centers Institution wise No of Equipments to be distributed Name of Name of the District Institution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 DT DT y 4 DT DT EOA DD EOA SD IS M IS S Sabal Singhapur PHC Sub Total Haripal RH Jangipara RH Khanakul RH Singur RH Ahmedpur BPHC O JO JO JO OJO Jo O JO JO JO JO JO Jo O JO JO JO JO JO Jo O JO JO JO JO JO Jo le le lo O JO JO JO JO JO j Je la lo O JO JO JO OJO j Akri Srimpur BPHC o jo cd JUJU ln ual vo N o oO oO oO Akuni Ichapasar Hooghly BPHC o o ev oO oO o o D Narayanpur BPHC o jo Co o o jo jo Kamarpukur BPHC Kanaipur BPHC Mogra BPHC Natibpur BPHC O JO JO Jo lO JO O O o o Jo O JO O O Rola ja ra O JO o Jo Rola a ia O JO O O Polba Dadpur BPHC wW Jojjo Cd Sub Total ev VO 13 13 District Hospital Uttarpara SGH o o Arambagh SDH O JO JO O jo O JO JO o jo O JO JO o Jo O JO JO JO Jo jo O JO JO JO Jo o O JO JO JO Jo Chandannagore SDH
15. JO JO JO O JO JO O JO JO O JO JO JO JO JO O JO JO JO JO JO O JO JO JO JO JO Torimohini RCH SC De Murshida bad Amtala RH Beldanga RH Burwan RH Jiaganj RH Khargram RH Sagardighi RH Ahiron BPHC Anupnagar BPHC Beldanga BPHC Bharatpure BPHC Farakka BPHC O JO JO JO JO JO JO JO JO JO JO JO JO W 0 W JO JU JU JU WM W UN JO O JO JO JO JO JO JO JO JO JO JO JO Jo O JO JO JO JO JO JO JO JO JO JO JO JO O JO JO JO JO OJOJO JO JO JO JO jo O JO JO JO JO JO JO JO JO JO JO JO JO O JO OJOJO fa j j go O JO JO JO JO j j a a Je JO JO O JO JO JO JO JO JO JO JO JO JO JO JO Godhanpara BPHC Gokarna BPHC Hariharpur BPHC Kanapukur BPHC O JO O O W W W O JO O jo O JO JO jo O JO Jo Jo O JO JO jo O JO o Jo O JO O Jo O JO O jo Kanasubarna BPHC o Co jo o o jo O jo jo Mahesail BPHC UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers Institution wise No of Equipments to be distributed Name of District Name of the Institution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 g 3 g 3 g 4 g 3 g he EOA DD EOA SD IS M IS S Nabagram BPHC O 0 Nashipur BPHC Rajnagar BPHC Saktipur BPHC Salar BPHC
16. JO JO JO Rola a ja ra Srichandanpur PHC NO N N N N N N N N N N N N OI O O O O O o E o UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS Y MCH Centers Institution wise No of Equipments to be distributed Name District of Name of the Institution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 DT DT DT DT DT EOA DD EOA SD IS M IS S Uttarbar PHC 0 1 0 1 Sub Total Raipur RH 14 0 14 0 Barjora BPHC 0 Chhatna BPHC Hirbandh Amjhuri BPHC O JO JO O JO O JO JO JO Jo O jo Jo JO Jo o jo jo IO JO ja WA e a ja o Indas BPHC Indpur BPHC Joypur BPHC O JO O Jo O JO JO Jo O JO JO jo Rola ja a O JO jo Jo Rola ja a O JO JO Jo O JO JO Jo Kanchanpur BPHC Bankura Mejhia BPHC Onda BPHC Patrasayer BPHC O JO JO jo O JO JO jo O JO JO jo O JO JO jo Rola a na O JO o jo Rola j a O JO o jo Radhanagar BPHC Ranibandh BPHC Saltora BPHC Sarenga BPHC Simlapal BPHC Beliatore PHC Ramsagar PHC DIDIV W W W Y WIL WI W W ILI I O IO jr je ja O IO jr je ja Sub Total pa o H o BSMCH Khatra SDH Bisnupur SDH Bankura Amarkanan RH Kotulpur RH Sonomukhi RH Tald
17. NBMCH 5 0 0 0 0 0 Darjeeling DH 5 0 0 0 0 0 Siliguri DH 5 0 0 0 0 0 0 0 0 4 Darjeeling Kalimpong SDH 0 0 0 0 0 0 0 0 Kurseong SDH 4 0 0 0 0 0 0 0 0 Bijonbari RH 3 0 0 0 0 1 0 1 0 Khoribari RH 3 0 0 0 0 1 0 1 0 Naxalbari RH 3 0 0 0 0 1 a 1 0 Sub Total 32 0 0 0 0 3 0 3 0 Darjeeling Total 85 0 0 0 0 12 13 12 13 Banarhat PHC 2 0 0 0 0 0 1 0 1 Barobisha 2 0 0 0 0 0 1 0 1 Burungabari PHC 2 0 0 0 0 0 1 0 1 ChotoSalkumar 2 0 0 0 0 0 1 0 1 Dakshin Hanskhali 2 PHC Rajadanga O O O O O 1 O 1 Dhumpara PHC 2 0 0 0 0 0 1 0 1 Indong PHC 2 0 0 0 0 0 1 0 1 Kalinagar PHC 2 0 0 0 0 0 1 0 1 Kumargram PHC 2 0 0 0 0 0 1 0 1 M Rangalibazna 2 PHC 0 0 0 0 0 1 0 1 Moulani 2 Jalpaiguri Lataguri PHC 0 0 0 0 0 1 0 1 Munshipara PHC 2 0 0 0 0 0 1 0 1 Oddlabari PHC 2 0 0 0 0 0 1 0 1 Ramsai PHC 2 0 0 0 0 0 1 0 1 Rangdhamali PHC 2 0 0 0 0 0 1 0 1 Sankuajhora PHC 2 0 0 0 0 0 1 0 1 Shilbarihat PHC 2 0 0 0 0 0 1 0 1 Shshujhumra PHC 2 0 0 0 0 0 1 0 1 Singimari PHC 2 0 0 0 0 0 1 0 1 Totopara PHC 2 0 0 0 0 0 1 0 1 Uttar Saripakri 2 PHC 0 0 0 0 0 1 0 1 SC under Rajganj 1 0 0 0 0 0 1 0 1 SC under 1 Madarihat 0 0 0 0 0 1 0 1 Sub Total 44 0 0 0 0 0 23 0 23 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers Institution wise No of Equipments to be distributed Name of District Name of the Institution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 DT DT
18. UNOPS lt WEST BENGAL MEDICAL SERVICES CORPORATION LIMITED GoWB Through United Nations Office for Project Services 11 Golf Links New Delhi 110 003 INTERNATIONAL COMPETITIVE BIDDING FOR THE SUPPLY MEDICAL EQUIPMENTS FOR THE HOSPITALS AND MEDICAL COLLEGES OF THE GOVERNMENT OF WEST BENGAL UNOPS IFB No UNOPS IPO WBMSC EQUIP 04 2010 Amendment I dated December 08 2010 The following amendments are hereby made to the bid document for the supply of Medical Equipments for the Hospitals and Medical Colleges of the Government of West Bengal with reference to the above mentioned IFB 1 The amended time lines are as given below December 17 2010 by 1730 hr IST Email Id procurementinoc unops org December 24 2010 by 1600 Hrs IST at UNOPS India Procurement Office at 11 Golf Links New Delhi 110003 December 24 2010 at 1615 Hrs IST at UNOPS India Procurement Office at 11 Golf Links New Delhi 110003 Note 1 All times shown are as per the Indian Standard Time and 2 Bids submitted at any other address shall be summarily rejected Last Date and Time for seeking clarification Last Date Time and Place of Receiving of Bids Date Time and Place of Bid Opening 2 In para 6 of the front page Page 1 of the IFB please read the non refundable fee of INR 4000 or USD 100 as non refundable fee of INR 2000 or USD 50 3 In Section I Instructions to Bidders under B Con
19. accessories X ray permeable backrest Four section PU foam Mattress UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 10 11 12 13 S S Telescopic I V Pole S S Heavy duty I V Pole Chart Holder Urine bag holder ABS four section top in lieu of MS top S S lifting pole Oxygen cylinder cage Schedule 20 SYRINGE PUMP SPECIFICATIONS Syringe pump should accommodate 10 20 and 50 ml syringes The pump should adapt to usage of different brands of syringes Specify the brands compatible There should be automatic detection of syringe size Flow rate should be adjustable from 0 1 ml hr to 900 ml hr or more Flow rate should be adjustable in increments of 0 1 ml hr Flow rate adjustment should not involve stopping of the existing infusion rate The accuracy of flow rate should be 2 The flow rate should be displayed in ml hr Automatic calculation delivery rate by presetting of volume amp time It should be able to deliver bolus dose in both modes i e automatic amp manual Pump should have commonly used drugs library of 8 or more names Pump should be able to have dose rate calculation Should work on both a 220 volt AC 50 Hz source and an in built rechargeable battery The battery life should be of minimum 6 hrs when fully charged The following audio and visual alarms should be incorporated a Mains changeover to battery indication b Occlusion pressure alarm c Near empty syringe d Low battery e Sta
20. and related services shall commonly apply to all the goods in all the Schedules i INSPECTION OF THE GOODS All goods shall be subject to inspection and testing by UNOPS or its designated representatives to the extent practicable at all times and places including the period of manufacture and in any event prior to final acceptance by UNOPS If any inspection or test is made on the premises of Vendor or its supplier the Vendor without additional charge shall provide all reasonable facilities and assistance for the safety and convenience of the inspectors in the performance of their duties All inspection and tests on the premises of the Vendor or its supplier shall be performed in such a manner as not to unduly delay or disrupt the ordinary business activities of the Vendor or supplier Neither the carrying out of any inspections of the Goods nor any failure to undertake any such inspections shall relieve the Vendor of any of its warranties or the performance of any obligations under the Contract ii QUALITY CERTIFICATION Where ever appearing in the bid document the CE certificate shall be read as CE mark for conformit europ enne French for European conformity iii PACKING LABELLING Packing amp Labeling shall follow the standard norms for such equipments However details thereof shall be specified at the time of issue of contract to the successful bidder s iv WARRANTY Unless specified otherwise warr
21. be distributed Name of District Name of the Institution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 DT DT DT DT DT EOA DD EOA SD IS M IS S North 24 Pgs Gobardanga Municipality PHC Hingalgunj PHC 2 Sibani Arogya Niketan Urban PHC Bayrmari GPHQ SC o o jo jo E o E o MonipurGPHO SC E Sub Total North 24 Pgs Ashokenagar SGH Bagdah RH Madhyamgram RH Minakhan RH Sarapole RH Amdanga BPHC Bandipur BPHC O JO JO jo JO JO JO O jo O JO JO JO JO JO JO JO jo O JO JO JO JO JO JO JO jo O JO JO JO JO JO JO JO jo fa fa ja a JO JO JO O JO JO JO JO JO JO gl ja ja le ja JO JO O O JO JO JO JO JO JO gl Biswanathpur BPHC o o o o o o Chandpara BPHC o o o o o Chhotojagulia BPHC oO o o jo U 0 Ww WI WwW WwW WwW Ww Ww BO jo o Dhanyakuria BPHC Ghoshpur BPHC Horoa BPHC Nanna BPHC Rekjoani BPHC Sabdalpur BPHC Sandelerbil BPHC Shibhati BPHC Jogeshgunj PHC Korakathi PHC Nazat PHC N N N W W Q 0 0 J0J0 Ww O IO JO jr IS j ra IS IS a O IO JO jr IS j ra IS IS a Sub Total mn a E N Ep N North 24 Pgs Dist Hospital Baranagar SGH Bhatpara SGH
22. end of the handle mechanism for simultaneous opening and closing of the tray and lid At the opening of the lid between 55 and 85 the tray shall be able to come to the top level of the shell A mechanism connected to the lid shall be such that when the lid is open a bracket or rest for instruments tray shall bring the seamless tray well out of the water even when the water is at the highest level The tray bottom shall be perforated to allow easy drain out or entrance of water when the tray is being lifted or lowered in the sterilizer Handles shall be provided for handling the tray and the tray shall be convenient for fitting in or removal from the sterilizer When the tray is loaded as given below with load uniformly distributed the lid shall close slowly and without bang The tray shall be of such a design so as to take a total load of Large 40 N the depth of tray shall be Min 25mm Functional requirements A drain out connection shall be provided to facilitate draining of the sterilizer when desired The tap handle knob and lid operating handle shall be fitted with suitable grips of thermally insulating material The metal parts under the grips shall be completely covered so as no to come in contact with the operator Methods of operation of Sterilizer Sterilizers shall be capable of operation on the heat sources detailed in 8 2 to 8 4 as selected by the purchaser and shall satisfy the requirements specifi
23. following modes of ventilation L IL III IV Basic Mode of Ventilation A IPPV IPPV assist and volume controlled B Pressure Controlled amp Assist Controlled C SIMV with pressure support D CPAP with pressure support Advance Mode of ventilation A BIPAP Bi Vent with pressure support B Airway pressure release ventilation Non invasive ventilation in all modes i e in volume amp pressure mode with leakage compensation Automatic tube compensation in inspiratory as well as in expiratory cycle Should have selection of ET tube or trach tube and size of tube with of compensation Should be activated in all modes Should have proportional pressure support PPS or PAV or equivalent to amplify the spontaneous breathing of the patient in proportion to the patient s own efforts UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 10 Should setting for the following parameters A Volume 50 1500ml B Pressure up to 60 mbar C Pressure Support up to 35mbar D Inspiratory Trigger Flow and Pressure sensitivity E FiO2 concentration 21 100 F Inspiratory Expiratory pause G Variable Apnoea Time 5 60Sec H Inspiratory Time Expiratory Time I E ratio I Frequency 5 100 breath per minute J Inspiratory flow 6 to 120Ipm K PEEP 0 45 cm H20 After selection of modes machine should activate only desired setting amp deactivate the non desired settings parameters Should have the following monitoring parameters
24. live image rotation facility and possibility of last image hold Two monitors at least 14 screen diagonals shall be provided on a separate monitor trolley The monitor shall have provision to mount additional accessories like video recorder At least one medical grade monitor should be provided The machine should have a integrated work station with the following features Minimum Image Storage Capacity of 100 images Image Contrast Enhancement Annotation on Image Measurement on Image Image data Management Image Zoom 2X 3X Image Rotation Stored and Live Image Image Windowing The system should have software lock to prevent unauthorized access to database The system USB for Pen Drive and LAN connection for image transfer to PC for archiving and printing C Arm movements Horizontal movement 200 mm orbital movement at least 125 degree Angulations at least 190 deg swivel range at least 12 5 deg and motorized vertical movement of at least 400mm Depth of immersion should be at least 700mm Lateral movement if the entire machine should be possible using steering handle System braking on rear wheels with foot operated lock The system shall be powered from a normal 15A earthed mains socket The eguipment should be approved by AERB with the guoted specification Table C Arm Compatible radio translucent top table may be reguired Motorised table pivot for easy patient transfer and access in
25. must have continuous fluoroscopy as well as pulse fluroscopy of minimum15 frames per second Automatic programmed memory for parameter and C Arm position is required for fast and quick use of the system Fluoroscopy release from foot switch System shall operate in automatic dose rate mode However it shall be possible to switch to manual adjustment of fluoroscopy parameter also Radiography exposure release from hand switch with extendable cord Image Intensifier system with at least 9 input field and one zoom for 6 size Image intensifier shall be fitted with suitable grid on the input face CCD camera with live image rotation of 360 deg and possibility of last image hold Dicom CD Recording Integrated work station allowing Dicom CD DVD recording for selected images or entire examination Two medical grade at least 17 TFT monitors on separate trolley C Arm movements Horizontal movement 200 mm orbital movement at least 115 deg angulations atleast 190 deg swivel range atleast 12 5 deg and motorized vertical movement of atleast 400 mm Lateral movement of the entire machine should be possible using steering handle System breaking on rear wheels with foot operated lock The system shall be powered from a normal 15A earth ended mains sockets MCB Manufacturer must have sales and service establishment in the State Supplier must have AERB and FDA amp or CE approval Table Floor mounted
26. of important spare parts and accessories with their part number and costing Certificate of calibration and inspection from factory Preventive Maintenance of 1 in each quarter of a year Schedule 15 C ARM LOW END SPECIFICATIONS Scope of Work Operational Requirements Mobile C Arm image intensifier television system for temporary and permanent cardiac pacing State of the art system with high frequency X ray generation 9 image intensifier system and suitable CCD Camera High frequency generator with at least 2 5KW output Fluoroscopy in high contrast mode 7 mA at lower KV Radiography from 40KV to 100KV and mAs upto 200 mAs Radiography mA at least 60mA Cassette exposure on 8X10 Cassette Suitable cassette holder to be provided It shall be possible to fix the cassette holder on the image intensifier Dual focus X Ray tube with small focal spot not larger than 0 6 mm UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS Fluoroscopy release from footswitch System shall operate in automatic dose rate mode However it shall be possible to switch to manual adjustment of fluoroscopy parameters also Radiography exposure release from two step exposure switch extendable cord Image intensifier system with at least 9 input field and one zoom The zoom shall be selectable from the control panel The image intensifier shall be fitted with suitable grid on the input face CCD camera with
27. of total firm price for each calendar day less than thirty 30 days 1 BIDDER S DELIVERY DATA Schedule 1 Schedule 2 Schedule 3 Schedule 4 Schedule 5 Schedule 6 Schedule 7 Schedule 8 Schedule 9 Country of origin of offered products Schedule 10 Schedule 11 Schedule 12 Schedule 13 Schedule 14 Schedule 15 Schedule 16 Schedule 17 Schedule 18 Schedule 19 Schedule 20 Schedule 1 Schedule 2 Schedule 3 Schedule 4 Schedule 5 Schedule 6 Schedule 7 Schedule 8 Schedule 9 Schedule 10 Time required for offering the good for Inspection Schedule TI Schedule 12 Schedule 13 Schedule 14 Schedule 15 Schedule 16 Schedule 17 Schedule 18 Schedule 19 Schedule 20 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Schedule 1 Schedule 2 Schedule 3 Schedule 4 Schedule 5 Schedule 6 Schedule 7 Schedule 8 Schedule 9 Time required for delivery and installation after dispatch Schedule 9 clearance Schedule 10 Schedule 11 Schedule 12 Schedule 13 Schedule 14 Schedule 16 Schedule 17 Schedule 18 Schedule 19 Schedule 20 BIDDER S SIGNATURE AND CONFIRMATION OF THE ITB PROVIDED THAT A PURCHASE ORDER IS ISSUED BY UNOPS WITHIN THE REQUIRED BID VALIDITY PERIOD THE
28. operate on up to a maximum voltage of 250v single phase 50 Hz AC Thermostat Thermostat shall be capable of ensuring boiling water at sea level with a differential of 5 C Finish ALI stainless steel parts shall be finished smooth and polished bright or strain finish reasonably free from wrinkles and bulges The brass cock shall be plated chromium over nickel in accordance with service grade No 2 of IS 4827 1983 Marking The sterilizers shall be legibly and indelibly marked with the following a Identification mark of the manufacturer b Wattage voltage phase and cycle of electrically operated sterilizers c Not to be used in anaesthetizing sites and d Instrument does not give sterility Instruction Each sterilizer shall be accompanied by any instruction manual which shall contain manual information regarding instruction directions and operation of the sterilizer and routine maintenance and service It shall contain instruction to use soft water to minimize scaling Packing As agreed to between the purchaser and the supplier before awarding the contract Standard Warranty for 1 year CMC needs not to be guoted The prices for CMC shall be guoted at the time of tendering process The Prices of CMC shall be considered for the evaluation process UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 4 UNOPS Schedule 9 INSTRUMENT STERILIZER SMALL SPECIFICATIONS Material Conforming to Designation O4Cr18Ni10
29. price schedule Safety amp Quality Requirements 4 1 4 2 Shall meet IEC 60601 1 2 2001 Or Equivalent BIS General Requirements of Safety for Electromagnetic Compatibility or should comply with 89 366 EEC EMC directive The unit shall be capable of being stored continuously in ambient temperature of 0 50deg C and relative humidity of 15 90 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 4 3 The unit shall be capable of operating continuously in ambient temperature of 10 40 deg C and relative humidity of 15 90 4 4 Should be FDA CE UL or BIS approved product 4 5 Manufacturer should be ISO certified for quality standards 4 6 Electricalsafety conforms to standards for electrical safety TEC 60601 1 OR EQUIVALENT international national standard General requirement for Electrical safety of Medical Equipment Power Supply 5 1 Should work on 220 240V AC as well as rechargeable batteries Mains adaptor to be supplied Standard Warranty for 1 year CMC needs not to be guoted The prices for CMC shall be guoted at the time of tendering process The Prices of CMC shall be considered for the evaluation process Schedule 11 VENTILATOR ADULT SPECIFICATIONS 1 Based on microprocessor controlled and suitable for adult amp pediatric uses 2 Built in TFT color touch screen graphical display of least 10 for the monitoring of real time waveform loops amp monitored value Should be noiseless 3 Should have the
30. table with carbon fibre top Motorised table pivot for easy patient transfer and access in emergency Should be able to support patient wt 150 Kg and above The following data management functions should be possible Local patient database Patient database with image preview Configurable patient database query Patient preregistration Patient emergency registration Patient data from previous examinations can be transferred automatically Subsequent changes additions to patient data possible System Configuration Accessories spares and consumables C Arm Main Frame 01 Table 01 X Ray Generator 01 X Ray Tube 01 Image Intensifier 01 Data Management Capabilities 01 Integrated Digital Archiving on CD DVD Lead Aprons 12 nos Thyroid Guards 12 nos Lead Appron Hanger 12 nos PC with TFT Monitor 2 nos Laser Printer and a thermal printer attached to C Arm UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS The system should be supplied with a compatible Desktop PC microprocessor with speed not less than 3 00 GHz 2 GB RAM 300 GB HDD 1 44 MB Floppy drive 105 keys Board scroll mouse multimedia kit 56 kbps modem 32 MB AGP Card 52xCD CD RW Drive with 17 TFT Digital Color monitor with compatible Operating system 4View Boxes slim four in one with fluorescent tubes with shutters and variable luminescence 02 The system
31. total CPT i price quoted offered C Arm High End 8 E 2 of the total CPT 1a Nun price quoted offered UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Y UNOPS List of Goods and Quantity Sch PA Bid Security in No Description of Goods Quantity Unit INR USD C Arm Low End 3 2 of the total CPT 15 Numbers price quoted offered Bed side patient monitoring system 12 2 of the total CPT ih SpO2 Number price quoted offered Trauma care Emergency and recovery trolley high low raising back rest two way 2 of the total CPT bi longitudinal tilt height adjusted by foot 2h robes price quoted offered operated imported hydraulic pump Fowler Bed with four sections having screw mechanism Stainless Steel laminated head 18 and foot board collapsible type safety side 30 Numbers O ae rails E P C SS telescopic I V Pole four prias quotedotieren castor non rusting imported with two brakes 19 Comfort bed 30 Numbers ne Sine kola CEL price guoted offered 2 of the total CPT 20 Syringe Pump 30 Numbers price quoted offered Delivery amp Completion Schedule For Schedules 1 to 9 i Delivery to all Consignees within 75 days from the date of issue of the Purchase Order Contract as per the Consignee Distribution List enclosed as Annexure ii Installation training amp commissioning Installation Training Paramedics and end users on proper usage of equipments and m
32. 0 1 0 Hemtabad BPHC 3 0 0 0 0 1 0 1 0 Islampur 3 Uttar Ramganj BPHC 0 o 0 0 1 O 1 0 Dinajpur Itahar BPHC 3 0 1 0 1 Lodhan BPHC 3 0 0 0 1 0 1 0 Rampur Raiganj 3 BPHC 0 0 0 0 1 0 1 0 Bangalbari PHC 2 0 0 0 0 0 1 0 1 Sub Total DE 0 0 0 0 7 1 7 1 Raiganj DH 5 0 0 0 0 0 0 0 0 Uttar p 7 4 Dinajpur Kaliyaganj SGH 0 0 0 0 0 0 0 0 Islampur SDH 4 0 0 0 0 0 0 0 0 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers Institution wise No of Equipments to be distributed Name of District Name of the Institution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 DT DT DT DT DT EOA DD EOA SD IS M IS S Karandighi RH 3 0 0 0 0 1 0 1 0 Sub Total Uttar Dinajpur Total 16 0 0 0 1 0 il 0 Murshida bad Sub Total AJIMGANJ AGH PHC BAHUTALI PHC BARALA PHC FARIDPUR PHC HILORA PHC JITPUR PHC KAGRAM PHC O JO JO JO JO JO lo NIN IN IN IN IN IN O JO JO JO JO JO lo O JO JO JO JO JO JO O JO JO JO JO JO JO O JO JO JO JO JO JO O JO JO JO JO JO JO O JO JO JO JO JO JO O JO JO JO JO JO JO KHARJUNA SABA LDAHA PHC PANCHTHUPI PHC Barjimla SC Kabilpur RCH SC Kantakhali SC Mirzapur RCH SC O JO JO JO JO JO IS IS a IN IN O JO JO jo JO JO O JO JO JO JO JO O JO JO
33. 0 1 0 1 0 Kultali RH 0 0 0 0 3 1 0 1 0 Mathurapur II 3 Raidighi RH 0 0 0 0 1 0 1 0 Mathurapur I RH 0 0 0 0 3 1 0 1 0 Basanti BPHC 0 0 0 0 3 1 0 1 0 Bhangore I 3 Nalmuri BPHC 0 0 0 0 1 0 1 0 Bhangore II Jirangacha 3 BPHC 0 0 0 0 1 0 1 0 Bishnupur II 3 South 24 Samali BPHC O 0 0 0 1 0 1 0 PGS Canning II Matherdighi 3 BPHC 0 0 0 0 1 0 1 0 Diamond Harbour I Panchagram 3 BPHC 0 0 0 0 1 0 1 0 Diamond Harbour 3 II Sarisha BPHC 0 0 0 0 1 0 1 0 Falta BPHC 0 0 0 0 3 1 0 1 0 Gosaba BPHC 0 0 0 0 3 1 0 1 0 Kulpi BPHC 0 0 0 0 3 1 0 1 0 Mandir Bazar 3 Naiyarhat BPHC 0 0 0 0 1 0 1 0 Mograhat I Baneswarpur 3 BPHC 0 0 0 0 1 0 1 0 Mograhat II 3 Mograhat BPHC 0 0 0 0 1 0 1 0 Namkhana Dwariknagar 3 BPHC 0 0 0 0 1 0 1 O UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M IS S Patharpratima Madhabnagar 3 BPHC 0 0 0 0 1 0 1 0 T M Block 3 Sarsuna BPHC 0 0 0 0 1 0 1 0 Gadamathura 2 PHC 0 0 0 0 0 1 0 1 Sub Total 0 0 0 0 72 22 1 29 1 M R Bangur 5 Hos DH 0 0 0 0 0 0 0 0 Bagha Zatin SGH 0 0 0 0 4 0 0 0 0 Bijaygarh SGH 0 0 0 0 4 0 0 0 0 Vidyasagar SGH 0 0 0 0 4 0 0 0 0 Baruipur SDH 0 0 0 0
34. 11 lts 287 Electric operated Instrument Sterilizer 8 338 Medium 9 Instrument Sterilizer Small 215 10 Non Invasive Blood Pressure Instrument 12 11 Ventilator Adult 30 12 Ventilator Paediatric 20 13 Nitric Oxide delivery system 2 14 C Arm High End 8 15 C Arm Low End 3 16 Bed side patient monitoring system SpO2 12 Trauma care Emergency and recovery 17 trolley high low raising back rest two way 26 longitudinal tilt height adjusted by foot operated imported hydraulic pump Fowler Bed with four sections having screw mechanism Stainless Steel laminated head 18 and foot board collapsible type safety side 30 rails E P C SS telescopic I V Pole four castor non rusting imported with two brakes 19 Comfort bed 30 20 Syringe Pump 30 CPT Price Price excluding insurance and taxes amp duties UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Yi UNOPS BIDDER S PRICES FOR SERVICES Price amp Currency to be entered by Bidder Schedule DESCRIPTION OF THE SERVICES COUNTRY OF PRICE Service tax TOTAL No ORIGIN a b PRICE PER SERVICE a b 1 Installation CMC for year 1 CMC for year2 2 CMC for year 1 CMC for year2 CMOC price shall be quoted separately for each year after warranty CMC column not applicable should not be filled in BIDDER S DISCOUNT FOR ACCELERATED PAYMENT
35. 2010 Amendment 1 4 UNOPS Standard Warranty for 1 year CMC needs not to be quoted The prices for CMC shall be quoted at the time of tendering process The Prices of CMC shall be considered for the evaluation process Schedule 8 ELECTRIC OPERATED INSTRUMENT STERILIZER MEDIUM SPECIFICATIONS Material Conforming to Designation O4Cr18Ni10 Design The sterilizer shall consist of a seamless shell having a hand operated lid at the upper end It shall be designed to operate on electricity gas or kerosene heat sources either independently or in combination as desired by the purchaser Dimensions The nominal inside dimensions of the shell shall be as given below subject to a tolerance of 2percent 430 mm L X 200 mm W X 150 mm H The thickness of the stainless steel sheet used for shell tray and lid shell be 0 90mm subject to the tolerances on thickness as specified in the relevant Indian standard However thickness of shell tray and lid shall not be less than 0 70mm at any place after drawing and for handle lever it shall be 3 00mm the minimum thickness for handle link connecting the handle lever and lid shall be 1 5mm Construction The shell shall be pressed to form a seamless container The rim shall be so formed so as to prevent excessive steam escape Provision shall be made at the bottom of the shell to place it properly on the table The lid shall be made seamless
36. 3 0 0 0 0 Mantipa 3 Mohanpur BPHC 0 0 0 0 1 0 1 0 Pingla BPHC 0 0 3 0 0 1 0 1 0 Sonakhali BPHC 0 0 3 0 0 1 0 1 0 Tapsia BPHC 0 0 0 0 1 0 1 0 Vidyasagar 3 Birsingha BPHC 0 0 0 0 1 0 1 0 Khajrabarl PHC 0 0 2 0 0 0 1 0 1 Lalgarh PHC 0 0 2 0 0 0 1 0 1 Manikpara PHC 0 0 2 0 0 0 1 0 1 Mohoboni PHC 0 0 2 0 0 0 1 0 1 Panchkhuri PHC 0 0 2 0 0 0 1 0 1 Sub Total 0 0 85 0 0 25 5 25 5 MMCH 0 0 5 0 0 0 0 0 0 Ghatal SDH 0 0 4 0 0 0 0 0 0 Jhargram SDH 0 0 4 0 0 0 0 0 0 Pas Khargpur SDH 0 0 4 0 0 0 0 0 0 Medinipur Chandrakona RH 0 0 3 0 0 1 0 1 0 Debra RH 0 0 3 0 0 1 0 1 0 Garbeta RH 0 0 3 0 0 1 0 1 0 Sabang RH 0 0 3 0 0 1 0 1 0 Sub Total 0 0 29 0 0 4 0 4 0 Pas Medinipur Total 0 0 170 0 0 29 33 29 33 Amtal BPHC 0 0 0 0 3 1 0 1 0 Purba Kharipukuria 3 Medinipur BPHC 0 0 0 0 1 0 1 0 Betamaheshpur 2 PHC 0 0 0 0 0 1 0 1 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Y UNOPS MCH Centers Institution wise No of Equipments to be distributed Name of District Name of the Institution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 DT DT DT DT U hi EOA DD EOA SD IS M IS S Bibhishanpur PHC 1 1 Daulatpur PHC Gobra PHC Heria PHC Kajlagarh PHC Kulberia PHC O JO jo jojo JO O JO jo jojojo O JO Jo jojojo O JO jo jojo JO O JO JO jo 1 1 1 1 1 O JO jo Jo Rola ja a Mahammadpur
37. 3 0 0 0 0 1 0 1 0 Bamanhat BPHC 3 0 0 0 0 1 0 1 0 Boxirhat BPHC 3 0 0 0 0 1 0 1 0 Cooch Changrabandha 3 Behar BPHC 0 0 0 0 1 0 1 0 Dewanhat BPHC 3 0 0 0 0 1 0 1 0 Ghosksadanga 3 BPHC 0 0 0 0 1 0 1 0 Gosanimari BPHC 3 0 0 0 0 1 0 1 0 Natabari BPHC 3 0 0 0 0 1 0 1 0 Pundibari BPHC 3 0 0 0 0 1 0 1 0 Setai BPHC 3 0 0 0 0 1 0 1 0 Cooch 3 Behar Sitalkuchi BPHC 0 0 0 0 1 0 1 0 Anguldekha PHC 2 0 0 0 0 0 1 0 1 Nishiganj PHC 2 0 0 0 0 0 1 0 1 Rampur PHC 2 0 0 0 0 0 1 0 1 Sub Total 39 0 0 0 0 11 3 lil 3 MJN Dist Hos 5 0 0 0 0 0 0 0 0 Dinhata SDH 4 0 0 0 0 0 0 0 0 Cooch 4 Behar Mathabanga SDH O O O O O O O O Tufanganj SDH 4 0 0 0 0 0 0 0 0 Meghliganj SDH 4 0 0 0 0 0 0 0 0 Sub Total 21 0 0 0 0 0 0 0 0 Cooch Behar Total 74 0 0 0 0 11 10 11 10 Dak Chaloon PHC 2 0 0 0 0 1 0 1 Dinajpur samjhya PHC 2 0 0 0 0 0 1 0 1 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M IS S Sub Total 4 0 0 0 0 0 9 0 2 Harirampur 3 BPHC 0 0 0 0 1 0 1 0 Khaspur BPHC 3 0 0 0 0 1 0 1 0 Dak Kumarganj BPHC 3 O O O O 1 O 1 O Dinajpur 7 Kushmandi BPHC 3 0 0 0 0 1 0 1 0 Rashidp
38. 4 0 0 0 0 South 24 Canning SDH 0 0 0 0 4 0 0 0 0 PGS Diamond Harbour 4 SDH 0 0 0 0 0 0 0 0 Kakdwip SDH 0 0 0 0 4 0 0 0 0 Joynagar I 3 Padmerhat RH 0 0 0 0 1 0 1 0 Sagore RH 0 0 0 0 3 1 0 1 0 Sonarpur RH 0 0 0 0 3 1 0 1 0 Sub Total 0 0 0 0 42 3 0 3 0 South 24 PGS 158 27 20 27 20 Total 0 0 0 0 Grand Total 344 358 356 357 496 323 287 338 275 Abbreviations used in Consignee list 1 DT Delivery Table Modern EOA DD Electric Operated autoclave Double Drum EOA SD Electric Operated autoclave Single Drum IS M Instrument Sterilizer Medium IS S Instrument Sterilizer Small UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Consignee List No 2 Schedules 10 to 20 Institution wise No of Equipments to be distributed Sch 10 Sch 11 Sch 12 Sch 13 Sch 14 Sch 15 Sch 16 Sch 17 Sch 18 Sch 19 Sch 20 Consignee List Non Ventilator Ventilat C Arm C Arm Bed sidej Trauma Fowler Comfort Syringe Nitric Invasive Adult or High Low patient care Bed bed Pump oxide Blood Paediatr End End monitoril Emer and delivery sl Pressure ic ng recovery system No Instrument system trolley SpO2 1st Phase within 75 days from the date of issuance of Contract 1 Kharagpur 2 1 1 2 1 5 5 5 SSKM 2 Kolkata B Lo i 10 i j Z Subseguent Phases by Sep 30 2011 North Bengal Medical 1 1 4
39. Design The sterilizer shall consist of a seamless shell having a hand operated lid at the upper end It shall be designed to operate on electricity gas or kerosene heat sources either independently or in combination as desired by the purchaser Dimensions The nominal inside dimensions of the shell shall be as given below subject to a tolerance of 2percent 300 mm L X 150 mm W X 125 mm H The thickness of the stainless steel sheet used for shell tray and lid shell be 0 90mm subject to the tolerances on thickness as specified in the relevant Indian standard However thickness of shell tray and lid shall not be less than 0 70mm at any place after drawing and for handle lever it shall be 3 00mm the minimum thickness for handle link connecting the handle lever and lid shall be 1 5mm Construction The shell shall be pressed to form a seamless container The rim shall be so formed so as to prevent excessive steam escape Provision shall be made at the bottom of the shell to place it properly on the table The lid shall be made seamless dished and shall be designed to prevent excessive steam escape and restrict the condensate within the shell but in any case it shall not buckle warp or twist with load Construction The comers shall be rounded to suit those of the shell The lid shall open fully between 55 and 85 by single operation from its closed position A provision shall be made to connect the link
40. N Roy RH Araidaga BPHC Bangitola BPHC O JO JO jo JO UIJ Julo td O JO JO O JO O JO JO jo JO O JO JO O JO Rola a a ra O JO jojojo Rola a a ra O JO JO jojo UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M IS S Bedrabad BPHC 0 3 0 0 0 1 0 1 0 Hatimari BPHC 0 3 0 0 0 1 0 1 0 Malatipur BPHC 0 3 0 0 0 1 0 1 0 Masaldabazar 3 BPHC 0 0 0 0 1 0 1 0 Milki BPHC 0 3 0 0 0 1 0 1 0 Moulpur BPHC 0 3 0 0 0 1 0 1 0 Ratua BPHC 0 3 0 0 0 1 0 1 0 Silampur BPHC 0 3 0 0 0 1 0 1 0 Bhaluka PHC 0 2 0 0 0 0 1 0 1 Golapganj PHC 0 2 0 0 0 0 1 0 1 Kumbhira PHC 0 2 0 0 0 0 1 0 1 Sujapur PHC 0 2 0 0 0 0 1 0 1 Uttar Noapara 2 PHC 0 0 0 0 0 1 0 1 Sub Total 0 52 0 0 0 14 5 14 5 District Hospital 0 5 0 0 0 0 0 0 0 Malda Chancal RH 0 0 0 0 1 0 1 0 Gazole RH 0 3 0 0 0 1 0 1 0 Sub Total 0 11 0 0 0 2 0 2 0 Malda Total 0 73 0 0 0 16 10 16 10 Churaman PHC 2 0 0 0 0 0 1 0 1 Durgapur PHC 2 0 0 0 0 0 1 0 1 Uttar Kanki PHC 2 0 0 0 0 0 1 0 1 Dinajpur Rasakhawa PHC 2 0 0 0 0 0 1 0 1 Sub Total 8 0 0 0 0 0 4 0 4 Chakulia BPHC 3 0 0 0 0 1 0 1 0 Dalua Chopra 3 BPHC 0 0 0 0 1
41. O JO JO JO JO JO JO jo O JO JO JO JO JO JO JO O JO jo O JO JO JO JO JO JO JO O JO jo O JO JO JO JO JO JO JO JO JO jo Bye JS jr Jo Jo JO O10 o JO JO JO JO JO IN fe ne Bye JE jr Jo Jo JO O JO JO JO JO JO JO JO IN j Je Sub Total UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 R SUNOPS y MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M IS S Birbhum Total 0 155 0 0 0 19 56 19 56 Kulai RH 0 0 0 0 3 1 0 1 0 Brindabanpur 3 BPHC 1 0 1 0 Joypur BPHC 3 1 0 1 0 Howrah Baltikuri MCW 2 Clinic PAC 0 0 0 0 0 1 0 1 L K Hospital PHC 0 0 0 0 2 0 1 0 1 Nabagram PHC 0 0 0 0 0 1 0 1 Sub Total 0 0 0 0 15 3 3 3 3 Belur SGH 0 0 0 0 4 0 0 0 0 Fort Gloster Bauria 4 SGH 0 0 0 0 0 0 0 0 South Howrah 4 SGH 0 0 0 0 0 0 0 0 Amta RH 0 0 0 0 3 0 0 B B Dhar RH 0 0 0 0 3 1 0 1 0 Hazi S T Mullick 3 Howrah RH 0 0 0 0 1 0 1 0 Jhumjhumli RH 0 0 0 0 3 1 0 1 0 Chandipur 3 Manickpur BPHC 0 1 0 1 0 Debipur BPHC 0 0 0 0 3 1 0 1 0 Jagadishpur 3 BPHC 0 0 0 0 1 0 1 0 Kamalpur BPHC 0 0 0 0 3 1 0 1 0 Mugkalayan BPHC 0 0 0 0 3 1 0 1 0 Sub Total 0 0 0 0 39 9 0 9 0 DH Howrah 0 0 0 0 5 0 0 0 0 Udaynarayanpur 4 SGH 0 0 0 0 0 0 0 0 Gabberia SGH 0
42. The unit shall be capable of operating continuously in ambient temperature of 300 C and relative humidity of 80 Power supply Power input to be 220 240VAC 50Hz 440 V 3 Phase as appropriate fitted with Indian plug Resettable over current breaker shall be fitted for protection Suitable Servo controlled Stabilizer CVT UPS of suitable rating conforming to IS 302 shall be supplied for computer and digital system Standards and safety Should be FDA or CE approved product Electrical safety conforms to standards for electrical safety IEC 60601 IS 13450 Safety aspects of Radiation dosage leakage should be spelt out Should comply with AERB Guidelines for radiation leakage Comprehensive guarantee for 5 years of complete system including x ray tubes and electronic items and all other parts for which order will be placed with uptime warranty of 98 Comprehensive Guarantee period will be extended by double the downtime if it exceeds more than 2 in a year Rates of comprehensive AMC for complete system including x ray tubes and electronic items and all parts for which order will be placed with an undertaking of 98 uptime and extension of AMC period by double the downtime if it exceeds more than 2 Documentation User manual in English Service manual in English List of important spare parts and accessories with their part number and costing Certificate of calibration and inspection from factory Preventive Maintenance of 1 in each quarte
43. UNDERSIGNED HEREBY COMMITS SUBJECT TO THE TERMS OF SUCH PURCHASE ORDER TO FURNISH ANY OR ALL ITEMS AT THE PRICES OFFERED AND TO DELIVER SAME TO THE DESIGNATED POINT S WITHIN THE DELIVERY TIME STATED ABOVE Exact name and address of company COMPANY NAME AUTHORIZED SIGNATURE DATE ADDRESS NAME OF AUTHORIZED SIGNATORY TYPE OR PRINT PHONE NO FAX NO FUNCTIONAL TITLE OF SIGNATOR Y EMAIL ADDRESS OF CONTACT PERSON OTHER EMAIL ADDRESSES WEB SITE All other terms amp conditions of the bid document except to the extent hereinabove amended shall remain unaltered In case of any further information clarification they may contact UNOPS or WBMSC through e mail at procurementinoc unops org or wbmscOwbhealth gov in respectively individual visits in person to UNOPS or WBMSC offices shall not be entertained All requests for seeking clarification should cite the subject tender and should be received by the deadline indicated for the purpose above ES UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1
44. aintenance and Commissioning as per the Consignee Distribution List within 60 days from the respective dates of delivery of the goods to the Consignees 15 days extra may be assigned for proper conduct of training Wherever the equipments are such that their installation is not required applicable general demonstration and training on the equipments to the end users will suffice for the purpose of this clause UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Y UNOPS For Schedules 10 to 20 i Delivery to Consignee as per the Consignee Distribution List enclosed as under a 1st Phase within 75 days from the date of the issue of the Purchase Order Contract refer Consignee Distribution List b Subsequent Phases by September 30 2011 refer Consignee Distribution List ii Installation training amp commissioning Installation Training Paramedics and end users on proper usage of equipments and maintenance and Commissioning for each Lot as per the Consignee Distribution List within 15 days from the delivery to the Consignee 5 days extra may be assigned by consignee for proper conduct of training Terms of Delivery Schedules 1 to 20 CPT final destination as given in the Consignee wise Distribution List below Note i The responsibility of arranging all required documents including Custom clearance if applicable Road Permits etc is of the Supplier ii Installation of Medical Equipments will be at the Hospi
45. angra RH Sub Total ojo JO JO O jo JO JO JO JO JO JO JO JO JO jo ojo JO JO jo JO JO JO JO JO JO JO JO JO JO JO oo JO JO JO JO JO JO JO JO JO JO JO JO JO JO ojo JO JO jo O JO JO JO JO JO JO JO JO JO JO Ba rr JO jo jo ojo JO JO JO JO JO JO JO JO JO JO JO JO JO JO Bo JO jo jo O jo O JOJO JO jo JO IN re JO JO JO jo lo Bankura Total Birbhum Amarpure PHC 108 N ka o N ES o Batikar PHC Bhadrapur PHC Bharkata PHC Bipratikuri PHC Chatra PHC O JO JO JO JO JO o NINININININJA O JO JO JO JO JO O JO JO JO JO JO JO O JO JO JO JO JO JO O JO JO JO JO JO ra a O JO JO JO JO JO e a la UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Y UNOPS MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M ISIS Hatinagar 2 Kotasure PHC O O O O O 1 O 1 Iswarpur 2 Ahamadpur PHC Jajigram PHC Jashpur PHC Joydeb PHC Kastagara PHC Khujutipara PHC Margram PHC Panchsowa PHC Purandarpur PHC Puratangram PHC Rampur PHC Sitalgram PHC Sonarkundu PHC Srinidhipur PHC Thiba PHC Amalpur SC Amdole Amuda SC Chhoto Alunda SC Chiatina SC Dighalgram SC Diha SC Dunigram SC Harharia SC Jogai SC Kaitha SC Kajipara SC
46. anty shall always be for a period of two 2 years from the date of acceptance of the goods During warranty cost and responsibility of the transport shifting of the equipment in case so required for repair etc shall be entirely borne by the Supplier without any liability on the consignee In case of such shifting of equipment alternative working equipment shall be first made available to the consignee to avoid any disruption in the clinical work v MAINTENANCE a CMC shall be for 4 years following expiry of warranty unless specified otherwise b During CMC cost and responsibility of the transport shifting of the equipment in case so required for repair etc shall be entirely borne by the Supplier without any liability on the consignee In case of such UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Mes Mi By W UNOPS shifting of equipment alternative working equipment shall be first made available to the consignee to avoid any disruption in the clinical work c Subject to b above CMC services shall be provided at the site of the equipment within the prescribed response time vi LIST OF RELATED SERVICES List of Related Services i Incidental Services The supplier may be required to provide any or all of the following services including additional services if any specified in SCC a Performance or supervision of the assembly installation and or start up of the supplied equipments b Furnishing of tools requ
47. be considered for the evaluation process 7 Specify the year of manufacturing of the particular model quoted Documentation 1 User Technical maintenance manuals to be supplied in English 2 List of installation base with their contact nos 3 Certificate of calibration and inspection from Parent company OEM supplier 4 List of equipments available for providing calibration and routine preventive Maintenance Support As per OEM documentation in service technical manual 5 List of important spare parts and accessories with their part number and costing 6 Log book with instructions for daily weekly monthly and guarterly maintenance checklist The job description of the hospital technician and company service engineer should be clearly spelt out Schedule 17 TRAUMA CARE EMERGENCY AND RECOVERY TROLLEY SPECIFICATIONS 1 Emergency Patient Trolley is required for Patient transfer to fro ICU OT Emergency 2 Should have three sectional mattress base made of radiolucent top high pressure laminate with facility to insert X Ray Cassette from either sides amp ends of the trolley 3 Should be able to X Ray the patient from positions along the entire length and width of the trolley 4 Should have pneumatic stepless adjustment for back section Trendelenburg reverse trendelunberg and foot section O Should have manual height adjustment with a foot paddle on either side of the trolley UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1
48. dished and shall be designed to prevent excessive steam escape and restrict the condensate within the shell but in any case it shall not buckle warp or twist with load Construction The comers shall be rounded to suit those of the shell The lid shall open fully between 55 and 85 by single operation from its closed position A provision shall be made to connect the link end of the handle mechanism for simultaneous opening and closing of the tray and lid At the opening of the lid between 55 and 85 the tray shall be able to come to the top level of the shell A mechanism connected to the lid shall be such that when the lid is open a bracket or rest for instruments tray shall bring the seamless tray well out of the water even when the water is at the highest level The tray bottom shall be perforated to allow easy drain out or entrance of water when the tray is being lifted or lowered in the sterilizer Handles shall be provided for handling the tray and the tray shall be convenient for fitting in or removal from the sterilizer When the tray is loaded as given below with load uniformly distributed the lid shall close slowly and without bang The tray shall be of such a design so as to take a total load of Large 40 N the depth of tray shall be Min 25mm Functional requirements A drain out connection shall be provided to facilitate draining of the sterilizer when desired The tap handle knob and lid opera
49. ds recording for 24 hrs The monitor should have the facility to connect to central nursing station The monitor must have audio amp visual alarms for the vital parameter specifically covering the range for the neonates Standard Accessories to be offered as standard e ECG Respiration ECG lead 03 nos e ECG electrodes for neonates 10 nos e NBP Reusable cuff infant 05 nos e NBP Reusable cuff pediatric 05 nos e NBP disposable cuff Adult 10 nos e NBP Hose for disposable cuff 02 nos e SPO2 sensor for neonates 02 nos e SPO2 sensor for adults 02 nos e Reusable Temp probe for neonate 02 nos e Wall mount to be provided 01 nos Standards Safety UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 GA Mi AY NES UNOPS 1 The manufacturer to be ISO 13485 certified for the manufacturing process certificate to be submitted 3 The product should be CE certified Certificate to be submitted 4 It should meet IEC 60601 2 49 PARTICULAR REQUIREMENTS FOR THE SAFETY OF MULTIFUNCTION PATIENT MONITORING EOUIPMENT Certificate to be submitted 5 Should have onsite service facility The service provider should have the necessary eguipments recommended by the manufacturer to carry out preventive maintenance test as per guidelines provider in the service maintenance manual 6 Warranty for 2 years and 3 10 years for AMC CMC after warranty The prices for AMC CMC shall be quoted at the time of tendering process The Prices of AMC amp CMC shall
50. easurement method Oscilometric using linear deflation Pressure detection conductor pressure sensor Continuously display of BP systolic diastolic mean and pulse rate at intervals of 2 3 5 10 15 20 30 up to 180 minutes Self check system self test facility available Pressure 00 to 300 mm of Hg Accuracy 3 mm with standard deviation not greater than 8 mm of Hg Pulse range 40 240 minute Accuracy 2 with pulse rate averaging in 8 sec Patient alarms Systolic upper limit 60 240 and lower limit 20 160 mm of Hg MAP upper limit 60 200 and lower limit 20 120 Diastolic upper limit 50 180 and lower limit 15 120 mm of Hg P R upper limit 80 220 and lower limit 40 140 minute Memory 400 measurement capacity Must have a facility for recording BP in neonate and adult Supplied with various sizes of cuffs from neonate to pediatric ranges e g 2 5cm 3 0 cm 4 0 cm 5 0 cm 9 cm 12 cm and 14 cm Auto cuff deflation in case of over pressure 140 mm of Hg in case of neonatal mode Auto zero facility Stat mode for critical situation for rapid reading for 5 minutes with a 10 second pause Self diagnostic facility for air leak application error dead battery motion over pressure patient alarm time out and weak signal LCD display Accessories should include adult paediatric and infant sizes of BP reusable Cuffs ten of each size The cost of disposable cuffs needs to be submitted separately along with the
51. echnical Specifications shall prevail over the warranty period and CMC generally indicated in the General Conditions of Contract and the Special Conditions of Contract THE OFFERED PRODUCTS ARE IN ACCORDANCE WITH THE REQUIRED SPECIFICATIONS AND TECHNICAL REQUIREMENTS YES NO ANY DEVIATIONS MUST BE LISTED BELOW UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 6 e UNOPS replaced by the following In Section V Bidding Forms under 6 Price Schedule Form the Price Schedule Form is The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and Related Services specified by UNOPS in the Schedule of Requirements BIDDER S TOTAL PRICES Price amp Currency to be entered by Bidder TOTAL FIRM CPT PRICE BIDDER S PRICES FOR GOODS Price amp Currency to be entered by Bidder CURRENCY Sch QTY UNIT PRICE z No DESCRIETION b CPT Final ROTAL ERICE CET Duties amp Taxes a b o Destination Final place of destination 6 d e c x d 1 Delivery table Modern 344 2 Delivery table Modern 538 3 Delivery table Modern 356 4 Delivery table Modern 357 5 Delivery table Modern 496 6 Electric operated Autoclave 2 Drum 20 lts 323 7 Autoclave Single Drum
52. ed therein Electrically operated sterilizers shall have a single phase 3pin connection and the UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Y UNOPS Material Conforming to Designation 04Cr1 8Ni10 Flectrical Operation loading shall be large 1 0 kW An indicator lamp shall be provided on the sterilizer to indicate by glowing when the instrument is ON The entire electrical circuit shall be insulated from the sterilizer and the leakage current shall be not more than 210uA or 3004 A when tested in accordance with IS 302 1979 It shall also be capable of withstanding a high voltage test of 1000V for one minute between any point of supply and earth Electrical Operation The wires used shall be heat resistant and the wiring shall be neatly laid out The minimum current carrying capacity of wire shall be 15A Heating Element Heating element shall conform to IS 4159 1983 It shall be of easily replaceable type and fitted with either built in ejector device or built in thermal cut out system The heating element shall operate on up to a maximum voltage of 250v single phase 50 Hz AC Thermostat Thermostat shall be capable of ensuring boiling water at sea level with a differential of 5 C Finish All stainless steel parts shall be finished smooth and polished bright or strain finish reasonably free from wrinkles and bulges The brass cock shall be plated chromium over nickel in accorda
53. elivery waste Height adjustable a pair of knee crutches Complete with SS side railings SS hand grips SS bowl and rubber padded SS lithotomy rods Adjustable and telescopic stainless steel saline rod should be provided which could be placed at two or three different locations All SS parts should be in grade 304 Part should be pretreated amp epoxy powder coated The requirements as specified in clause 4 of General requirements of Hospital furniture The tests should be performed as specified in clause 5 of general requirements of hospital furniture Device is produced by ISO 9001 certified manufacturer Should have warranty against manufacturing defects CMC need not be quoted UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS Schedule 6 ELECTRIC OPERATED AUTOCLAVE 2 DRUM 20 Lts SPECIFICATIONS 1 Stand alone bench top autoclave 20 Litres automatic Single door self sealing with high quality silicone gasket 2 Chamber diameter ca 25 cm depth ca 45 cm The autoclave should have double wall sheet metal with suitable insulation in between walls 3 Pre set automatic cycles for unwrapped instruments wrapped instruments packs dry un dry prion programme Bowie dick test pump test etc 4 It should be fully automatic and have drying cycles 5 Two automatic programmes approx 2 2 bar at 134 degree C and 1 1 bar at 121 degree C The equipment should have automatic pressure con
54. emergency Should be able to support patient wt 150 Kg and above The following data management functions should be possible Local patient database Patient database with image preview Configurable patient database guery Patient preregistration Patient emergency registration Patient data from previous examinations can be transferred automatically Subseguent changes additions to patient data possible System Configuration Accessories spares and consumables C Arm Main Frame 01 Table 01 X Ray Generator 01 X Ray Tube 01 Image Intensifier Imaging Chain 01 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS 3D Rotational Angiography 01 Data Management Capabilities 01 Integrated Digital Achieving on CD DVD Lead Aprons 06 Thyroid Guards 06 PC with TFT Monitor 2 nos Laser Printer and a thermal printer attached to C Arm The system should be supplied with a compatible Desktop PC microprocessor with speed not less than 3 00 GHz 2 GB RAM 300 GB HDD 1 44 MB Floppy drive 105 keys Board scroll mouse multimedia kit 56 kbps modem 32 MB AGP Card 52xCD CD RW Drive with 17 TFT Digital Color monitor with compatible Operating system 4View Boxes lim four in one with fluorescent tubes with shutters and variable luminescence 02 The system should contains all the above accessories in Integrated or as separate accessories Environmental factors
55. emonstrated to the technical members and compliance statement should be supported with brochures and technical data sheet The eguipment must be FDA approved CE marked Inbuilt battery back up for minimum 30 minutes Compressor for Air Warranty for 2 year and 4 years for CMC after warranty The prices for CMC shall be guoted at the time of tendering process The Prices of CMC shall be considered for the evaluation process The Comprehensive Warranty includes the cost of flow sensors Consumables like battery Sensor parts made of rubber silicon etc UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Schedule 12 VENTILATOR PAEDIATRIC 1 Essentials 2 Type of ventilator 3 Modes available 4 Range of set parameters Peak inspiratory pressure Positive end expiratory pressure Fraction of inspired oxygen Inspiratory time Rate Gas flow 5 Display 7 Alarms 8 Humidifier SPECIFICATIONS Ventilator Air Compressor Reusable Circuit with online bacterial filter Humidifier Stand for circuit Operator manual Service manual Continuous flow time cycled pressure control CPAP IMV SIMV Assist Control PSV VG optional 0 50 cms 0 20 cms 21 100 0 1 3 secs 0 150 bpm 5 15 Lpm Both digital and analog All set parameters as mentioned above Measured parameters e PIP PEEP Mean airway pressure e FiO2 e Ventilator rate Derived parameters e Te I E ratio e Leak percentage e Tidal volume e Minute ventila
56. ha PHC 0 0 0 2 0 0 1 0 1 Nowagarh PHC 0 0 0 2 0 0 1 0 1 Pairachali PHC 0 0 0 2 0 0 1 0 1 Santuri PHC 0 0 0 2 0 0 1 0 1 Talajuri PHC 0 0 0 2 0 0 1 0 1 Tunturi PHC 0 0 0 2 0 0 1 0 1 Sub Total 0 0 0 26 0 0 13 0 18 Bansgarh RH 0 0 0 3 0 1 0 1 0 Harmardi RH 0 0 0 3 0 1 0 1 0 Hura RH 0 0 0 3 0 1 0 1 0 Kotshila RH 0 0 0 3 0 1 0 1 0 Banda BPHC 0 0 0 3 0 1 0 1 0 Bandwan BPHC 0 0 0 3 0 1 0 1 0 Purulia Barabazar BPHC O O O 3 O 1 O 1 O Bari BPHC 0 0 0 3 0 1 0 1 0 Chakoltore BPHC 0 0 0 3 0 1 0 1 0 Jhalda BPHC 0 0 0 3 0 1 0 1 0 Joypur BPHC 0 0 0 3 0 1 0 1 0 Kolloli BPHC 0 0 0 3 0 1 0 1 0 Kustaur BPHC 0 0 0 3 0 1 0 1 0 Murardih BPHC 0 0 0 3 0 1 0 1 0 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M IS S Pancha BPHC 0 0 0 3 0 1 1 0 Para BPHC 0 0 0 3 0 1 0 1 0 Pathardih BPHC 0 0 0 3 0 1 0 1 0 Sirkabad BPHC 0 0 0 3 0 1 0 1 0 Arsha PHC 0 0 0 2 0 0 1 0 1 Chirudih PHC 0 0 0 2 0 0 1 0 1 Hutmura PHC 0 0 0 2 0 0 1 0 1 Ladhurka PHC 0 0 0 2 0 0 1 0 1 Sindri PHC 0 0 0 2 0 0 1 0 1 Sub Total 0 0 0 64 0 18 5 18 5 Purulia Sadar Hos 5 DH 0 0 0 0 0 0 0 0 Purulia Raghunathpur A SDH 0 0 0 0 0 0 0
57. head and foot bows with laminated panels Four swivel non rusting castors of min 125 mm diameter and two with the brakes Corner buffers and SS telescopic I V Pole with four locations Pair of full length telescopic SS Tube UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 S NG 7 8 9 10 N y 14 SH UNOPS Collapsible type safety side rails Over all Size 2250 mm L x 1015 mm W x 625 1 820 mm H 5 96 permissible range Manufacturer should be ISO certified for quality standards Should have vvarranty against manufacturing defects CMC need not be quoted Standard accessories X ray permeable backrest Four section PU foam Mattress S S Telescopic I V Pole S S Heavy duty I V Pole Chart Holder Urine bag holder ABS four section top in lieu of MS top S S lifting pole Oxygen cylinder cage Schedule 19 COMFORT BED SPECIFICATIONS Overall approximate dimension 2250 mm L x 1015 mm W permissible tolerance limit 5 and with manual operation Bed frame dimension 2050 mm L x 910 mm W Minimum height 490 mm Without mattress Maximum height 710 mm Without mattress Manual control for turning in to Trendelenburg Reverse Trendelenburg positions 125 mm Non rusting castors 2 with brake Four corners Standard side buffers S S laminated head amp foot boards Pre treated and powder coated finish Should have warranty against manufacturing defects CMC need not be quoted Standard
58. ing its source Clause Currencies of Bid Currencies of Bid 15 The Bidder shall quote in USD Euro The Bidder shall quote in USD Euro or INR only INR or any freely convertible currency Clause Period of Validity of Bids Period of Validity of Bids ids shall remain valid for a perio ids shall remain valid for a period o 20 1 Bids shall remain valid fi iod Bids shall remain valid f iod of of 90 days 18 March 2011 after 90 days 24 March 2011 after the the bid submission deadline date bid submission deadline date prescribed by UNOPS A bid valid prescribed by UNOPS A bid valid for for a shorter period shall be rejected a shorter period shall be rejected by by UNOPS as non responsive UNOPS as non responsive Clause Bid Security Bid Security 21 2 d The Bid Security shall be in original The Bid Security shall be in original in favour of UNOPS 11 Golf Links in favour of UNOPS 11 Golf Links New Delhi in the amount as provided New Delhi in the amount as provided in the Schedule of Requirements in the Schedule of Requirements and denominated in a freely and denominated in a freely convertible currency and shall convertible currency and shall d remain valid for a period of 15 d remain valid for a period of 15 days beyond the validity period days beyond the validity period of the bids 2 April 2011 as of the bids 8 April 2011 as extended if applicable in extended if applicable in accordance with Ins
59. ired for assembly and or maintenance of the supplied Goods along with each equipment c Furnishing of detailed operations and maintenance manual for each appropriate unit of supplied equipments at the time of delivery d After sales service centre should be available at near to the city of Consignee on 24 hrs X 7 days X 365 days basis Complaints should be attended properly maximum within 48 hrs including the travel time e The Comprehensive maintenance Contract Including Spare Parts 1 The Purchaser Consignees Government of WB may at his own and sole discretion enter into a Comprehensive Maintenance Contract CMC with the Supplier three months prior to the completion of Warranty Period at the contracted price for a period of four 4 years after the expiry of the warranty period as per the details given in clause 12 2 of GCC provided that this service shall not relieve the Supplier of any warranty obligations under this Contract The CMC will commence from the date of expiry of Warranty period The CMC includes preventive maintenance including testing amp calibration as per technical service operational manual labour and spares 11 The supplier shall visit each consignee site as recommended in the manufacturer s technical service operational manual but at least once in three months during the CMC period for preventive maintenance f Training of the Purchaser s personnel on site in assembly startup operation mai
60. istrict Institution DT DT DT DT DT DD SD IS M IS S Singee SC 0 1 0 0 0 0 1 0 1 Sondhigora Bazar SC Sughor SC Tejhati SC Virkata SC ja pa p la ja O jojo Ojo BRO o jojo O jojo Ojo Ojo JO JO JO O jo O JO JO N H O jo O O JO Sub Total A VO 49 Barachaturi BPHC Bolpur BPHC Boswa BPHC Chakmondola BPHC Illambazar BPHC Lohapur BPHC Mallarpur BPHC Md Bazar BPHC Nakrakonda BPHC Nalhati BPHC Birbhum Nanoor BPHC Paikar BPHC Rajnagar BPHC Satpalsa BPHC Sultanpur BPHC Barrah PHC Bhimpur PHC Kirnahar PHC Rajgram PHC Rudranagar PHC Sattore Kasba PHC Tantipara PHC o o o o Hs o o o o o o m o Hs o O O O o m o o O JO JO jo jo JO JO JO JO jo Jo JO JO JO JO JO JO O JO JO JO JO JO JO Jo JO JO JO JO JO JO JO JO O O JO JO JO JO JO JO Jo JO JO JO JO JO JO JO JO O O JO JO JO JO JO JO jo JO JO JO JO JO JO JO JO O Roe e NO JO JO JO JO JO JO JO JO JO JO O Roe ja ja e JO JO JO JO JO JO JO JO JO JO JO O O JO JO JO JO e IS e fra IS ra fa IS ja ja O JO JO JO JO e IS IS e fra IS ra fa IS ja ja O O NI YN N N N N N JO WM W W W WIW W W W W Y I w O O Sub Total al H al Suri DH Rampurhat SDH Bolpur SDH Birbhum Dubjajpur RH Labpur RH Murarai RH Saithia RH O JO JO J
61. manual bag resuscitator With standard and portable NO cylinders Calibration kit Including gas cylinders all connectors and tubings NO gas with NO regulator 99 9 purity Standard NO cylinders Power supply 220 240 V 50 60 Hz Battery back up Internal rechargeable long life battery Running time at least 90 minutes Manuals Operator and Service manuals for each component Maintenance Warranty 2 years CMC with spares and consumables 5 years after warranty Warranty and CMC would include spares and consumables including supply of NO gas calibration gas sensors fuel cells and tubings At any given time 2 big cylinders of NO gas and 1 calibration gas should be available If any is not available it will be considered downtime Schedule 14 C ARM HIGH END SPECIFICATIONS Scope of Work Operational Requirements State of the art system with high frequency X ray generation 9 image intensifier system and suitable CCD Camera minimum 400 000 pixels High frequency generator with at least 2 5K W output Fluoroscopy KV 40 110 KV and maximum fluroscopy mA up to 9 mA or more Possibility of doing fluoroscopy in low dose normal and high quality mode Radiography from 40KV to 110KV and mAmps from 0 1 mAs upto 200mAs Dual focus X Ray tube with focal spot not larger than 0 6mm and heat storage capacity of 100 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Y UNOPS KHU or more System
62. manual with maintenance and first line technical intervention instructions in English 10 List of priced accessories 11 List of priced spare parts 12 List with 13 Training name and address of technical service providers in India and installation at end user site 14 Warranty for 1 year and 4 years for CMC after warranty The prices for CMC shall be quoted at the time of tendering process The Prices of CMC shall be considered for the evaluation process Schedule 7 AUTOCLAVE SINGLE DRUM 11 Lts SPECIFICATIONS Autoclave should be run on electric power having a dimension of at least 9 Feat res diameter and 11 height It should be made out of best quality aluminum gauze Locking system should be by turning and fixing lead into groove There should be a triple safety measure Gasket release safety valve and steam release a Capacity 11 litres b Sterilizing Temperature Sterilizing temperature should be 120 135 C c Pressure The unit must comprises of the pressure gauge of the range 0 45 PSI Thickness Wall thickness of the inner chamber as well as lid should be of minimum 3mm Power Supply 230 10Volts 50Hz Triple phase The apparatus should confirm to applicable IS standard with latest amendments or Standard equivalent international standards covering Markings Safety requirements with recommendations of safe operations UNOPS IPO WBMSC EQUIP 04
63. nce with service grade No 2 of IS 4827 1983 Marking The sterilizers shall be legibly and indelibly marked with the following Identification mark of the manufacturer Wattage voltage phase and cycle of electrically operated sterilizers Not to be used in anaesthetizing sites and Instrument does not give sterility Bo mo Instruction manual Each sterilizer shall be accompanied by any instruction manual which shall contain information regarding instruction directions and operation of the sterilizer and routine maintenance and service It shall contain instruction to use soft water to minimize scaling Packing As agreed to between the purchaser and the supplier before awarding the contract Standard Warranty for 1 year CMC needs not to be quoted The prices for CMC shall be quoted at the time of tendering process The Prices of CMC shall be considered for the evaluation process Schedule 10 NON INVASIVE BLOOD PRESSURE INSTRUMENT SPECIFICATIONS 1 NIBP instrument measures and displays Blood Pressure values with inflation of the cuffs and is non invasive in operation 2 Operational Requirements UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 2 1 2 2 The monitor should be compact in size light weight and portable Compatible for use in newborns and for adults Technical Requirements 3 1 3 2 3 3 3 4 3 5 3 6 3 7 3 8 3 9 3 11 3 12 3 14 3 15 M
64. nd by alarm There should be a method of automatic bolus volume reduction after occlusion release UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 4 E Y UNOPS No 14 The pump should be waterproof so that any spillage of any fluid should not enter into the pump and short circuit it 15 The syringe pumps should be capable of standalone functioning as well as being fixed on a frame platform stand 16 The pump should be CE certified or US FDA approved 17 The equipment should be supplied with a comprehensive warranty for a minimum of 2 years after successful installation 18 The equipment must be repaired within 48 hours of notification of its malfunction non function In case of failure to repair there will be a penalty of 0 5 of the equipment cost per day for non functional period 19 Demonstration to the committee is required for technical bid satisfaction approval 20 Standards Safety and Training 20 1 Complete unit amp CVT UPS should conform to internationally accepted quality standards and should carry the certification of the applicable product quality standard such as FDA CE UL or BIS etc The supporting document in this regard should be submitted along with the bid 20 2 The medical devices should be ISO 13485 certified manufacture Certificate to be submitted and should be CE 93 42 or US FDA approved Certificate to be submitted 20 3 It should meet IEC 60601 1 2 amp requirement of safety for EMC compa
65. ntenance and or repair of the supplied Good This must be carried out at the time of installation of Equipment 11 Availability of Spare parts The Supplier may be required to provide any or all of the following materials notifications and information pertaining to spare parts manufactured or distributed by the Supplier a such spare parts as required for maintenance of the equipment during Warranty and CMC period providing that this election shall not relieve the Supplier of any warranty obligations under the Contract and UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 b In the event of termination of production of the spare parts 1 Advance notification to the Purchaser of the pending termination in sufficient time to permit the Purchaser to procure needed requirements and 11 Following such termination furnishing at no cost to the Purchaser the blueprints drawings and specifications of the spare parts if requested b Suppliers shall ensure the availability of spare parts for ten years Inventory of the Spare parts required for 8 years Note 1 Working demonstration of all the offered goods shall be required to be arranged by the bidder at his cost liability before the Bid Evaluation Committee for technical evaluation as when requested to do so by the Bid Evaluation Committee at any time after the opening of the bids at a short notice of a week 2 Warranty periods and CMC as specifically indicated in the T
66. o lo Jo Jo Jo Jo Jo Jo Jo o lo Jo lo Jo Ja Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo lo Jo lo Jo Jo lo Jo Jo Jo lo Jo Jo Jo o lo Jo lo Jo Ja Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo lo Jo Jo Jo Jo Jo Jo Jo lo lo Jo Jo Jo ele Je ja Jojo o Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo lo Jo Jo lo Jo lo Jo Jo Jo Jo Jo Jo Bele Je ja Je lolo loo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo Jo lo Jo Jo Jo lo Jo lo lo lo Jo Jo Sub Total 56 28 28 Binpur RH 3 0 0 Daspur RH 3 O O Hijli RH 3 0 0 Keshpur RH 3 0 0 Salboni RH 3 0 0 Pas Bagda Mohanpur 3 Medinipur BPHC 0 0 0 0 1 0 1 0 Belda BPHC 0 0 3 0 0 1 0 1 0 Belpahari BPHC 0 0 3 0 0 1 0 1 0 Bhangagarh BPHC 0 0 3 0 0 1 0 1 0 Changual BPHC 0 0 3 0 0 1 0 1 0 Chilkigarh BPHC 0 0 3 0 0 1 0 1 0 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M ISIS Dantan BPHC 0 0 3 0 0 1 0 1 0 Deypara 3 Chandra BPHC 0 0 0 0 1 0 1 0 Dwarigeria BPHC 0 0 3 0 0 1 0 1 0 Gopiballavpur 3 BPHC 0 0 0 0 1 0 1 0 Keshiary BPHC 0 0 3 0 0 1 0 1 0 Kewakole BPHC 0 0 3 0 0 1 0 1 0 Khandrui BPHC 0 0 3 0 0 1 0 1 0 Kharikamathani 3 BPHC 0 0 0 0 1 0 1 0 Khirpai BPHC 0 0
67. r of a year Delivery Schedule to be submitted Schedule 16 BED SIDE PATIENT MONITORING SYSTEM SpO2 SPECIFICATIONS 1 The monitors should have bright highly visible minimum 10 inch TFT screen colour display of minimum 1024 x 768 line resolution for easy viewing from a distance UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 ES f j SS FE 10 11 12 13 UNOPS Integrated modules for standard measurements to be provided with all the monitors are ECG Heart Rate Respiration Rate SpO2 Non Invasive blood pressure amp temp SpO2 measurement with NELLCORE MASHIMO or equivalent technology Modules should be color coded to avoid inserting wrong cables leads The monitor shall be able to mount on the wall with a battery backup of minimum two hrs as well as on bed side trolley Should have the capability to display at least three real time waveforms along with related numerical parameters on a single screen The size of the numeric and waveforms should be adjustable to become larger for viewing from very long distance The monitor should have the capability to be operated through knob Should have 12 lead ECG facility Should have advanced multi lead arrhythmia analysis capability The monitor should have configurable screen configurations for various monitoring settings like emergency general monitoring 12 lead screens etc Tren
68. s CMC should include FiO2 blender humidifier air compressor circuits bacterial filter flow pressure sensor and oxygen cells to cover at least 5000 hours of actual ventilation per ventilator per year Schedule 13 NITRIOXIDE DELIVERY SYSTEM SPECIFICATIONS Fully automatic and compact system to give controlled delivery of inhaled nitric oxide in the range of 1 99 ppm in increments of 1 ppm Should include dosing and analyzing unit NO flow controller calibration kit NO gas cylinder with regulator and inline circuit sampling port Dosing and analyzing unit Microprocessor controlled Electrochemical monitoring Response time lt 10 seconds UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS Accuracy 1ppm for NO and 0 1 ppm for NO2 Dosing should be constant and independent of ventilatory modes Flow proportional dosing Display Bright continuous and simultaneous digital display of NO conc 0 100 ppm and NO2 concentration 0 20 ppm in the inspired gas User selectable audiovisual High NO2 alarms High NO Low NO Low gas supply Tubing obstruction Warning messages Calibration Low battery Safety Automatic cessation step down of NO delivery if dosage exceeds selectable limit Mounting Compact mobile stand and trolley to accommodate all components of the system Compatibility With broad range of neonatal ventilators irrespective of the make system should be open in nature With
69. should contains all the above accessories in Integrated or as separate accessories Environmental factors The unit shall be capable of operating continuously in ambient temperature of 30 deg C and relative humidity of 80 Power supply Power input to be 220 240VAC 50Hz 440 V 3 Phase as appropriate fitted with Indian plug Resettable over current breaker shall be fitted for protection Suitable Servo controlled Stabilizer CVT UPS of suitable rating conforming to IS 302 shall be supplied for computer and digital system Standards and safety Should be FDA or CE approved product Electrical safety conforms to standards for electrical safety IEC 60601 IS 13450 Safety aspects of Radiation dosage leakage should be spelt out Should comply with AERB Guidelines for radiation leakage Comprehensive guarantee for 5 years of complete system including x ray tubes and electronic items and all other parts for which order will be placed with uptime warranty of 98 Comprehensive Guarantee period will be extended by double the downtime if 1t exceeds more than 2 in a year Rates of comprehensive AMC for complete system including x ray tubes and electronic items and all parts for which order will be placed with an undertaking of 98 uptime and extension of AMC period by double the downtime if it exceeds more than 2 Documentation User manual in English Service manual in English List
70. st of Goods ii Delivery amp Completion Schedule iii Terms of Delivery iv Consignee Distribution List referred also as Annexure LIST OF GOODS List of Goods and Ouantity Sch ie j E Bid Security in No Description of Goods Quantity Unit INR USD Consignee List 1 2 of the total CPT 1 Delivery table Modern 344 Numbers price quoted offered E 2 of the total CPT 2 Delivery table Modern 358 Numbers price guored oljered E E 290 of the total CPT 3 Delivery table Modern 357 Numbers price guoted oficred 290 of the total CPT 4 Delivery table Modern 356 Numbers pres oda offered 3 m 2 of the total CPT 5 Delivery table Modern 496 Numbers price quoted offered Electric operated Autoclave 2 Drum 290 of the total CPT a 20 Its ne dia price quoted offered f x 2 of the total CPT 7 Autoclave Single Drum 11 lts 287 Numbers price guoted oficred 8 Electric operated Instrument Sterilizer 338 Nambe 2 of the total CPT Medium de price quoted offered 9 Instrument Sterilizer Small 275 Numbers a el price quoted offered Consignee List 2 10 Non Invasive Blood Pressure Instrument 12 N mbers 2 of the total CPT i price quoted offered 11 Ventilator Adult 30 Numbers 2 of the total CPT price quoted offered 12 Ventilator Paediatric 20 Numbers 2 of the total CPT i price quoted offered 13 Nitric Oxide delivery system 2 Numbers 2 of the
71. stitution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M IS S Janka PHC 0 0 0 0 2 0 1 0 1 Paniparul PHC 0 0 0 0 2 0 0 Patanda PHC 0 0 0 0 2 0 1 0 1 Sub Total 0 0 0 0 69 on 3 21 3 Tamluk DH 0 0 0 0 5 0 0 0 0 Digha SGH 0 0 0 0 4 0 0 0 0 Purba Egra SDH 0 0 0 0 4 0 0 0 0 Medinipur Contai SDH 0 0 0 0 4 0 0 0 0 Haldia SDH 0 0 0 0 4 0 0 0 0 Reapara RH 0 0 0 0 3 1 0 1 0 Sub Total 0 0 0 0 24 1 0 1 0 Purba Medinipur Total 0 0 0 0 127 24 17 24 17 Akalpur BPHC 0 0 0 3 0 1 0 1 0 Borsul BPHC 0 0 0 3 0 1 0 1 0 Purbosthali BPHC 0 0 0 3 0 1 0 1 0 Agradwip PHC 0 0 0 2 0 0 1 0 1 Andal PHC 0 0 0 2 0 0 1 0 1 Bohar PHC 0 0 0 2 0 0 1 0 1 Chakdighi PHC 0 0 0 2 0 0 1 0 1 Dhanyakherur 2 PHC 0 0 0 0 0 1 0 1 Burdwan Nabagram PHC O 0 0 2 0 0 1 0 1 Pandaveswar PHC 0 0 0 2 0 0 1 0 1 SC under 1 Purbosthali BPHC 0 0 0 0 0 1 0 1 SC under 1 Srikhanda BPHC 0 0 0 0 0 1 0 1 SC under 1 Krtugram BPHC 0 0 0 0 0 1 0 1 SC under 1 Mongalkote BPHC 0 0 0 0 0 1 0 1 Sub Total 0 0 0 27 0 3 11 3 11 Ballavpur RH 0 0 0 3 0 1 0 1 0 Bhatar RH 0 0 0 3 0 1 0 1 0 Singot RH 0 0 0 3 0 1 0 1 0 Burdwan Srimpur RH 0 0 0 3 0 1 0 1 0 Adrahati BPHC 0 0 0 3 0 1 0 1 0 Atghoria BPHC 0 0 0 3 0 1 0 1 0 Badla BPHC 0 0 0 3 0 1 0 1 0 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS
72. tals Medical Colleges as per the Consignee Distribution List iii Training on Medical Equipments at Hospitals Medical Colleges as per the Consignee Distribution List however with the prior approval of the consignee s training for more than one centre can be organized together at one location NOTE 1 The Consignee Receipt Certificate CRC will be issued to the Supplier within 72 hours of the delivery at the Consignee address 2 Liquidated Damages LD will be calculated separately on 1 delay in the delivery of the Goods to the consignees and 2 delay in installation training amp commissioning attributable to the supplier and not for reasons not attributable to the Supplier UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Consignee wise Distribution List Consignee List No 1 Schedules 1 to 9 Annexure MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M IS S Deocharai PHC 2 0 0 0 0 1 1 Jamaldaha PHC 2 0 0 0 0 0 1 0 1 Khetifulbari PHC 2 0 0 0 0 0 1 0 1 Cooch NI 2 Behar Kuchlibari PHC 0 0 0 0 0 1 0 1 Moradanga PHC 2 0 0 0 0 0 1 0 1 Pakhihaga PHC 2 0 0 0 0 0 1 0 1 Panaguri PHC 2 0 0 0 0 0 1 0 1 Sub Total 14 0 0 0 0 0 7 0 7 Haldibari RH
73. tents of Bidding Documents clause 7 1 under C Preparation of Bids clause 15 clause 20 1 and 21 2 d under D Submission and Opening of Bids clause 24 1 and clause 27 1 and under E Evaluation and Comparison of Bids clause 37 2 the following replacements are hereby made clarification of the Bidding Documents shall contact UNOPS in writing at procurementinoc unops org UNOPS will respond in writing to any request for clarification provided that For Read Clause Clarification of Bidding Documents Clarification of Bidding Documents 7 1 A prospective Bidder requiring any A prospective Bidder requiring any clarification of the Bidding Documents shall contact UNOPS in writing at procurementinocO unops org UNOPS will respond in writing to any request for clarification provided that such UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 For Read such request is received no later than two 2 days prior to the deadline for submission of bids UNOPS shall forward copies of its response to all those who have acquired the Bidding Documents directly from it including a description of the inquiry but without identifying its source request is received not later than 1730 hours on 16 December 2010 UNOPS shall forward copies of its response to all those who have acquired the Bidding Documents directly from it including a description of the inquiry but without identify
74. tibility with 89 366 EEC Certificate to be submitted 20 4 Should have onsite service facility The service provider should have the necessary equipments recommended by the manufacturer to carryout preventive maintenance test as per guidelines provide in the service maintenance manual 20 5 Warranty for 2 years and 3 10 years for CMC after warranty The prices for CMC shall be quoted at the time of tendering process The Prices of CMC shall be considered for the evaluation process 20 6 The prices for the calibration tools required for calibration amp spares must be submitted at the time of tender 21 Documentation 21 1 User Technical maintenance manuals to be supplied in English 21 2 List of installation base with their contact nos 21 3 Certificate of calibration and inspection from Parent company OEM supplier 21 4 List of equipments available for providing calibration and routine preventive Maintenance Support As per OEM documentation in service technical manual UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Y UNOPS 21 5 List of important spare parts and accessories with their part number and costing 21 6 Log book with instructions for daily weekly monthly and quarterly maintenance checklist The job description of the hospital technician and company service engineer should be clearly spelt out STANDARD REQUIREMENTS The following requirements with regard to inspection quality packing warranty maintenance
75. ting handle shall be fitted with suitable grips of UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Y UNOPS Material Conforming to Designation O4Cr18Ni10 thermally insulating material The metal parts under the grips shall be completely covered so as no to come in contact with the operator Methods of Sterilizers shall be capable of operation on the heat sources detailed in 8 2 to 8 4 as operation of selected by the purchaser and shall satisfy the requirements specified therein Stenier Electrically operated sterilizers shall have a single phase 3pin connection and the Electrical loading shall be large 1 5 kW Operation Na NG NAN An indicator lamp shall be provided on the sterilizer to indicate by glowing when the instrument is ON The entire electrical circuit shall be insulated from the sterilizer and the leakage current shall be not more than 210uA or 300uA when tested in accordance with IS 302 1979 It shall also be capable of withstanding a high voltage test of 1000V for one minute between any point of supply and earth Electrical The wires used shall be heat resistant and the wiring shall be neatly laid out The Operation minimum current carrying capacity of wire shall be 15A Heating Element Heating element shall conform to IS 4159 1983 It shall be of easily replaceable type and fitted with either built in ejector device or built in thermal cut out system The heating element shall
76. tion Pressure amp flow waveforms and loops Alarm message Calibration Silenced alarm Both audio amp visual e Low amp high pressure Compressor failure Failure of sensor s Tube obstructed Power failure Flow resistance up to 1 cm H20 L Sec Temperature range 31 40 degrees UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 9 Power 10 Spares with each ventilator amp Warranty period Temperature control 2 C Digital display of temperature range of display 5 80 C Water level indicator Warm up time less than 15 minutes Alarms Heater wire on Airway temp Tracking 2 C from set temp Chamber temp If chamber temp varies 4 C from set temp for 20 minutes or alarms immediately if set chamber is exceeded by 10 C Heater wire off Airway temp Fixed at 41 C high amp 29 5 C Low Chamber temp limited to 60 C max Should be compatible with both reusable amp disposable chambers and reusable amp disposable circuits 220 240 V 50 60 Hz Uninterrupted power supply for at least half hour Reusable circuit with Y piece heater wire temp probe adapter 5 each Bacterial filter 5 each Reusable humidifier chamber 5 each Sensor cable 5 each Oxygen cells 2 each Flow pressure sensor 20 each 2 years from date of installation Warranty for 2 year and 4 years for CMC after warranty The prices for CMC shall be quoted at the time of tendering process The Prices of CMC shall be considered for the evaluation proces
77. trol switch automatic water control device to ensure that the equipment does not run dry 6 It should have a micro processor based fault detection system for monitoring all functions of sterilizer during cycles giving necessary signals to alert operator 7 It should have an in built reservoir to store water reguired to produce steam 8 Power shut off upon completion of cycle 9 With 3 removable shelves 10 Double safety door locking device 11 Itshould incorporate all safety features possible including fault detection circuit continuous monitoring of chamber temperatures to prevent over heat conditions and over pressure 12 Audible and visual alert upon cycle interruption or completion 13 Unwrapped cycle time cold 30 min hot 20 min 14 Complete with 3 instruments trays 15 Power requirements 220 V 50 Hz single phase 16 Power consumption 3000 W 17 Device is produced by ISO 9001 certified manufacturer 18 Device is safety certified according CE 93 42 or FDA 510k or equivalent Supplied with 1 1 x set of 3 matching instrument baskets UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 Y UNOPS 2 1 x set of 3 matching sterilising drums 3 1 x roll of sterilisation indicator TST control spots 4 1 x box paper sheets crepe for sterilisation pack 5 1 x roll tape adhesive for sterilisation pack 6 4 gaskets 7 1 x spare set of fuses 8 User manual with trouble shooting guidance in English 9 Technical
78. tructions to accordance with Instructions to Bidders Clause 20 2 Bidders Clause 20 2 Clause Deadline for Submission of Bids Deadline for Submission of Bids 24 1 Bids must be received by UNOPS at Bids must be received by UNOPS at 11 Golf Links New Delhi 110003 11 Golf Links New Delhi 110003 and no later than 1600 Hrs IST and no later than 1600 Hrs IST on 18 December 2010 on 24 December 2010 Clause Bid Opening Bid Opening 27 1 UNOPS shall conduct the bid opening in public at the following address date and time UNOPS India Procurement Office 11 Golf Links 2 Floor Conference Room New Delhi 110003 India Date 18 December 2010 Time 1615 hrs Indian Standard Time UNOPS shall conduct the bid opening in public at the following address date and time UNOPS India Procurement Office 11 Golf Links 2 Floor Conference Room New Delhi 110003 India Date 24 December 2010 Time 1615 hrs Indian Standard Time Bids submitted at any other address shall be summarily rejected UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 For Read Bid comparison destination Comparison of Bids total DDP cost delivered to final will be made on the destination Comparison of Bids Bid comparison will be made on the total CPT cost delivered to final 4 In Section IV Schedule of Requirements under 1 List of Goods and Delivery Schedule the following are replaced i Li
79. ur BPHC 3 0 0 0 0 1 0 1 0 Tapan BPHC 3 O 0 0 0 1 0 1 0 Sub Total 18 0 0 0 0 6 0 6 0 Balurghat DH 5 0 0 0 0 0 0 0 0 Dak Gangarampur 4 Dinajpur SDH 0 0 0 0 0 0 0 0 Hili RH 3 0 0 0 0 1 0 1 0 Sub Total 12 0 0 0 0 1 0 1 0 Dak Dinajpur Total 34 0 0 0 0 7 2 7 2 Gorubathan BPHC 3 0 0 0 0 1 0 1 0 Mirik BPHC 3 0 0 0 0 1 0 1 0 Pedong BPHC 3 0 0 0 0 1 0 1 0 Batasi PHC 2 0 0 0 0 0 1 0 1 Gayabari PHC 2 0 0 0 0 0 1 0 1 Gitdubling PHC 2 0 0 0 0 0 1 0 1 5 Jaldhaka PHC 2 0 0 0 0 0 1 0 1 Darjeeling Lodhama PHC 2 0 0 0 0 0 1 0 1 Samthar PHC 2 0 0 0 0 0 1 0 1 Singringtom PHC 2 0 0 0 0 0 1 0 1 Sonada PHC 2 0 0 0 0 0 1 0 1 Soureni PHC 2 0 0 0 0 0 1 0 1 Takling PHC 2 0 0 0 0 0 1 0 1 Teesta PHC 2 0 0 0 0 0 1 0 1 Sub Total 81 0 0 0 0 3 11 3 11 Matigara BPHC 3 O O 0 0 1 0 1 0 Pasidewa BPHC 3 0 0 0 0 1 0 1 0 Rambi BPHC 3 0 0 0 0 1 0 1 0 uu Sukhia BPHC 3 0 0 0 0 1 0 1 0 Darjeeling Sukna BPHC 3 0 0 0 0 1 0 1 0 Takdah BPHC 3 0 0 0 0 1 0 1 0 Bagdogra PHC 2 0 0 0 0 0 1 0 1 Bidhan Nagar PHC 2 0 0 0 0 0 1 0 1 Sub Total 22 0 0 0 0 6 2 6 2 UNOPS IPO WBMSC EQUIP 04 2010 Amendment 1 UNOPS MCH Centers Institution wise No of Equipments to be distributed Sch 1 Sch2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 Sch 8 Sch 9 Name of Name of the EOA EOA District Institution DT DT DT DT DT DD SD IS M IS S

Download Pdf Manuals

image

Related Search

Related Contents

MORTIER CHAPE ALLÉGÉ 650  LEDATRONIC 3 Bedienungsanleitung  micro-aspirateur Auxiliar de micropipeteado  CD16-FITC  Guide to the MVI46-104S User Manual    Cables Direct B6ST-710Y networking cable  DOCOMATIC 600 DOCOMATIC 800 Manuale d`installazione originale  Nr. 10000396711PDF, 20 Seiten, 918 KB  

Copyright © All rights reserved.
Failed to retrieve file