Home

E-Bid for the Annual Rate Contract for Procurement of Machinery

image

Contents

1. Self attested photocopy of IEC certificate and permission authorisation or sale from the foreign principal manufacturer authorization letter of principal company GCC 2 6 iv principal manufacture GCC 2 6 V Copy Of Central Excise Registration GCC 2 6 iii if applicable Affidavit on non judicial stamp paper of Rs 10 GCC 2 6 Annexure 1 IX BIS License with schedule for ISI marked products quoted GCC 2 6 v Self attested photocopy of ISO amp BIS certificate for quoted Items as mentioned in bid GCC 2 6 vi amp vii Average Annual turnover statement for past 3 years certified by chartered accountant GCC 2 6 viii amp ix Annexure V Latest Sales Tax clearance certificate affidavit up to dated 31 03 15 GCC 2 6 x supported by balance sheets Specify point of supply with full Address GCC 2 6 xi Full Address Statement of installed manufacturing capacity certificate regarding quoted model is of latest technology certificate regarding rate reasonability undertaking for availability of spare parts amp E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 consumables undertaking of non debarring GCC 2 6 xii Annexure XIV on Non Judicial stamp paper of 200 Statement of plant amp machinery etc Annexure VII GCC 2 6 xiv Original bid GCC amp SCC Section VI A amp VI B or A III uploaded on e portal Statement of pas
2. 7 3 Local and or international Manufacturer should be ISO 13485 certified 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance Supplier to perform installation safety and operation checks before handover 8 2 Requirements for sign off Certificate of Calibration and inspection from the factory 8 3 Training of staff medical paramedical technicians Training of users in operation and basic maintenance shall be provided MC0005 Nebulising systems 1 USE 1 1 Clinical purpose Designed to generate warmed aerosolized medication fluids finely dispersed airborne droplets in a liquid phase intended to be inhaled by a patient with a respiratory disorder 1 2 Used by clinical department ward AllAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Medicine cup capacity of minimum 5 ml 2 2 Settings Manual 2 3 User s interface Manual 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Should be compact 3 2 Weight lbs kg lt 2kg 3 3 Noise in dBA heat dissipation lt 60dBA 3 4 Mobility portability Yes E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 Power Requirements 220 V AC 10 50Hz power supply Battery op
3. Control Panel KV Increase amp Decrease Switches mAs Increase amp Decrease Switches Machine ON OFF Switch Collimator Lamp CONOSwitch Stand by amp Exposure Switch Self diagnostic Programme with indicators for Earth fault Error KV Error Filament Error Tube head Thermal Error Stand by Ready amp X Ray On Indicator Incoming Voltage Indicator There should be provision for the machine to work from 190Volts Input supply to 250V input supply Anatomical Programming Radiography i e APR should be provided in which KV and mAs are automatically selected depending upon the physique of the patient and part of the body to be X Rayed Anatomical Programming up to 200 programmers or more There should be a provision that the control should get off if no key is pressed for 10Min A Hand Switch with Dual action for exposure Release with Retractable Cord is provided for Radiation Protection to the Operator There should be cordless remote for exposure along with corded exposure switch 2 2 User interface Manual 2 3 Software and or standard of communication where ever required 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA Noise free system 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat VVVVVV should be disbursed through a cooling mechanism 3 6 Mobility portability mobile 4
4. Memory for 1000 results incl histograms Program Built in QC program for 3 levels control Barcode reader and external option External keyboard Automatic sample dilution Automated start up and shutdown Auto probe wipe and external option System must have throughput of atleast 60 samples per hour Linearity of 18 parameters Hematocrit platelet WBC RBC Hb min 2 2 User s interface Touch screen 2 3 Software and or standard of communication wherever required USB printer interface HL7 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric N A 3 2 Weight lbs kg N A 3 3 Noise in dBA N A 3 4 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 5 Mobility portability Stationary laboratory Installation VVVVVVVVVVV VV 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements 230 110 VAC 50 60 HZ 60 VA 10 4 2 Battery operated No 4 3 Protection N A 4 4 Power consumption Less than 100 VA 5 ACCESSORIE S SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system gt 2D Barcode Scanner gt Reagents All the reagents required for 1000 tests should be supplied with the equipment along with one set of tri level control gt Closed System rate to be declared for cost test gt Online UPS
5. gt Safety and operation check before handover 8 2 Requirements for sign off Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented Semi 1 GENERAL USE automated 1 1 Clinical purpose The enzyme linked immunosorbent assay ELISA is a test that ELISA reader uses antibodies and color change to identify a substance ELISA is a popular format of fwet labd type analytic biochemistry assay that uses a solid phase enzyme immunoassay EIA to detect the presence of a substance usually an E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 antigen in a liquid sample or wet sample ELISA evaluates either the presence of antigen or the presence of antibody in a sample it is a useful tool for determining serum antibody concentrations 1 2 Used by clinical department ward Analytical Laboratories TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Washer The device should be fully automated and easy to operate with 8 and 12 channel manifold It should be capable to wash flat round and V bottom plates and strips It should have large display along with more than 40 50 program storage facility System should have calibration facility System should have warning alarm f
6. Only those spare parts and tools which are specified on an item wise basis in the list of goods and related services Section V schedule of supply shall be taken in account in bid evaluation Supplier recommended spare parts for specified operating requirement shall not be considered in bid evaluation The list of spare consumables chemicals and reagents likely to be required during operation of equipment shall be indicated in comprehensive maintenance contract CMC format The unit prices of these items may be examined for evaluation of bid by the technical committee Performance and productivity of goods The performance and productivity of the equipments shall be as per the reference value or norms specified in technical specification of an item and corresponding value guaranteed by the bidder in its bid Price preference The price preference applicable for SSI units of J amp K State only shall be given in evaluation of bids and award of contract as per J amp K Industrial Policy 2004 and amendment made thereof from time to time VAT or CST as applicable should be mentioned clearly and separately If an item quoted in the bid does not attract excise duty at the time of bidding and excise duty is levied by the union government State Govt Subsequently the bidder shall be entitled to such excise duty paid on production of invoices drawn as per central excise rules 4 4 C Form shall be issued by JKMSCL for
7. and pediatric size PVC tubing for nebulizer two pair extra cable cord 5 2 Consumables reagents open closed system aerosol medicinal solutions 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues gt The unit should be cleanable with alcohol and or other chemical agents 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary FDA US CE EU and BIS ISO 13485 2003 ISO 27427 2013 IEC 60601 1 8 TRAI NING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Supplier to perform installation safety and operation checks before handover 8 2 Requirements for sign off Certificate of calibration and inspection from the factory 8 3 Training of staff medical paramedical technicians gt Training of users in operation and basic maintenance shall be provided MC0049 Emergency suction systems 1 USE 1 1 Clinical purpose To aspirate fluids secretions or other foreign materials from a patient s airway by means of suction TECHNICAL 2 TECH NICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type o
8. phase 4 2 Battery operated No 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 5 ACCESSORIES SPARE PARTS CONSUMABLES E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system Machine should be supplied with following transducers gt Broad band convex array transducer with multi frequency range of 2 to 5 MHz or wider range 1 No gt Broad band transvaginal transrectal probe with multi frequency range between 5 to 8 MHz or wider range 1 No gt Linear probe Transducer 5 to 12 MHz or more The system should have following documentation devices i Laser color printer for color image printing ii B W Thermal printer of latest model iii Glazed thermal paper rolls 50 no amp 5 rim of Glossy paper sheet iv Online Ups for power back up of minimum 30 minutes v 50 nos of CDs to be supplied BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 5 to 50 deg C and relative humidity of 15 to 80 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Di
9. specific to the device type Local and or international gt Shall meet internationally recognized IEC 60601 1 1 standard General Requirements gt Shall meet internationally recognized IEC 60601 2 2 standard Medical electrical equipment Part 2 2 Particular requirements for the basic safety and essential performance of high frequency surgical equipment and high frequency surgical accessories Shall meet internationally recognized IEC 60601 1 6 standard MEDICAL ELECTRICAL EQUIPMENT PART 1 6 GENERAL REQUIREMENTS FOR SAFETY COLLATERAL STANDARD USABILITY Shall meet internationally recognized IEC 60601 1 8 standard MEDICAL ELECTRICAL EQUIPMENT PART 1 GENERAL REQUIREMENTS FOR SAFETY COLLATERAL STANDARD GENERAL REQUIREMENTS TESTS AND GUIDANCE FOR ALARM SYSTEMS IN E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 MEDICAL ELECTRICAL EQUIPMENT AND MEDICAL ELECTRICAL SYSTEMS Shall meet internationally recognised IEC 60601 1 2 standard MEDICAL ELECTRICAL EQUIPMENT PART 1 GENERAL REQUIREMENTS FOR SAFETY 2 COLLATERAL STANDARD ELECTROMAGNETIC COMPATIBILITY REQUIREMENTS AND TESTS gt Shall meet internationally recognised IEC 62304 standard Medical device software Software life cycle processes 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values qu
10. 03 days prior to submission of online bids The catalogues brochures pertaining to the equipment information should be signed by the autherised signatory of the manufacturer 4 No minimum quanitity is guaranteed and the bidder shall not claim or compensation from the Jammu amp Kashmir Medical Supplies Corporation Ltd 4 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 DISCLAIMER The information contained in this bid document for proposed procurement or subsequently provided to the Bidder s in documentary or any other form by or on behalf of the Jammu and Kashmir Medical Supplies Corporation Itd procuring entity or any of its employees or advisors is provided to bidder s on the terms and conditions set out in this bid and such other terms and conditions subject to which such information is provided to th bidder Whilst the information in this bid has been prepared in good faith and contains general information in respect of the proposed procurement the bid is not and does not purport to contain all the information which the bidder an require Jammu and Kashmir Medical Supplies Corporation Ltd does not accept any liability or responsibility for the accuracy reasonableness or completeness of or for any errors omissions or misstatements negligent or otherwise relating to the proposed procurement or makes any representation or warranty express or implied with respect to the information contained in this bid
11. 4 1 Power Requirements Input voltage single 3 phase 4 2 Battery operated No 4 3 Tolerance to variations shutdowns NA 4 4 Pressure gauge NA 4 5 Operating pressure NA 4 6 Sterilizing pressure NA 4 7 Protection Should have over charging cut off with visual symbol 4 8 Power consumption Less than 2 W 5 ACCESSORIES SPARE PART S CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system Should provide with wooden storage box dust cover immersion oil NG PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENT AL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt S
12. 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover 8 2 Requirements for sign off Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented 16 MC0016 300 mA HF X Ray machine 1 USE 1 1 Clinical purpose Radiography of the bones and fractures and other arthropathies E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 X Ray Chest for the supportive diagnosis of the Pulmonary Tuberculosis X Ray Pelvis KUB for renal disorders and stones Sinusitis Fractures of the Skull Cardiac diseases and cardiac enlargement Silicosis and other respiratory conditions like Pleual effusion hydrothorax Pneumothorax Peritonitis by X Ray abdomen TECHNICAL 2 TECHNICAL CHARACTERI STICS 2 1 Technical characteristics specific to this type of device High Frequency X Ray machine suitable for general Radiography X Ray Generator gt High Frequency X Ray generator having Frequency of 40 KHz more suitable for Radiography should be provided Power output of generator should be 25 KW or more Radiography KV range should be 40 to 110 KV or more mA range Rad 300mA or more AExposure time Rad 1 ms to 2 sec with maximum nu
13. Electricity UPS Solar Gas Water CO2 4 1 Power Requirements AA batteries 4 2 Battery operated AA battery type Minimum Battery Time of 300 minutes 4 3 Tolerance to variations shutdowns 10 of input AC 4 4 Protection Electrical protection by resettable over current breakers or replaceable fuses fitted in both live and neutral lines 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Doppler probe battery charger 5 2 Consumables reagents open closed system AA battery 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 User s care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable and sterilizable using both alcohol and chlorine agents STANDARDS AND SAFETY Certificates pre market sanitary FDA or CE or UL approved product Type B or BF Performance and safety standards specific to the device type Shall meet IEC 60601 1 2 2007 Medical electrical equipment Part 1 2 General requirements for basic safety and essential performance Collateral standard Electromagnetic compatibility Requirements and tests Or Equivalent BIS
14. Focus AEC APR mode Diagnostic Interlocks of the equipment Filter Selected Large format LCD display on the stand Compression force in Kg Compressed breast thickness Gantry angle gt Following Switches and indicators should be provided Focal Spot Selection Switch Machine ON OFF Switch Ready and X Ray Switch AEC APR selection switch Film density and Film screen selection switch Ready and x ray exposure indicator Vv Vv VVV V VV WV gt Breast Release mechanism in case of power failure Push to OFF type emergency switches should be available on both sides of gantry to release breast in case of power failure This mechanism should operate from a battery inside the equipment gt Below Safety features should be provided Microcontroller based embedded platform to ensure accurate delivery of exposure parameters Automatic compression locking after maximum compression of compression paddle Earthing interlock is provided in the machine for safety of user and machine Without proper earthing machine would show error Fast Compression release mechanism in case if patient is uncomfortable with compression Automatic breast release after x ray exposure is completed STAND ASSEMBLY A compact Stand having Iso Centric movement on which C Arm containing X Ray Tube amp Bucky Assembly is mounted should be provided Vertical Movement Motor operated should be 650mm or more Motorized
15. Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates premarket sanitary Performance and safety standards specific to the device type Local and or international gt Should be US FDA EU CE approved product 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for signoff NA 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0034 Focus Lamp Ordinary For Examination 1 USE 1 1 Clinical purpose Widely used in examination and operation lighting in surgical dept ENT dept dept of stomatology orthopaedic dept dept of ophthalmology dept of dermatology and OPD Facial features section operation illumination flow examination gynaecology examination etc Perfect for specialties that require very focused light in specific areas like OB GYN etc 1 2 Used by clinical department ward Operation theatre TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical chara
16. The bidder shall furnish the following documents at the time of execution of agreement i Attested copy of partnership deed in case of partnership firms Gi Registration number and year of registration in case partnership firm is registered with registrar of firms Address of residence and office telephone numbers in case of sole proprietorship with i Registration issued by registrar of companies under Registrar of companies Act 1956 in case of company ii Comprehensive maintenance agreement if applicable In case of breach of any terms and conditions of the contract or on unsatisfactory performance the amount of performance security shall be liable to forfeiture by JKMSCL J amp K and decision of Managing Director JKMSCL J amp K shall be final The 25 of total deposited performance security amount shall be retained as Performance Security against the security of Comprehensive Maintenance Contract CMC If there is any default in comprehensive maintenance service the corporation may forfeit the performance security as described under different clauses or any other recovery from this Performance Security The rate contract can be repudiate rejected at any time by the Managing Director JKMSCL J amp K if the supplies are not made to his satisfaction after giving an opportunity to the bidder of being heard and after reasons for repudiation being recorded by him in writing However Managing Director JKMSCL J amp K may
17. amp EQUIPEMNT 2015 2016 4 5 Power consumption Should run with other life saving equipments running parallelly in the NICU PICU 4 6 Other energy supplies Mains power cable to be at least 3m length 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional 2 Two sets of electrodes 5 2 Spare parts main ones Two sets of spare fuses if non resettable fuses used 5 3 Consumables reagents open closed system 5 tubes box of elefix EEG paste BIDDING PROCUREMENT TERMS DONATI ON REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international Should be CE EU FDA US approved product Manufacturer supplier should have ISO 13485 cert
18. by the supplier and the corporation shall not be required to pay any such charges if incurred The firm shall be responsible for the proper packing so as to avoid damages under normal conditions of transport by sea rail road or air and delivery of material in good condition to the procurement officer amp store In the event of any loss damage breakage or leakage or any shortage the firm shall be liable to make good such loss and shortage found at destination after the checking inspection of material by the consignee No extra cost on such account shall be admissible The firm may keep its agent to verify any damage or loss discovered at the consignee store if it so likes Packing cases containers and other allied material if any shall be supplied free except where otherwise specified by the firm s and agreed by the corporation and the same shall not be returned to him Packing specifications Schedule for packing General specifications 1 All items should be packed only in first hand boxes only 2 Flute The boxes should be of narrow flute 3 Joint Every box should be preferably single joint and not more than two joints 4 Stitching Every box should be stitched using pairs of metal pins with an interval of two inches between each pair The boxes should be stitched and not joined using calico at the corners Flap The flaps should uniformly meet but should not overlap each other The flap when turned by 45 60
19. circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates premarket sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS and ISO 13485 approved product gt Electrical safety conforms to the standards for electrical safety IEC 60601 1General requirements or equivalent BIS Standard gt Shall meet internationally recognised for Electromagnetic Compatibility EMC and Electromagnetic Interference EMI for electromedical equipment IEC 60601 1 2 gt Certified to be compliant with IEC 60601 2 4 for usability 7 2 Local and or international Manufacturer supplier should have ISO certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover 8 2 Requirements for signoff gt Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical tec
20. gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0039 Ophthalmo scope 1 USE 1 1 Clinical purpose Direct ophthalmoscope is a hand held and battery powered device containing illumination and viewing optics to examine the cornea aqueous lens vitreous and the retina of the eye 1 2 Used by clinical department ward NICU amp PICUHNICAL 2 TECH NICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt Should have on off button for illumination and battery operated gt Should have rotating knob to control the intensity of the ophthalmoscope and should be used with filters that eliminate UV radiation lt 400nm and whenever possible filters that eliminate shortwave length blue light lt 420nm gt Should have the range of 20 to 20 in single dioptre steps to ensure easy examination of all ocular structures gt Should have apertures shape Large spot small spot slit central net and red free 2 2 User s interface Manual 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Max 50mm x 50mm x 250mm 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat dissipation NA 3 6 Mobility portability Handheld device 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements NA 4 2 Bat
21. machinery requiring installation and commissioning the place may be any other station or as directed by Jammu and Kashmir Medical Supplies Corporation Limited J amp K and the rates must be quoted accordingly No cartage or transportation charges shall be payable The net rate must be inclusive of all charges by way of packing forwarding incidental or transit charges including transit insurance and any other levies or duties etc on the subject matter of procurement Excise duty or surcharge prevailing on the date of submission of bid rate must be included in the net rate and should also be shown separately in the Financial Bid In the event of any subsequent variation increase or decrease in the rate of excise duty VAT or CST by the government state or central the same will be admissible accordingly If the rates of item quoted are found same from two for more bidders then the bidders shall be asked to submit revised financial bid containing reduced rates within given time by Managing Director Jammu and Kashmir Medical Supplies Corporation Limited J amp K The rates must be written both in words and figures In case of discrepancy between the prices quoted in words and in figures lower of the two shall be considered There should not be errors or overwriting and corrections if any should be made clearly and initialled with dates Element of the VAT or central sales tax should be mentioned separately The bidder will exercise
22. other sources and the extra cost incurred shall be recovered from the supplier ma E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 SUBMISSION OF CONTRACT COMPLETION REPORT A consolidated statement Annexure X shall be submitted to General Manager EPM by the 10 of each month Every time the statement should contain details of all orders placed under the contract Firms shall have to submit consolidated statement Annexure X in duplicate at the end of rate contract as well as after expiry of equipment instrument guarantee period as provided in guarantee clause of the contract to enable the corporation to examine the case for refund of performance security The consignee shall intimate the contract supplier about the defect s at once in such a manner so as to reach the office of the firm immediately and before completion of guarantee period It shall be the responsibility of the consignee to get the complaint of guarantee period It shall be the responsibility of the consignee to get the complaint of defective equipment of defective performance registered immediately with the office of JKMSCL PACKING amp INSURANCE The good shall be delivered at the destination in perfect condition The firm if so desires may insure valuable goods against loss by theft destruction or damages by fire flood under exposure to weather of otherwise in any situation The insurance charges will have to be borne
23. spare parts Replaceable skin sets 25 Lubricant to be provided if the type of mannequin requires it for effective functioning 5 2 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable with mild soap and water without bringing deteriorities in the mannequin 7 STANDARDS AND SAFETY E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 7 1 Certifications BS EN ISO IEC 17050 1 2010 Conformity assessment Supplierds declaration of conformity EMC Directive 2004 108 EC 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Demonstration to user while delivering the product 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of work order Training of users in handling and basic maintenance shall be provided MC0067 Uterine Model Cavity Simulator 1 USE 1 1 Clinical purpose Based on real anatomy of female genitalia this model is designed and used for demonst
24. 0 20 cm of water Trigger sensitivity Pressure The associated cylinder to be supplied along with the machines should be such that it could be locally filled Oxygen Cylinder connector to be supplied along with the machines should be compatible with ventilator gt Audio and visual alarm for disconnection and high pressure gt The device should be capable of operation in various environments such as E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Emergency Ambulance Aircraft Hospital and MRI gt The device should be MRI conditioned up to 3 Tesla 430 G cm 2 3 User s interface Automatic 2 4 Software and or standard of communication where ever required inbuilt 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg lt 8kgs 3 3 Configuration NA 3 4 Noise in dBA heat dissipation Should have audio visual alarm for disconnection and high pressure 3 5 Mobility portability Yes 4 E NER GY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements 220 to 240V 50 Hz electricity and battery driven should be compatible with ambulance power supply system with other life saving equipments running parallel in the ambulance 4 2 Battery operated with atleast 6 hours battery backup 4 3 Tolerance to variations shutdowns 10 of input 4 4 Protection OVP earth leakage protection 4 5 Power consumption lt 140Watt 5 ACCESSORIES SPARE PARTS
25. 10 50 Hz 4 2 Battery operated Yes 4 3 Tolerance to variations shutdowns Voltage corrector SMPS stabilizer to allow operation at 10 of rated voltage Electrical protection by resettable over current breakers or replaceable fuses fitted in both live and neutral lines 4 4 Protection Resettable over current mains fuse to be incorporated 4 5 Power consumption NA 4 6 Other energy supplies Power cable to be at least 3mtr in length 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Hard and splash proof case to be supplied 5 2 Spare parts main ones Two sets of spare replaceable fuses reagents and capillary tubes sufficient for 100 tests 5 3 Consumables reagents open closed system gt Cartridges combination of various tests gt External source of gas if applicable 5 4 Others 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues gt The case is to be cleanable with alcohol or chlorine wipes 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Per
26. 10 mW cm2 between 10 to 30 minutes Bed should be about 80 100 cms from the Floor and 80 90cms from the heat source Should have lockable castor wheels Green indicator light shall be provided to indicate that warmer is ready for normal use Markings on the bassinet and X Ray cassette holder is mandatory to enable proper positioning of the baby while doing the X Ray The size of the drop down sides should be such that it is 5 above the mattress surface and should be atleast 6mm thick clear and transparent If there is more than 60 heater output for 10 minutes it should cutoff with alarm For the purpose of cable management there should be at least two number of tubing ports edges covered by silicon rings on the side walls The height of the side walls should be minimum 110mm over the mattress X Ray cassette tray should be at least 750X350mm and should adopt up to 20mm thick X Ray cassette The bay bed should be crevice free for ease of cleaning infection control The mattress used should be of biocompatible material Thermistor based skin temperature probe should be small in size not more than 10mm diameter and 3 4mm thick to fix the probe firmly on the infant Baby contact material should be biocompatible as per ISO 10993 standard requirement It should be insulated on one side and have well conducting non rusting non reacting metallic surface on the other side Probe wire should be pliable thin and soft The attachment site of the pro
27. 1K x1K Medical Grade gt The acquisition should be made at 14 bits MEMORY SYSTEM PC based memory system with the following features should be provided gt Image processing software with Real time image capturing storage and display in 1kX1k format gt Boosted Fluoroscopy CINE up to 30 FPS with real time recording on Hard Disk Drive gt More than 1000 image storage capacity in 1kKX1K format gt Dicom 3 0 Ready gt Dicom CD DVD 2 1 Technical characteristics specific to this type of device Connectivity with PACS and HIS Length and angle Measurements with Annotation Pre Programming for Image setting for different operating Modes Image Flipping and Image rotation WW WL adjustments Recursive Filters for image smoothening Programmable Motion Detection facility Gamma Curve adjustments for optimum image quality Image Zoom with Pan Image Inversion MONITORS 02Nos Medical Grade Monochrome high brightness High contrast 196 LCD Monitors should be provided High end monitor trolley with foldable monitors actuator assisted height adjustable movement of monitors to facilitate viewing of images at most convenient eye level position specially designed integrated keyboard having feather touch keys and touch pad should be provided instead of double unit keyboard and mouse SOwheels for better mobility 2 2 User s interface manual 2 3 Software and or standard of communication where ever required In built 3 PHYSICAL C
28. 2 Used by clinical department ward Operation theatre TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Single dome minor dome Intensity Control continuous 1 00 000 Lux Height Adjustment 600mm Action Radius 1850mm Possible Movements Radial Angular amp Axial Colour Temperature 4500 and above LED technology minimum 40 000 hours lamp life Intensity brightness contrast and power switch to be made available on handle wall check Focal distance d1 d2 0 8 to 1 2 m Temperature rise on the keep of surgeries to be less than 10 CR approx 95 or more 360 rotation for both arms YYYY VVVVVVV VV E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 2 2 User amp interface Manual 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Portable 4 ENER GY SOURCE electricity UP S solar gas water CO 2 4 1 Power Requirements Recharging unit Input voltage 220V 240V AC 50Hz 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection Should have over charging cut off with visual symbol 4 5 Power consum
29. 200 x 275 x 150 W x D x H mm for base unit Weight Ibs kg Not available Configuration Not available Noise in dBA Not available Heat dissipation Not available Mobility portability Portable Energy source electricity UPS solar gas water COb Power Requirements 100 240 V AC 50 60 Hz Battery operated Option of battery backup or alternate power as contingency to cope up power failure in Vehicle Tolerance to variations shutdowns Not available Protection Not available Power consumption Approx 170 W standby 20 Watt Other energy supplies Not available Accessories spare parts consumables Accessories amp spare parts Complete with comprehensive set of spare parts The make rating model description specifications price quantity of each item shall be furnished separately Environmental and departmental considerations Atmosphere Ambiance Air conditioning humidity dust The unit shall be capable fo operating continuously in ambient temperature of 5 to 45 C and relative humidity RH of 5 to 95 Additional Requirements All equipments should specify Design qualifications installation qualifications operational qualifications and performance qualifications validation and calibration reports should have traceability towards applicable national international standards Performance E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 efficiency other facto
30. 2006 IEC 60601 1 SER Ed 1 0 2011 IEC TRF 60601 1 8 Ed4 0 2010 IEC 60601 2 24 Particular requirements for the safety of infusion pumps and controllers ISO 13485 TRAINING AND INSTALLATION Pre installation requirements nature values quality tolerance Supplier to perform installation safety and operation checks before handover Requirements for sign off As per requirement Training of staff medical paramedical technicians Training of users in operation and basic maintenance shall be provided 3 Automated 3 part Differential Heamotology Analyzer USE Clinical purpose Automated differential blood count Automated hematology instruments using multiple parameters and methods such as impedance are used to count and identify the 3 major white blood cell types in blood so called 3 part differential count lymphocytes monocytes mixed population and ranulocytes neutrophiles 1 2 Used by clinical department ward Clinical and Analytical LaboratoriesNICAL 2 TECHNI CAL CHARACTERISTICS E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 2 1 Technical characteristics specific to this type of device gt 18 parameters WBC TC RBC Hb hematocrit MCV MCH MCHc RDWSD RDW CV PLT MPV Pt Crit PDW PLCR optional with 3 part WBC differential Maximum sample volume required 50 l Screen Colour touch screen Printer Built in printer and external printer option
31. 3 6 Mobility portability Yes 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO 2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp spare parts 2 bladder tanks 6 urethra valves 5 2 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Complete unit to be easily washable with mild soap and water without bringing deterioration to the mannequin 7 STANDARDS AND SAFETY 7 1 Certifications BS EN ISO IEC 17050 1 2010 Conformity assessment Supplierds declaration of conformity gt EMC Directive 2004 108 EC 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off NA 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of work order Training of users in handling and basic maintenance shall be provided Item No 70 Intra
32. 40 to 150KV in 1KV step mA output 800 mA mAs range should be 1 to 600mAs or more It should have solid state automatic exposure control device TUBE A Dual focus Rotating anode X ray tube Large Anode Heat storage capacity for high patient throughput 250KHU or more Multi leaf collimator having halogen lamp bright light source and auto shut provision of the light HV Cable 1 Pair of 12 meter HV cable gt Fully Integrated x ray generator console control gt System should be fully integrated All the exposure factors should be controlled from the image acquisition computer and exposure parameters information should be attached to acquired image in DICOM format System should have unlimited Anatomical Programs APR Anatomical Programs should be flexible and should be editable by user according to his her convenience Exposure interlocks and self diagnostic messages should be available on Image acquisitions computer for easy troubleshooting of the system Stand gt 3D Ceiling Suspended tube stand should be a new generation stand providing the user three dimensional movements of the tube head covering a huge area Noiseless and swift up down movement of the tube head should be provided Stand should have Auto tracking facility with table amp vertical bucky stand Stand should have motorized Longitudinal Transverse and vertical movement with automatic stop It should have Tube Head Rotation along its axis Movements of stand should
33. 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Demonstration to user while delivering the product 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of work order Training of users in handling and basic maintenance shall be provided MC0062 Adult Training ARM KIT Infusion injecti on training model 1 USE 1 1 Clinical purpose It is ideal for practicing intravenous injections correct puncture of peripheral veins for blood sampling Puncturing of arm veins Positioning of a butterfly cannula 1 2 Used by Clinical Department Skill lab TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt The material of mannequin should be of polyvinyl or silicone rubber free from any hazardous materials gt The texture of the mannequin should be close to the feel of the baby adult skin as relevant The Internal parts of the mannequin must be realistically sculpted anatomically accurate and feel must be smooth resilient bony as relevant and suitable for simulation Adult IV training Arm should have full adult arm with clenched open fist Adult IV arm should be suitable for practicing IV injections Adult IV training arm should have prominent venous network Adult IV training arm should have anatomically located venous grooves fitted with soft tubes closely simulating consistency of human
34. Approved Rate Per Unit specification Make Unit QO 2 3 4 5 Managing Director Jammu and Kashmir Medical Supplies Corporation Limited Signature of Approved Supplier with Seal E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Annexure AIV TO BE SUBMITTED ON 100 NON JUDICIAL STAMP Affidavit under price fall clause of Contract Manager Partner Prop take oath and state as under 1 That I am of the said Firm Company supplier and well conversant with the matter related to the Contract No was awarded to our company firm 2 That the price of said item s has neither been quoted or reduced in any other tender nor had supplied the same item to any one at a price lower than the Contract price anywhere in the state of J amp K at any time during the currency of the Contract Deponent 3 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Annexure AV On bankG letter head FORM OF BANK GURANTEE To Managing Director Jammu and Kashmir Medical Supplies Corporation Itd Jammu Whereas the Managing Director Jammu and Kashmir Medical Supplies Corporation ltd hereinafter called the procuring entity JKMSCLO having entered into an agreement No with M s hereinafter called the approved supplier for Name of item here in after called fthe said agreementO under which the Supplier s M s have applied to furnish Bank guarantee B G to make up
35. COMPREHENSIVE MAINTENANCE CONTRACT CMC GRIEVANCE REDRESSAL DURING PROCUREMENT PROCESS COMPLIANCE WITH THE CODE OF INTEGRITY AND NO CONFLICT OF INTEREST DISPUTE SETTLEMENT MECHANISM OTHER CLAUSES JURISDICTION S elolrfalmfA Ye y e Nj w A n za o0 w gt NIN NT N 05 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 SECTION VI A GENERAL CONDITIONS OF CONTRACT GCC Bidder should read these terms amp conditions carefully and comply strictly while submitting their bids If a bidde has any doubt regarding the terms amp conditions and specifications mentioned in the bid notice catalogue he should refer these to the Jammu and Kashmir Medical Supplies Corporation J amp K before submitting bids and obtaing clarifications The decision of the Managing Director Jammu and Kashmir Medical Supplies Corporation J amp K shall be final and binding on the bidder The clauses of terms amp conditions are as follows Clause No Description 1 Definitions The following words and expressions shall have the meanings hereby assigned to them Act Rules means Acts amp rules prevailing in J amp K State in terms of procurement Completion Means the fulfilment of the supplies and Related Services by the supplier in accordance with the terms and condition
36. CONSUMABLES 5 1 Accessories amp Spares full face mask 4 reusable breathing circuit of silicone material 2 for pediatiric and 2 for neonates carry bag ventilator connecting tubes 5 3 Consumables reagents open closed system battery leakage adapter 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 gt Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues gt The unit should be cleanable with alcohol and or other chemical agents 7 STANDARDS AND SAFETY 7 1 Certifications FDA US CE EU and BIS ISO 13485 2003 IEC 60601 1 2 ISO 15001 2010 Anestheric amp respiratory equipment compatibility with oxygen Certificate of approval for transport ventilator 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance electrical sockets Oxygen supply 8 2 Requirements for sign off Supplier to perform installation safety and operation checks before handover gt Local clinical staff to affirm completion of installation 8 3 Training of staff medical paramedical technicians Training of users in operation and basic maintenance shall be provided Advanced maintenance tasks required shall
37. Capacity 240 ml Digital Timer range 0 to 59 minutes Auto Lid interlock to prevent opening while running centrifuge with emergency lidlock release Motor imbalance detector feature desirable Microprocessor with digital display Dynamic break for quick declaration Stainless steel Chamber easy to clean Hinges to prevent door falling Rotor Sizes 16 x 15ml Rotors should be autoclavable 2 2 User amp interface Manual 2 3 Software and or standard of communication where ever required NA VVVVVVV VVVVV 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Capacity 120 ml or above 3 4 Noise in dBA NA 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Portable 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements 220 240 V 50Hz 4 2 Battery operated No 4 3 Protection NA 4 4 Power consumption 400 to 500 Watts 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system Rubber adapter should be provider for the use of vacutainer for 3ml and 5ml BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENT AL AND DEP ARTMENT AL CON SIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Cap
38. E gt JAMMU AND KASHMIR MEDICAL SUPPLIES CORPORATION LTD JKMSCL Public Sector Undertaking of the Government of Jammu and Kashmir Jammu Office Plot No 9 Transport Nagar Narwal J amp K 180006 Tele 0191 2490001 Telefax 0191 2490902 Srinagar Office 121 Green Avenue Hyderpora J amp K 190014 Telefax 0194 2432008 email enquiryjkmscl gmail com website www jkmscl nic in JIKMSCL E BID FOR THE PROCUMENT OF MACHINERY AND EQUIPMENTS REFERENCE NO NIT JKMSCL MACHINERY 2015 106 DATED 23 11 2015 LAST DATE OF SUBMISSION OF ONLINE BIDS 05 01 2016 Tuesday upto 1600 hrs E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Bidding Document for Purchase of Machinery amp Equipments Procurement of Goods Single Stage Two Bids Table of Contents Section Description NIL Bid Submission Letter Abridged form of notice inviting bid for publication in the Newspapers Notice Inviting Bid for uploading on websites Instructions to Bidders Bid Data Sheet Evaluation and Qualification Criteria Bidding Forms BF Schedule of Supply General Conditions of Contract GCC Special Conditions of Contract SCC Contract Forms CF E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 To be submitted on letter head of Firm Bid Submission Letter Declaration Form Cum Check List Subject Regarding Bid submission for NIT
39. EEG Disc Electrode 2 2 User amp interface Manual 2 3 Software and or standard of communication where ever required gt Convenient and quick USB interface gt Should have an efficient data base management including Hospital details Reference doctors list standard comments for summary report etc gt Should have the facility to edit and print summary report EEG page and Brain map page gt Inbuilt software 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Portable 3 2 Weight lbs kg Portable 3 3 Configuration 3 4 Noise in dBA NA 3 5 Heat dissipation NA 3 6 Mobility portability Supplied in protective case for clean storage and safe transport 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Power Requirements Input voltage 220 VAC 10 50Hz 4 2 Battery operated Battery powered silenceable alarm for power failure gt Battery charger to be integral to mains power supply and to charge battery during mains power operation of unit gt Internal replaceable rechargeable battery allows operation for at least one hour in the event of power failure 4 3 Tolerance to variations shutdowns gt Voltage corrector stabilizer to allow operation at 10 of local rated voltage Use of SMPS to correct voltage 4 4 Protection Electrical protection resettable over current breakers or replaceable fuses fitted in both live and neutral lines E BID FOR THE PROCUREMNT OF MACHINERY
40. EMC IEC 60601 1 2 Medical Electrical Equipment Part 1 2 General Requirements for Basic Safety and Essential Performance Collateral Standard Electromagnetic Compatibility Requirements and Test Edition 3 0 gt QMS ISO 13485 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover 8 2 Requirements for sign off Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0029 Electrosurgical Unit 1 USE 1 1 Clinical purpose Diathermy uses an electric current to produce heat deep inside a targeted tissue It can reach areas as deep as two inches from the skinG surface The diathermy machine does not apply heat directly to the body Instead the current from the machine allows the body to generate heat from within the targeted tissue 1 2 Used by clinical department ward Operation theatre TEHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Facility for Monopolar Bipolar and underwater cutting Monopolar cutting and coagulation Micro processor based
41. Encl 1 Agreement form 2 Schedule of Rates 3 CMC format if applicable Any other Managing Director Jammu and Kashmir Medical Supplies Corporation Limited E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Annexure AIT On Non Judicial Stamp Paper of AGREEMENT This deed of agreement is made on this 2015 for the contract period from ending 6 6 of equipment s between M s represented by Shri Proprietor Managing Director Managing Partners having its registered office at and its factory premises at hereinafter called fthe approved supplier which expression shall where the context so admits be deemed to include his heirs successors executors and administrators unless excluded by the contract on the one part and Jammu and Kashmir Medical Supplies Corporation Limited represented by its Managing Director having its Corporate office at Jammu and Srinagar hereinafter referred to as The Procuring Entity which term shall include its successors representatives executors assigns and administrator unless excluded by the contract on the other part Whereas the supplier has agreed with the procuring entity the equipments and other supplies with specifications mentioned in the schedule attached here to at the prices noted here in and in the manner and under the terms and conditions here in after mentioned to the JKMSCL of t
42. INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover 8 2 Requirements for signoff gt Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0036 Operation table hydraulic minor 1 USE 1 1 Clinical purpose An operating table sometimes called operating room table is the table on which the patient lies during a surgical operation This surgical equipment is usually found inside the surgery room of a hospital 1 2 Used by clinical department ward Operation theatre TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Should have Stainless steel top 304 grade Should have Castor wheel for easy mobility Head amp Leg section should be detachable and interchangeable Four section table Durable and leak proof hydraulic pump with heavy pillar fitted in center of the table Archived by gear mechanism Trendelenburg 25 30 Lateral tilt Left amp Right 15 20 Leg Section 90 2 2 User interface Manual 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Table Top dimension 1900 mm x 525 mm 15
43. Max 17 lbs 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through a cooling mechanism 3 6 Mobility portability Portable 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements Recharging unit Input voltage 220V 240V AC 50Hz 4 2 Battery operated No 4 3 Tolerance to variations shutdowns NA 4 4 Protection Should have over charging cut off with visual symbol 5 ACCESSORIES SPARE PARTS CONSUMABLES E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system The system should be supplied with the following accessories gt B amp W thermal printer with 50 rolls gt Two KVA online suitable UPS DING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATION S 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the De
44. OF MACHINERY amp EQUIPEMNT 2015 2016 5 1 Accessories amp spare parts 1 10 units device for suction of nose and mouth 5 2 external umbilical cords and 6 umbilical ties 3 2 neonatal mucus sucker easy to open clean autoclave and reusable 4 2 training stethoscopes 5 2 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable with mild soap and water without bringing deterioration in the mannequin 7 STANDARDS AND SAFETY 7 1 Certifications BS EN ISO IEC 17050 1 2010 Conformity assessment Suppliers declaration of conformity gt EMC Directive 2004 108 EC 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Demonstration to the user while delivering the product 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of work order Training of users in handling and basic maintenance shall be provided Item No 69 Female catheterization Mannequin Cervical Dila
45. Supplied in protective case for clean storage and safe transport 3 4 Noise in dBA lt 50dBA 3 5 heat dissipation Dispersed through exhaust 3 6 Mobility portability Mobile 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Voltage value AC or DC monophase or triphase 220 to 240V 50 Hz 4 2 Battery operated Internal replaceable rechargeable battery allows operation for at least four hours in the event of power failure Battery charger to be integral to mains power supply and to charge battery during mains power operation of unit 4 3 Tolerance to variations shutdowns Voltage corrector stabilizer UPS to allow operation at 30 of local rated voltage 4 4 Protection Electrical protection by resettable circuit breakers in both live and neutral supply lines Alarms should include Power failure 4 5 Power consumption 50 100 W 4 6 Other energy supplies Mains supply cable to be at least 3m in length 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional gt Two reusable probes each for adult paediatric and infant use Y Probes with clips for infant use and Forehead SpO2 sensors for detection of low saturation levels less than 70 flex probe with provision of fixation 5 2 Spare parts main ones Two sets of spare fuses if non resettable fuses used 5 3 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air co
46. UPS Solar Gas Water CO2 4 1 Power Requirements Operable at Input voltage 220V 240V AC 50Hz 4 2 Battery operated No 4 3 Tolerance to variations shutdowns 10 4 4 Protection 4 5 Power consumption 5 ACCESSORIES SPARE PARTS CONSUM ABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system gt External dot matrix printer gt Light Lamp source E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 gt Multichannel pipette with variable dispensing volume 50 200 ul gt Paper rolls for internal printer 10 nos BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanit
47. Waist board elevation O120 The table top must be made of durable radiolucent bakelite material capable of withstanding exposure to frequent C Arm imaging without diminishing the image clarity 2 2 User interface Manual 2 3 Software and or standard of communication where ever required NA 3 1 Dimensions metric Max Length 2050 50 mm Width 480 20 mm Height 750 950 50 mm 3 2 Weight lbs kg Max 150 Kg excluding battery 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability NA VVVVVVVVVVVVVV WV 4 ENER GY SOURCE electricity UP S solar gas water CO 2 4 1 Power Requirements Recharging unit Input voltage 220V 240V AC 50Hz 24 VDC 4 2 Battery operated Yes 4 3 Tolerance to variations shutdowns NA 4 4 Protection Should have over charging cut off with visual symbol 4 5 Power consumption NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system Shoulder support 1 pair Waist Support 1 pair Arm rest 1 pair Leg holder 1 pair Screen Frame 1 Piece Foot Plate 1 Pair BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust g
48. Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes Portable 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp spare parts 1 fetal baby with moving joints 2 2 detachable abdominal pads 3 2 nos placentas E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 4 6 nos umbilical cords 5 2 sets cervical dilatation attachment for closed Os 4cm 6cm 8cm and fully dilated cervix 5 2 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable with mild soap and water 7 STANDARDS AND SAFETY 7 1 Certifications BS EN ISO IEC 17050 1 2010 Conformity assessment Supplierds declaration of conformity gt EMC Directive 2004 108 EC 8 TRAINING AND INSTALLATION
49. With Department of Industries amp Commerce SSI Units of J amp K Only b With Sales Tax Department c With Excise Department GOI d Any other Registration fee in the form of Demand Draft drawn on any scheduled Nationalized Bank in favour of J amp K Medical Supplies Corporation Limited payable at Jammu Srinagar D D No Bank Drawn From IFSC Code_____Date of Drawal Valid upto NOTE Format shall have to be annexed along with written request on Letter Head duly signed and sealed by the Proprietor Managing Director Chairman Authorized signatory of the firm bidder In case of authorized signatory letter of authorization shall have to be enclosed indicating Name Address Mobile No Photograph and Signatures duly attested by Proprietor Managing Director Chairman of the firm bidder E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Checklist for Dealers Importer Copy of PAN Card Copy of TIN No Non Conviction certificate of dealer importer Authorization letter from manufacturers direct importer Non Conviction certificate of manufacturer Copy of Average Annual Turnover certificate for last three financial years of manufacturers Direct Importer Quality certification of the manufacturer like ISO ISI IEC etc Permission authorization for sale from the foreign principal manufacturer if applicable IEC Certificate and permission authorization or sale from the foreign manufactur
50. all ambient VVVVVVVVV light levels 2 4 Software and or standard of communication where ever required Inbuilt software Convenient and quick USB interface 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Approx 110 x 150 x 200 mm 3 2 Weight lbs kg 5 kg 15 kgs E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 3 3 Configuration Ex Compact modular to be fixed to walls ceiling etc 3 4 Noise in dBA lt 60dB 3 5 Heat dissipation Heat Dissipation Should maintain nominal temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Easy and safe transport to be possible by hand stable when tabletop mounted 4 ENERGY SOURCE Electricity Ups Solar Gas Water Co2 4 1 Power Requirements 220VAC 10 50 Hz 4 2 Battery operated Yes optional 4 3 Tolerance to variations shutdowns Voltage corrector stabilizer to allow operation at 10 of local rated voltage 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies Length of mains power cable should be at least 3 meters 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Hard and splash proof case to be supplied 5 2 Spare parts main ones 1 Spare replaceable fuses 2 sets gt Reagents and capillary tubes sufficient for minimum 100 tests gt Reagents and consumables per test should be declared 5 3 Consumables rea
51. and PICU TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt Device should able to deliver CPAP of 1 to 10 cmH2O increments of 1cm using a under water bubble system gt The device should have a in built air oxygen blender to deliver FiO2 21 to 100 2 with an adjustable flow in the range of 0 15 L min 0 5 L min Should have a heated wire servo controlled humidifier with display temp near patient end of the circuit to be supplied with 2 reusable infant water chamber Should be supplied with 2 reusable heated wire silicone tubing circuit for infant Newborn Should be able to deliver CPAP using available patient interfaces nasal prongs nasopharyngeal prongs For devices based on underwater bubble systems the water chamber should be reusable to be supplied with 2 reusable water chamber gt Should be provided pressure release valve at 15cmH2O to 17cmH20 2 2 User s interface For a flow driving system a pressure display is required Audio visual alarm for low pressure high pressure power failure low O2 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg lt 8kgs 3 3 Configuration NA 3 4 Noise in dBA lt 60dB Alarm gt 65dB 3 5 Heat dissipation Yes 3 6 Mobility portability Portable 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Po
52. as Arbitrator the Bidder or prospective bidder or the Procuring Entity as the case may be may file a Appeal before Final Appellate Authority specified in the Bidding Document in this behalf within fifteen days from the expiry of the order passed by Arbitrator or of the date of receipt of the order passed by the Arbitrator as the case may be The Designation and address of the final Appellate Authority is Secretary Health and Medical Education Department J amp K i Appeal not to lie in certain cases No appeal shall lie against any decision of the Procuring Entity relating to the following matters namely a Determination of need of procurement b Provision limiting participation of Bidders in the Bid process c The decision of whether or not to enter into negotiations d Cancellation of a procurement process e Applicability of the provisions of confidentiality Form of Appeal a An appeal under Para 28 1 or 28 2 above shall be in the Form Annexure along with as many copies as there are respondents in the appeal b Every appeal shall be accompanied by an order appealed against if any affidavit verifying the facts stated in the appeal and proof of payment of fee c Every appeal may be presented to First Appellate Authority or Final Appellate Authority as the case may be in person or through registered post or authorized representative iii Fee for filling appeal a Fee for filing appeal before final appellate aut
53. as to allow taking X ray It aod have alarm for probe failure power failure system failure and heater failure Observation light of 90 to 100 foot candles or 1000 Lux color temperature range 3700K to 5100K should be provided for inspection Battery back up for Power failure indication during power fail The desired temperature range from 25 to 40 degree C and settable temperature can be from 32 to 38 degC The resolution should be 0 1 degree C and accuracy should be 0 2 C E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Should have a facility to lock the keyboard to avoid unwanted user modification of the set parameters The height of the warmer should be adjustable for different types of bed It should have separate bassinet trolley bed should be tiltable and have provision for x ray cassette holder Mattress foam density should be minimum 25 kg cm3 transparent collapsible side walls easily detachable for cleaning Mattress size should be minimum 20 X30 Should have a Feather Touch operation with large digital display and comprehensive alarms Control Panel should be liquid proof and allow easy and hygienic disinfection Manual Mode can adjust Heater Output 10 100 with 10 increment an auditory and visual alarm shall be given at least every 15 min In manual mode heater cut off switch off if the maximum irradiance at any point of the mattress area exceeds a total irradiance level of
54. authorities for having paid additional excise duty on the goods supplied to ordering authority and also must claim the same in the invoice separately Similarly if there is any reduction in the rate of excise duty of items as notified by the Government after the date of submission of bid the quantum of the price to the extent of reduction of excise duty of items will be deducted without any change in the basic price structure of the items approved under the bidder viii In case of successful bidder has been enjoying excise duty exemption on any criteria such bidder will not be allowed to claim excise duty at later point of time during the tenure of contract if the excise duty become chargeable on goods manufactured due to any reason ix If there is any hindrance by the consignee to provide the required site for installation the part payment of equipment will be made decided by JKMSCL LIQUIDATED DAMAGES i The time specified for delivery in the bid form shall be deemed to be the essence of the contract and the successful bidder shall arrange supplies within the period on receipt of order from JKMSCL In case of extension in the delivery period with liquidated damages recovery of liquidated damages shall be made at such rates as given below of value of stores which the bidder has failed to supply a Delay up to one fourth period of the prescribed delivery period 2 5 b Delay exceeding one fourth but not exceeding h
55. be compliant with IEC 60601 2 4 for usability 7 2 Local and or international Manufacturer supplier should have ISO certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover 8 2 Requirements for signoff gt Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 gt Advanced maintenance tasks required shall be documented MC0038 Shadowless lamp standing model 1 USE 1 1 Clinical purpose Luminescence shadow less lamp adopts light sources different positions for focus to eliminate shadows of different parts of medical workers 1 2 Used by clinical department ward Operation theatre TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Dome Head 515mm Di LED lights 2 nos Lockable castor stand with minor dome Light intensity at 1 mt 1 00 000 Lux Intensity Control Continuous Height Adjustment 600 mm approx Action Radius 1250mm Possible Movements Radial Angular amp Axial Colour Temperature 4500K or above Temp rise in field 3 6 c from Amb Temp Control Panel at
56. be documented Ventilator all patient category OPERATIONAL REQUIREMENTS i It should be microprocessor controlled ventilator with integrated facility for ventilation monitoring suitable for Neontal to adult ventilation E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Adult neonatal ii The unit should be external compressor based for precise gas delivery not a turbine piston blower based It should have proximal flow sensor for neonatal patient category iii Demonstration of the equipment is must TECHNICAL SPECIFICATION i Hinged arm holding the circuit ii Should have coloured touch screen 12 inch or more iii It should have inbuilt facility to measure and display for al patient category Adult to neonatal iv Should have mainstream end tidal CO2 detection capnography v 3 waves pressure and time volume and time and flow and time vi 3 loops P V F V P F with facility of saving of loops for reference vii Display of volumetric capnography loops should be there viii Status indicator for ventilator mode battery life patient data alarm settings clock etc Simultaneously display of set and exhaled parameter 3 wave form and 2 loops and alarm ix Should have tending facility for 24 hrs x Should have automatic compliance amp leakage compensation for circuit and ET tube with ET tube size and of compensation gt Should have following set
57. below and certified that the statement is true and correct Financial Years Turnover in Lakhs Rs 2012 13 2013 14 2014 15 Average gross annual turnover Note 1 Turn over for the year 2015 16 may also be considered if the accounts are audited and certified by Charted Accounted The turnover should be supported by the balance sheets of the respective years 2 The Average Annul Turn Over required for the item s pertaining to the Group Machinery amp Equipment is as per the cost of the equipment each unit as mentioned in Table 1 Only the bid s falling under the category as specified under Annual Turnover is accepted The bid s not falling under the Annual Turnover clause shall be out rightly rejected Signature of the bidder Signature of Auditor Seal Chartered Accountant Name amp Address Tel No E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Annexure VI On Firm s letter head STATEMENT OF PAST SUPPLIES AND PERFORMANCE SEPARATE FOR EACH ITEM Name of firm do hereby certify that we have as per details given below Date of completion of Remarks Has the delivery indicating equipments reasons for been late supplied amp Actual delivery installed if any satisfactory Order placed by full Description address of and quantity Financial purchaser of ordered year with goods As per telephone amp contract fax no 2012 13 2013 14 2
58. bidder should submit a declaration giving details of plant and machinery staff production capacity achieved factory area etc on non judicial stamp paper of Rs 50 duly notarized in enclosed performa Annexure VII xv The bidder in case of dealer of the manufacturer direct importer shall submit fresh authorization of the manufacturer direct importer duly authenticated and notarized PLEASE ALSO NOTE THAT A All attested documents must be submitted in English language If the documents are not in English translated version of the same in English duly signed and attested by authorized translator must be submitted along with copy of original document B All the above mentioned documents should be under the name and address of the premises where the quoted items are actually manufactured stored for supply C The point of supply should be specified as has been requested in bid conditions above D The bidder may be asked to submit its annual accounts Profit amp Loss account amp Balance Sheet etc Financial Bid duly filled in Annexure III BOQ giving the rates for quoted items should be uploaded through e portal www jktenders gov in The rate should not be disclosed uploaded in the technical bid Rates uploaded along with technical bid shall means out rightly rejection of bid of the concerned person The required amounts towards cost of bid document and tender processing fee shall be deposited through demand d
59. change in the constitution of the bank or the supplier T indicate the name of bank lastly undertake not to revoke this guarantee except with the previous consent of the JKMSCL in writing E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 8 This performance guarantee shall remain valid and in full effect until it is decided to be discharged by the JKMSCL Notwithstanding anything mentioned above Our liability against this guarantee is restricted to Rupees It shall not be necessary for the JKMSCL to proceed against the supplier before proceeding against the bank and the guarantee herein contained shall be enforceable against the bank notwithstanding any security which the JKMSCL may have obtained or obtain from the Supplier The bank guarantee shall be payable at the Jammu If the last date of expiry of the bank guarantee happens to be a holiday of the bank the bank guarantee shall expiry on the close of the next working day Notwithstanding anything contained hereinabove our liability under this guarantee is restricted Rs and our guarantee shall remain in force up to date demand or claim under the guarantee is made on us in writing or by e mailing on or before date therefore after date all your rights under the guarantee shall be forfeited and we shall be relived and discharged from all liabilities hereunder irrespective of whether or not the original guarantee is returned to for and on behalf of the ban
60. conditions and easy stackable in Blood Vehicle to optimize space Requirements for sign off Not available Training of staff optional Operational guidelines in English to be included with unit for Technicians mobile staff MC0077 Tabletop Tube Use Sealer oll Clinical purpose Blood Bag Tube Sealer is a compact equipment to seal the Blood Bag pilot tubing after each Blood Donation Technical Characteristics Technical characteristics specific to this type of device The system should be able to seal the blood bag quickly and effectively Should be simple to handle System should gently seal the tubing with no haemolysis using radio frequency RF Capable to seal tube diameter atleast to 6 mm To have Hermetic sealing Minimum 300 seals in snap free mode To have Alarm indication if tube sealing fails Construction Tabletop Tube sealer need to have indication lamps for fSealing ProcessO on handle without requirement of any warm up time To Sealer need to ensure easy separation of tube segments after sealing Electrodes should be well protected by a cover Sealing time need to not more than 05 seconds Battery charging time need to be upto 06 Hrs with capability of 1000 1500 seals with fully charged battery Sealer need to have Class I classified protection against electrical shocks and internally powered Settings Manual User interface Manual Software where ever required Built in Physical characteristics Dimensions in mm Max
61. deemed to have come into force with effect from the date and it shall remain in force for a period of twelve months or as for extended period c The indicative quantity noted against each item in the table 1 attached hereto indicates only the probable total requirements of the procuring entity in respect of each item for the placement of supply orders This quantity may increase or decrease at the discretion of the procuring entity The supplier shall supplies for the equipments and on the basis of the supply orders placed by the procuring authorities specifying the quantities required to be supplied at the specific location in the state of J amp K as mentioned in bid document Now these Presents witness i In consideration of the payment to be made by the JKMSCL or consignee offices at the rates set forth in the schedule hereto a appended the approved supplier will duly supply the said articles set forth in schedule of rates and supply order thereof in the manner set forth in the conditions of the bid and also appended to this agreement will be deemed to be taken as part of this agreement and are binding on the parties executing this agreement ii The conditions of the bid and contract for open bid enclosed to the bid notice No E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 dated amp corrigendum no dated 66 6 6 4 and also appended to this agreement will be de
62. depositing the required amount Such bidder is eligible for the placement of purchase orders for the item quoted by them Subject to para vii above while JKMSCL has chosen to place purchase orders with matched L 1 supplier and there are more than one such matched L 1 supplier then the purchase orders for the requirement of items will be place with L 2 first on matched rates of L 1 and in case L 2 does not have the required capacity than L 3 would be considered on matched L 1 rates and the same order would be flowed in case of L 3 L 4 etc The matched L 1 supplier on placement of purchase orders will be deemed as L 1 rate supplier for the purpose of the bid and all provisions of the bid document applicable to L 1 rate bidder will apply mutatis mutandis to the matched L 1 supplier If the supplier fails to supply the item for the purchase orders at any point of time either fully or partly within the stipulated time JKMSCL is at liberty to place purchase orders with other bidders in ascending order viz L 2 L 3 and so on at the price offered by then and in such cases the supplier is liable to indemnify JKMSCL without any protest or demur for the difference in cost incurred by JKMSCL and the JKMSCL is entitled to recover the difference in cost from the amount due payable to the supplier xii Parallel rate contract may be concluded as described above during any time currency of rate contract subject to matching of L 1 rates price
63. fall clause and on same terms and conditions VALIDITY OF BID Bids shall be valid for a period of 120 days from the date of opening of technical bid Prior to the expiry of the period of validity of bid the procuring entity may request the bidders to extend the bill validity period for an additional specified period of time A bidder may refuse the request and such refusal shall be treated as withdrawal of the bid but in such circumstances bid security shall not be forfeited PRICE ESCALATION Price escalation or price variation shall not be applicable or considered under any circumstances for the purchases made under this bid or agreement However the provisions provided for tax variations are exclusive to this clause SUBLETTING OF CONTRACT Subletting or assigning contract to third party is prohibited In the event of bidder violating this condition the Jammu and Kashmir Medical Supplies Corporation Limited shall be at liberty to place the contract elsewhere on the Bidder s account and at his risk The bidder shall be liable for any loss or damage which the Government may sustain in consequence or arising out of such replacement of the contract FALL CLAUSE i The prices under contract shall be subject to price fall clause The prices charged for the store supplies under the contract by successful bidder shall in no event exceed the lowest price at which the successful bidder sells the stores of identical
64. fare comparison of bids Technical Criteria The minimum technical level that the goods and related services shall have in order to comply with the Section V schedule of supply are specified These criteria are evaluated on a pass fail system with a minimum acceptable level for each criteria enumerated in technical specifications of item However a minor deficiency in technical compliance may not be cause for rejection of the bid Economic Criteria The economic criteria are most important when evaluating a Bid The price however may not be the only criterion as there could be technical evaluation that may be expressed in mandatory terms i e cost per test etc The following may be examples 3 1 3 2 Adjustment for deviations in the delivery and completion schedule The deviation from the delivery and completion schedule specified in Section V schedule of supply are permitted No credit will be given for earlier completion Operation and maintenance cost The operation and maintenance costs of equipments are taken into account for bid evaluation purposes The methodology is elaborated at BOQ for determining lowest bid L 1 Generally the life cycle of equipment and its comprehensive maintenance period is defined in technical specifications Presently maintenance costs are evaluated at their present value over the life cycle of the goods and then added to the price of the goods for comparison of bids Spare parts
65. for 30 minutes back up gt Calibrator 1 NG PROCUREMENT TERMS DONATION REQUIREMENTS ENVIRONMENT AL AND DEP ARTMENTAL CONSIDERATIONS Atmosphere A mbiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 User s care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required STANDARDS AND SAFETY Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 US FDA EU CE certification for quality standards gt Shall meet internationally recognised for Electromagnetic Compatibility EMC for electro medical equipment 61326 1 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 gt Certified to be compliant with IEC 61010 1 IEC 61010 2 281 61010 2 101 for safety Local and or international Manufacturer supplier sho
66. for reclining and upright body positions i e from head high foot high combinations for blood donors safety in case of any reaction BDC need to have manually adjustable rotating and variable positioning swivel style arm rests with comfortably wide arm pad which could swing outwards fro comfortable position during regular blood donation sessions It needs to have back rest and leg rest size medically designed for donor comfort and also comfortable working level for assisting Technician BDC is ergonomically designed comfortable chair having sinuous spring system and polypropylene covered wire insulator followed by 1 75 2 0 density premium foam upholstered with Contract Grade Vinyl upholstery with antimicrobial bacterial finish for durability to withstand extreme weather condition and Donor safety Lifting Capacity Minimum 350 Lbs 150Kgs Donor Weight Settings Manual User amp Interface Manual Settings Software Not available Physical characteristics Dimensions LxWxH in cms 150 160 cms L x 50 60 cms W x 80 85 cms H chair width with both arm rest 90 92 cms Chair Empty Weight in kgs Maximum 155 Lbs 70 Kgs Configuration Manual Noise in DBA Not available Heat Dissipation Not available Mobility portability Model to be suitable for mobile blood vehicle Blood Donor Chair model without wheels only Energy Source Electricity UPS Solar Gas Water COs Power requirements NIL Battery operated Not ava
67. from the Horizontal Q20 30 Head Section Lowered from the Horizontal Q 8 30 Back Section Raised from the Horizontal Q50 70 Leg Section Lowered from the Horizontal O10 50 Kidney Position should be achievable by breaking the table Table top should be radio lucent 2 2 User interface Manual 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Table top dimension 1900 mm x 525 mm 15 Table elevation 700mm 1000 mm 10 3 2 Weight lbs kg Should be able to bear patient having weight upto 160 kg 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 4 ENERGY SOURCE electricity UP S solar gas water CO 2 4 1 Power Requirements Recharging unit Input voltage 220V 240V AC 50 Hz 4 2 Battery operated Yes 4 3 Tolerance to variations shutdowns NA gt gt gt gt gt gt gt gt gt gt gt gt gt gt gt E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 4 4 Protection Should have over charging cut off with visual symbol 4 5 Power consumption NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system S S Arm Rest 1 No Anaesthetic Screen 1 No L
68. gt Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAI NING AND INSTALLATI ON 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0040 Bilirubinomete r 1 USE 1 1 Clinical purpose Determining the concentration of bilirubin in the blood or other clinical specimen most commonly to rapidly assess hyperbilirubinemia in neonates 1 2 Used by clinical department ward NICU PICU TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Sample volume of lt 100 EL required automatic calibration facility Total bilirubin concentration measurable at least in range of 0 to 30 mg dl Time for total concentration measurement O5 seconds Should have filters 455 and 575 nm 2 Should have error rate less than 5 Should have resolution 0 1 mg dl Automatic correction for Haemoglobin Measuring cell Direct Hematocrit capillary readings heparinized hematocrit glass capillary 2 2 Settings Method to recalibrate save current calibration set sample size 2 3 User s interface Manual interface Backlit display with easy viewing in
69. h 25 C 15 v Production flow rate Direct Q 8 8 h 25 C 15 vi Instant flow rate with application Pak final filter gt 0 5 l min ii TOC w o 185 254 nm UV lamp lt 10 ppb TOC with 185 254 nm UV lamp lt Sppb ix Particulates size gt 0 22 um lt 1 particulate ml x Bacteria lt 0 1 cfu ml xi Endotoxin pyrogens lt 0 0001 EU ml xii R Nases lt 0 01 ng ml xiii D Nases 4 pg ul Pure Type II Product Water Quality i Ionic rejection gt 96 ii Organic rejection for MW gt 99 iii Bacteria and particulates gt 99 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 In regular operating conditions System Information i Dimensions H x W x D 54x29x 38cm 21 3 x 11 4x 15in ii Net weight Direct Q 3 system 8 1 kg 17 9 Ib w o 185 254 nm UV lam iii Net weight Direct Q 3 system 8 6 kg 19 0 Ib with 185 254 nm UV lamp iv Net weight Direct Q 5 8 systems 7 6 kg 19 0 Ib with 185 254 nm UV lamp v Operating weight Direct Q 3 systems 17 6 kg 38 8 1b w o 185 254 nm UV lamp vi Operating Weight Directi Q 3 system 18 2 kg 40 1 Ib with 185 254 nm UV lamp vii Operating weight Direct Q 5 8 system 12 2 kg 4 8 Ib with 185 254 nm UV lamp yiii Net weight Remote dispenser 2 15 kg 4 8 1b ix Operating weight 2 68 kg 5 91 Ib remote dispenser x Built in reservoir volume 61 xi Electrical feed volum
70. of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable and sterilizable using both alcohol and chlorine agents 7 STANDARDS AND SAFETY 7 1 Certifications FDA CE 1023 ISO 13485 2003 ISO 10079 1 1999 IEC 60601 1 8 2006 IEC 60601 1 SER Ed 1 0 2011 IEC TRF 60601 1 8 Ed 4 0 2010 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance Availability of 15 amp socket safety and operation checks before handover 8 2 Requirements for sign off Certificate of Calibration and inspection from the factory E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 8 3 Training of staff medical paramedical technicians Suction Pump Foot Operated 1 USE 1 1 Clinical purpose To aspirate fluids secretions or other foreign materials from a patient airway by means of suction HNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device 0 600 mm Hg 10 mm regulable flutter free vacuum control knob 2 2 Settings Manual 2 3 User interface Manual 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Max spec 32 x 17 x 30 cms 3 2 Weight Ibs kg 2 5kg max 3 3 Noise in dBA 50dBA 3 3 4 Mobility portability Yes 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Tolerance
71. of staff medical paramedical technicians Training of users in operation and basic maintenance shall be provided Automated external defibrillators 1 1 1 2 2 2 1 gt gt gt gt gt 2 2 2 3 2 4 3 3 1 3 2 3 3 3 4 4 4 1 4 2 4 3 USE Clinical purpose To detect cardiac arrhythmias in a sudden cardiac arrest patient and then audibly visually instructs an operator to enable it to activate defibrillation of the heart through application of electrical shocks to the chest surface Used by clinical department ward Emergency ICU Cardiac care TECHNICAL CHARACTERISTICS Technical characteristics specific to this type of device Unit should be lightweight compact and portable Unit should have facility for Automatic External Defibrillation and manual defibrillation Should be able to deliver shock from 50 200 joules in biphasic mode via metal chest pads Should having design protection to avoid passage of current to the user The whole system should have an inbuilt recorder TELEMETRY NOT RECOMMENDED Settings Manual AND Automatic User s interface The monitor should have a TFT color display with a three channel display Software and or standard of communication where ever required Inbuilt PHYSICAL CHARACTERISTICS Dimensions metric Compact Weight lbs kg lt 10kg Noise in dBA heat dissipation lt 60dBA adjustable heart rate alarm as well as
72. on image v Image display in B B M amp M Model 2B amp 2D vi Zoom facility minimum five times or more vii Shades of grey 256 h Inbuilt cine memory viii Unite should be capable of measuring BPD CRL FL amp AC and other GA parameters ix Facility for image magnification inversion changing scan direction freeze facility x 8 step STC GTC should be available xi Frame rate minimum 50 FPS hard disk capacity of 200GB or more xii Caliper with trackball for the measurement of distances circumferences area volume etc should be possible to make different measurement on single image xiii Alphanumeric key board xiv Panel Switches amp Foot Controls xv Patient reports for Obs Gynae including fetal growth trend including Histogram facility for Tissue texture amp Trend graph for IUGR cases Urology and orthopedics xvi Give the gain adjustable Range amp its steps xvii Calculations needed Velocity Heart rate Volume addl modes xviii Dicom 3 0 compatible xix Review of stored images is desirable xx Channels 1000 or more xxi Depth 25 to 30 cm xxii Dynamic range 170dB amp above xxiii Cine loop preview for minimum 60 sec or more xxiv Minimum 2 active ports should be there 2 2 User interface Manual 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Max 400mm L x 300mm W 160mm H 3 2 Weight lbs kg
73. optic light cable 4 5mm 10mm in diameter 250cm 300cm in length 2 2 User s interface NA 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric 30cm H x 30cm W x 50cm 20 3 2 Weight lbs kg Upto 5kg 3 3 Configuration NA 3 4 Noise in dBA lt 60db 3 5 Heat dissipation Heat disbursed through a exhaust fan if applicable 3 6 Mobility portability Hand held device 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Power Requirements 220VAC 10 50Hz 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns Voltage corrector stabilizer to allow operation at 10 of local rated voltage Electrical protection by resettable over current breakers or replaceable fuses fitted in both live and neutral lines 4 4 Protection Resettable over current mains fuse to be incorporated 4 5 Power consumption Max 250W 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system gt Mains 3m power cord 1 No gt Illumination spare lamp 2nos gt Consumables if any proprietary open should be mentioned along with rates soc PROCUREMENT TERMS DONATI ON REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuous
74. or on which this bid is based or with respect to any written or oral information made or to be made available to any of the recipients or their professional advisers and liability therefore is hereby expressly disclaimed This document is neither an agreement and nor an offer or invitation by the Jammu and Kashmir Medical Supplies Corporation Limited hereinafter referred to as procuring entity to the prospective bidders or any other person The purpose of the bid document is to provide interested parties with information to assist the formulation o their proposal offer The information contained in this bid document is selective and is subject to updating expansion revision and amendment Each recipient must conduct its own analysis of the information contained in this bid document or to connect any inaccuracies therein that may be in this bid document and is advised to carry out its ow investigation into the proposed procurement the legislative and regulatory regime which applies thereto and by and all matters pertinent to the proposed procurement and seek its own professional advice on the legal financial regulatory and taxation consequences of the entering into any agreement or arrangement relating to the proposed procurement This bid document includes certain statements estimates and targets with respect to the procurement Suc statements estimates and targets reflect various assumptions made by the procuring entity and the base informati
75. or unlimited period ii Bidders are required to submit wanted information if any based on the facts If the furnished information by the firm found to misleading or not based on facts disciplinary action against the firm may be taken as to banning concerned item items for certain or uncertain period The JKMSCL reserves the right to accept any bid not necessarily the lowest The JKMSCL may reject any bid without assigning any reasons and accept bid for all or anyone or more of the articles for which bidder has been given or distribute items of stores to more than one firm supplier The JKMSCL will have the right of rejection of all or any of the bids without assigning any reason for the same The right to conclude parallel rate contracts with another firm for the stores detailed in Table I is also reserved by the Managing Director JKMSCL J amp K Extra stipulation or any other condition contrary to the above bid conditions are not acceptable and may render the bid liable to rejection The bidder must sign all the pages of bid document at the below of terms amp conditions agreeing to abide by all conditions of the bid and accept them in toto The Signing of Annexure XII shall be treated as acceptance of all the terms and conditions of the bid document The Managing Director JKMSCL J amp K may relax or change modification in terms and conditions in the exigency excluding fundamental changes In case of such urgency the terms
76. paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented Color Doppler Machine USE Clinical purpose Doppler ultra sonography is a non invasive diagnostic procedure that changes sound waves into an image that can be viewed on a monitor an ultrasonic technique for detecting anatomic details by color coding of velocity shifts In cardiography blood flowing in one direction appears red and blood flowing in the opposite direction appears blue The technique can also indicate the velocity of red blood corpuscles moving through the circulatory system which makes it possible to quantify the flow measure the pressures within the heart chambers and calculate the stroke volume In laparoscopy Doppler color flow allows for rapid identification and differentiation of ducts and valves in the viscera particularly in detection and diagnosis of pancreatic and liver tumours and colorectal liver metastases 1 2 Used by clinical department ward Radiology diagnostic laboratories NICAL 2 TECHNICAL CHARACTERI STI CS 2 1 Technical characteristics specific to this type of device E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 The system should be state art with full Digital Technology amp should be capable of whole body sonography amp other application for adult amp paediatrics Infants amp Neonates which inclu
77. provide shielding to the infant in case of breakage of tubes bulbs All surfaces to be made of corrosion resistant material 3 4 Noise in dBA Auditory alarm shall have a sound level of at least 65 dBA at a distance of 3 m from the front of the infant radiant warmer and the sound level of the alarm shall not exceed 80 dBA on the mattress 3 5 heat dissipation Should maintain upto 36 5 deg temp and the heat disbursed through a exhaust fan so that effect of UV light is not disturbed 3 6 Mobility portability Yes on castors 2 of the castors should have breaks casotor size can be atleast 4inch 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Power Requirements 220 to 240V 50 Hz 4 2 Battery operated Power failure indication during power fail 4 3 Tolerance to variations shutdowns 10 of input 4 4 Protection OVP earth leakage protection 4 5 Power consumption maximum 800 Watt 4 6 Other energy supplies Solar Heating desirable not essential 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional gt Should have standard IV pole sturdy non rusting medical grade stainless steel adjustable to a max height of 6 feet from the ground level monitor tray 12X10 inches 270 deg swivel fixed at level of warmer display and storage trays 5 2 Spare parts main ones Skin temperature probes 5 3 Consumables reagents open closed system Thermal reflector to fix the skin p
78. requirements nature values quality tolerance Availability of 5 amp 15 Amp Electrical socket 2 nos for each warmer 8 2 Requirements for sign off Certificate of Calibration and inspection from the factory 8 3 Training of staff medical paramedical technicians user training manual required 8 4 Others List of important spare parts and accessories with their part number and costing Infant warmer 1 USE 1 1 Clinical purpose Infant Radiant warmer is an electrically powered device with a radiant heating source intended to maintain the thermal balance of an infant by direct radiant of energy in the infrared region of the electromagnetic spectrum 1 2 Used by clinical department ward Neonatal ICU SNCUNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt It should be microcontroller based radiant warmer with manual and servo options It should have facility to display skin set skin observed temperature in degree C and heat power separately Should have user friendly touch panel control It should have ceramic or quartz infrared or calrod heater It should have audiovisual alarm facility for overheating beyond set temperature range It should have alarm facility for patient temperature less than or greater than the required temperature i e above or below the set range Machine should sense the skin probe failure and cut off the heater Warmer head should be rotatable in different direction so
79. rotation 180degree 165 degree Source to image distance SID should be 600mm or more Breast Compression Automatic compression with digital display of compression force should be provided Provision should be given for the release of compression paddle on power failure the Switch for activation amp release Adjustable compression force should be available Automatic Compression release after Exposure completion should be available Compression Paddles for Normal amp Magnification Mode Spot Compression should be provided Magnification Device 1 5X and 1 8 X should be provided 18 x 24 cm Bucky Motor operated Oscillating Grid of Size 18 X 26 cm 5 1 30 lines cm focal distance 60 to 70 cm should be provided E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Molybdenum Filter amp Aluminum Filter Changer Light Beam collimator with Halogen Lamp with Auto shut off facility after 1 minute should be provided 18 X 24cm collimation plate should be provided Cone for Localization amp Radiation protection should be provided Switches for up down movement of gantry placed conveniently on both sides of gantry should be provided Separate foot control for gantry movements should also be available for hands free operation gt Hand Switch with Retractable cord for initiation of exposure should be provided 2 2 User interface Manual 2 3 Software and or standard of communication where ever requir
80. safety and operation checks before handover gt Local clinical staff to affirm completion of installation 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Multichannel Electro Cardiographic ECG 1 USE 1 1 Clinical purpose Continuously detect measure and display a patient s electrocardiogram ECG through leads and sensors attached to the patient 1 2 Used by clinical department ward All 1 3 Overview of functional requirements Continuous display of patient ECG and heart rate on screen Allows display of single 5 lead ECG or simultaneous display of at least 5 waves selected from up to 12 points Operator can set audiovisual alarm levels for low or high heart rate Operates from mains voltage or from internal rechargeable battery Patient connectors that are sterilizable and reusable are preferred though reusable cables that attach to disposable connection patches are also acceptable gt Hard copy printout of traces will be required TECHNICAL 2 TECH NICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt Heart rate measurement range to be at least 30 to 250 bpm with accuracy better than 5 bpm gt Heart rate trend display of at least previous 24 hours gt
81. sample with the particulars as mentioned below a Name and full address of the firm b Catalogue no and name of the item c Name of section d Name of manufacturer e Brand v No change in marking on sample will be allowed after the submission of the sample PERFORMANCE SECURITY P S AND AGREEMENT 1 The successful bidder shall submit the original copy of Bid document signed on each page at the time of agreement However while uploading the technical bid only the declaration regarding acceptance of terms amp conditions Annexure AVII shall be uploaded The period of rate contract shall be 12 months from the 1 day of next month of agreement signing month The Managing Director JKMSCL can extend the original rate contract subject to original terms and conditions for a period deemed fit by them but not exceeding three months for which the bidder shall abide Successful bidders whose offers are accepted shall have to deposit performance security 5 of the value of the supply order in favour of Chief Accounts Officer JKMSCL within 15 days from the date of issuance of letter of intent The performance security shall be deposited in the form of FDR CDR B G Bank Guarantee However the bank guarantee shall be for a validity period of six months beyond the guarantee period sought for the item The firm may submit bank guarantee issued by any scheduled nationalised bank The minimum validity of bank guarantee should be
82. should be quoted only for packing units as mentioned in the bid No quantity or cash discounts should be offered Read all the terms amp conditions before filling the Annexure III Please quote rates in absolute amount only Please quote rates per unit only BOQ of the individual item shall have to be uploaded to ensure evaluation finalization of items If the bidder upload BOQ of more than one item the rates are opened for the other items shall be declared as non eligible non responsive for procurement Finalization of the price bid shall be made on the combination basis of price quoted in BOQ I amp BOQ II which pertains to CMC of five years SONAR RWN gt PLEASE DO N T WRITE 00 AGAINST THE ITEMS FOR WHICH YOU DIDN T WISH TO QUOUTE INSTEAD DO WRITE NOT QUOTED AGAINST THE SAID ITEM AS THE SYSTEM TAKES RS 00 00 AS L1 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Annexure IV Declaration and Undertaking On Non Judicial Stamp Paper worth Rs 100 Attested by Notary Public and submitted with Cover A Name of firm certify that the quoted model of quoted item is of latest technology and is not outdated I We certify that the rates of quoted item are reasonable and not sold on lower rates to anyone than charged from JEMSCL I We do hereby undertake to ensure the availability of spare parts amp consumables for quoted model of equipment for at least 07 years from the dat
83. that this bid together with your written acceptance thereof included in your notification of award shall constitute a binding contract between us until a formal contract is prepared and executed I We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive I We agree to permit the JEKMSCL to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors appointed by the JKMSCL I We accept all the terms conditions and provisions of this bid document E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 ITEM WISE FINANCIAL BID BOQ 1 For Uploading Rates of Equipment Annexure II Item descriprtion Basic Rate Excise duty VAT or CST Freight charges Any other tax dutie levies Total amount without taxes FINANCIAL BID FOR COMPREHENSIVE MAINTENENCE CONTRCAT BOQ I1 ITEM WISE Item descriprtion Basic Rate Excise duty VAT or CST Freight charges Any other tax dutie Total amount without taxes levies Signature Name in capital Company firm Seal Note The rate quote should be as per BOQ I amp II Filling of both the BOQ is mandatory Excise component amp CST VAT should be separately shown in column no 6 amp 7 for further reference Rate
84. the procuring entity does not procure any subject matter of procurements the bidder shall not be entitled for any claim or compensation No minimum quantity is guaranteed The period within which the contract agreement is to be executed and performance security is to be submitted is 15 days from the date of receipt of letter of intent LOD through email fax correspondence etc 6 3 The performance security shall be required as per GCC 10 5 of the value E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 of the indicative quantity in favour of JKMSCL payable at Jammu Srinagar Redressal Grievances during Procurement Process I Incase of any dispute the decision of Managing Director JKMSCL shall be final and binding II If any dispute arise out of the contract with regard to the interpretation meaning and breach of the terms of the contact the matter shall be referred by the parties to the Managing Director JKMSCL J amp K who will appoint his senior most officer as the sole arbitrator of the dispute who will not be related to this contract and whose decision shall be final Ill If any bidder or prospective bidder is aggrieved that any decision action omission of the procuring entity is in contradiction to the provisions of the Act Rules of the guidelines issued there under he may file an appeal to first amp final appellate authority i e Secretary to Govt Health amp Medical Edu
85. they agree to abide by all its terms and conditions and submit a written agreement to this effect The bidder s contractor s receipt for acknowledgement or date of any new partner subsequently inducted as above shall bind all of them and will be a sufficient discharge for any of the purposes of the contract The hard copy of bid documents shall be filled with ink or typed The bidder shall sign the bid form at each page and at the end in token of acceptance of all the terms and conditions of the bid and then scanned copy be uploaded on the e portal https www jktenders org except the final bid BOQ BID SECURITY i Bid shall have to be accompanied with a scanned copy of FDR CDR as bid security i e Rs 1 00 lacs However the FDR CDR as bid security shall have to be submitted before the opening of technical bid Bids submitted without sufficient bid security shall be summarily rejected Gi The bid security of bidder shall be refunded after the earliest of the following events namely a the expiry of validity of bid security b the execution of agreement for procurement and performance security is furnished by the successful bidder c the cancellation of the procurement process or d the withdrawal of bid prior to the deadline for presenting bids unless the bidding documents stipulate that no such withdrawal is permitted Bidder should produce a pre stamp receipt as per Annexure VIII with the bid document for that
86. to variations shutdowns NA 4 2 Protection NA 4 3 Power consumption NA 4 4 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp spare parts Collection bottles a vacuum gauge 5 2 Consumables reagents open closed system microbial filter tubing 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable and sterilizable using both alcohol and chlorine agents 7 STANDARDS AND SAFETY 7 1 Certifications FDA CE 1023 ISO 13485 2003 ISO 10079 2 1999 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off NA 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of work order 8 4 Training of users in operation and basic maintenance shall be provided Laryngoscopes 1 USE 1 1 Clinical purpose For viewing vocal folds and glottis Surgical and mechanical ventilation intubation 1 2 Used by clinical department ward O T ICU NICU Causality 1 3 Overview of fu
87. up not have my our affairs administered by a court or a judicial officer not have my our business activities suspended and not the subjected of legal proceedings for any of the foregoing reasons I We do not have and our directors and officers not have been convicted of any criminal offence related to my our professional conduct or the making of false statement or misrepresentations as to my our professional conduct or the making of false statements or misrepresentations as to my our qualifications to enter into a procurement contract within a period of three years preceding the commencement of this procurement process or not have been otherwise disqualified pursuant to debarment proceedings I We do not have a conflict of interest as specified in the Act rules and the bidding document which materially affects fair competition Signature of bidder Name Designation Address E E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Annexure XV Shall be submitted on letter head of firm Declaration of Manufacturer Direct Importer and represented by Mr Tam we are manufacturers direct importer in the goods and related services for which I we have bid If this declaration is found to be incorrect then without prejudice to any other action that may be taken my our bid security may be forfeited in full and the bid if any to the extent accepted may be cancelled I we further declare that the ite
88. veins Adult IV training arm must have a pliable translucent skin stretched over venous network Adult IV training arm should have veins in dorsum of hand Adult IV training arm should feature Gealistic feel6as needle enters vein Adult IV training arm veins and skin must be replaceable IV training arm should have cephalic basic antecubital radial and ulnar veins gt IV training arm must have base and metal stand to hold the mannequin and accessories as required 2 2 Settings NA 2 3 User interface NA 2 4 Software and or standard of communication where ever required NA VYY V VVV WV E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Adult arm 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes Portable 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp spare parts 1 2 packs of red colour concentrate powder with tubing and connector 2 25 sets of replacement skin 5 2 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DE PARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity
89. 0 240 V AC 50 60Hz fitted with Indian Plug Suitable UPS 1 0 KVA UPS 1 0 KVA offline with one hour backup time ISE CE approved good quality Voltage Corrector Stabiliser of appropriate rating Voltage Stabiliser 1 0 KVA Should be able to maintain constant output voltage of 220 V AC plus minus 5 should have line RFI filter ISI CE approved good quality Indian make Standards Safety and Training Should be US FDA CE approved product Manufacturer should have ISO 9001 2008 or ISO 13485 2003 certification for quality standards Comprehensive training for lab staff and support service till familiarity with the system on site Documentation Service and User manual in English 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 List of spare parts with part nos MC0074 Blood Collection Monitor Clinical Purpose gt Blood Collection Monitor is used for collecting blood mixing it with the anticoagulant and stopping the blood inflow at the pre programmed volume Technical Characteristics gt The basic functions of a Blood Collection Monitor includes weighing of blood collected during blood donation should provide stable agitation to maintain uniform mixing of anticoagulant with blood and stopping the blood inflow at the pre p
90. 014 15 It shall be submitted with technical bid and the above information should be verifiable from relevant documents of the bidder Firm should have supplied at least 10 of the indicative quantity specified in the notice inviting bid in last three financial years The different variants of same equipment may be considered Performance for the year 2015 16 may also be considered if the accounts are audited and certified by charted accounted In case of supply of imported item s the suppliers may be asked to furnish a certificate and other information to the effect that the firm has completed all the formalities including bill of entries in custom in connection with import of the item in question Place Dated Signature of bidder with Seal E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Annexure VII On FirmG letter head STATEMENT OF PLANT amp MACHINERY It should be submitted with cover A List of Plant amp Machinery available for production of equipment List of items manufactured by the bidder Area of unit with working space amp authority letter of allotment Stock position of raw material Registration certificate for manufacturing unit SSI unit from Industries department Man power status details List of equipments for quality control measures including details of Quality control Laboratory if any Certificate from Govt Agency Charted engineer for pro
91. 10 2 54 IEC 61010 1 6 and IEC 62304 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance Three phase stable power supply 8 2 Requirements for sign off Certificate of calibration and inspection of parts from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Digital 1 USE Radiography 1 1 Clinical purpose Used for Radiographic Images in a digital format DICOM System HF greatly reducing the time for image capture and processing Ideal for heavy workload facilities and tertiary care facilities Used by clinical department ward Radiology Department AL TECHNICAL CHARACTERISTICS Technical characteristics specific to this type of device Unit should be High frequency Digital Radiography system with rotating anode X Ray tube 3D ceiling suspended stand with Autotracking 2 separate detectors be provided One in table and one in the vertical bucky each System should have following features HIGH FREQUENCY GENERATOR Generator should be of latest technology with high frequency 40KHz or more X Ray Generator Constant Power output of 65KW KV range should be
92. 16 z g without the express consent of Name of firm company and asked for maintenance of equipment without any additional cost I we do hereby agree to the condition that JKMSCL may if deemed fit go for the third party maintenance under Comprehensive equipment maintenance programme of Govt of India Dispute resolution committee If both the parties fail to resolve any issue bilaterally then the specific point may be placed before the dispute resolution committee constituted by JKMSCL The service providing firm shall participate in proceedings through his authorized signatory of rate contract holding firm only Jurisdiction All actions proceedings and suits arising from or connected to this contract shall be subject to the exclusive jurisdiction of courts in Jammu amp Kashmir In witness whereof the parties here to have signed this agreement on the day and year first herein above written Signed on behalf of the Signed on behalf of the Signed Signed Authorized signatory Authorized signatory Name Name Capitals Capitals Designation Designation Rubber Stamp Rubber Stamp Witness 1 Witness 1 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Annexure XI B COMPREHENSIVE MAINTENANCE CONTRACT CHARGES RATES Rates from BOQ Amount in Rs Years after the completion of Prices including taxes and all kinds of charges guarantee period In fig
93. 2 Sterilizer Big instruments 1 USE 1 1 Clinical purpose A sterilizer is a pressure chamber used to sterilize equipment and supplies by subjecting them to high pressure saturated steam at 121 C for around 15120 minutes depending on the size of the load and the contents 1 2 Used by clinical department ward Operation theatreICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt Should have seamless shell amp lever operated Lid fitted with full proof mechanism control excessive steam escape and restricts condensate within the shell gt Synchronized maneuverability of lid due to statistically perforated tray for flushing amp entry of water gt SS 304 316 deep drawn seamless construction gt Thermostatically controlled gt Drainage plug at the bottom 2 2 User amp interface Manual 2 3 Software and or standard of communication where ever required NA 3 P HYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Capacity 4 5 7 5 L 3 4 Noise in dBA NA 3 5 Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Portable 4 ENERGY SOURCE electricity UP S solar gas water CO 2 4 1 Power Requirements Recharging unit Input voltage 220V 240V AC 50Hz 4 2 Battery operated Yes 4 3 Tolerance to variations shutdowns NA 4 4 Protection Should h
94. 2 Battery operated No 4 3 Tolerance to variations shutdowns 10 4 4 Protection Should have over charging cut off with visual symbol 4 5 Power consumption 60W 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system Power cord 1pc Electrode lever 1 pc Electrode 2sets Collective electric bulb 2pcs switch Trolley Foot switch Reusable electrode handle with cutting coagulation switch Disposable REM plate Cable for electrode handle Neutral plate for adults and pediatric PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required VVVVVVVVV 7 STANDARDS AND SAFETY 7 1 Certificates premarket sanitary Performance and safety standards
95. 2015 2016 GUARANTEE CLAUSE i The bidder would guarantee that the subject matter of procurement would continue to conform to the description and quality as per technical specifications and performs as per descriptions from the date of delivery installation of the said subject matter of procurement Notwithstanding the fact that the purchaser may have inspected and or approved the said subject matter of procurement during the guarantee period if the said subject matter of procurement is discovered not to conform to the description and quality as aforesaid or not performing as described the procuring entity will be entitled to reject the said subject matter of procurement or such portion thereof as may be discovered not to conform to the said description and quality or not performing as described On such rejection the subject matter of procurement will be at the seller s risk and all the provisions relating to rejection of goods etc shall apply The successful bidder shall if called upon to do so replace the goods etc or such portion thereof as rejected by the procuring entity Otherwise the bidder shall pay such damages as may arise by reason of such breach of the condition herein contained Nothing herein contained shall prejudice any other right of the procuring entity in that behalf under this contract or otherwise The bidder shall during the guarantee period appearing in the contract replace the whole subject matter o
96. 3 4 Noise in dBA lt 50 dB 3 5 heat dissipation NA 3 6 Mobility portability Yes 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Voltage value AC or DC monophase or triphase 220 to 240V 50 Hz 4 2 Battery operated Internal rechargeable battery having at least 5 hours backup for 10ml hr flow rate with 50ml syringe 4 3 Tolerance to variations shutdowns Voltage corrector stabilizer to allow operation at 30 of local rated voltage 4 4 Protection Battery powered alarm for power failure or disconnection Electrical protection provided by fuses in both live and neutral supply lines 4 5 Power consumption 25W 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp Spares Clamp for mounting pump on IV stand 5 2 Consumables reagents open closed system Battery syringe holder 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 gt Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 gt Enclosure to protect against water ingress Possible to perform cleaning with alcohol or chlorine wipes User s care Cleaning Disinfection amp Sterility issues NA STANDARDS AND SAFETY Certifications FDA CE IEC 60601 1 2 2007 IEC 60601 1 8
97. 34 Focus Lamp Ordinary For Examination 35 MC0035 Electro hydraulic table 36 MC0036 Operation table hydraulic minor 37 MC0037 Shadowless lamp ceiling type minor Single Dome 38 MC0038 Shadowless lamp standing model NEONATAL amp PEDIATRIC CARE ICUs 39 MC0039 Ophthalmoscope 40 MC0040 Bilirubinometer Al MC0041 Multichannel Electrocardiographic ECG 42 MC0042 Blood gas monitors monitoring systems and associated devices ABG Machine 43 MC0043 Cold Light Sources 44 MC0044 CPAP 45 MC0045 Intensive care ventilator Neonatal amp Pediatrics 46 MC0046 Transport pneumatic high frequency ventilator 47 MC0047 Ventilator all patient category Adult to neonatal 48 MC0048 Nebulizing systems 49 MC0049 Emergency suction systems 50 MC0050 Oxygen administration enclosures 51 MC0051 Oxygenators 52 MC0052 Infant warmer 53 MC0053 Phototherapy units systems 54 MC0054 Infant Incubator 55 MC0055 Pulse oximeter 56 MC0056 Blue light radiometer 57 MC0057 Breast Pump 58 MC0058 EEG Electroencephalography SKILL LABORATORIES 59 MC0059 Abdominal Palpation Maannequin for Leopard Maneuers during pregnancy 60 MC0060 Adult CPR Mannequin Simulators Resuscitatio
98. 51 Oxygenators 1 USE 1 1 Clinical purpose to concentrate oxygen O2 from ambient air and deliver the concentrated O2 typically through an attached nasal cannula to a patient requiring oxygen therapy 1 2 Used by clinical department ward SNCU NICU TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Flow rate 0 5 LPM purity gt 93 O2 delivery pressure 0 03 to 0 07 Mpa 4 35 10 15 PSI Atomising pellet ml min gt 0 5 uninterrupted flow of oxygen Oxygen monitoring system optional Low pressure alarm high pressure alarm and power failure alarm Unit capable for supplying oxygen to two outlets simultaneously using two independent flow meters 2 2 Settings Should be capable of providing minimum 12 hours of continuous operation 2 3 User s interface Front panel access to reset switch 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Max spec 640 mm H x 410 mm W x 410 mm D 3 2 Weight lbs kg Max 30 kg 3 3 Configuration NA 3 4 Noise in dBA lt 50 db 3 5 heat dissipation Heat desipated using an internal exhaust so that a maximum of 36 5 degree C is maintained 3 6 Mobility portability Yes 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Power Requirements 230 10 VAC 50 Hz 2 amps 4 2 Battery operated NA 4 3 Tolerance to variations s
99. Arrhythmia detection facility required minimum gradation of 1 bpm gt Heart rate measurement range to be at least 30 to 250 bpm with accuracy better than 5 bpm 2 2 Settings Audiovisual alarms required high and low heart rate operator variable settings cardiac arrhythmia sensor wire disconnected low battery 2 3 User s interface Manual 2 4 Software and or standard of communication In built 3 PH YSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg less than 5 kgs 3 3 Configuration Case is to be hard and splash proof gt Display must allow easy viewing in all ambient light levels gt Supplied in protective case for clean storage and safe transport 3 4 Noise in dBA lt 50 dB 3 5 heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through a exhaust cooling fan 3 6 Mobility portability Supplied in protective case for clean storage and safe transport 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Voltage value AC or DC monophase or triphase 220 to 240V 50 Hz 4 2 Battery operated Battery powered silenceable alarm for power failure Battery charger to be integral to mains power supply and to charge battery during mains power operation of unit Internal replaceable rechargeable battery allows operation for at least one hour in the event of power failure 4 3 Tolerance to variations shutdowns Voltage corrector stabilizer
100. COM CD writing amp reading Image inverse image flipping image magnification zooming Reporting format Image preview Image cropping Printing multiple patient on one film CD writing for multiple patient on one CD Should have a hard disk of 80 GB or more for storing image VVVVVVVVVVVVVV V VV WV 2 2 User interface manual 2 3 Software and or standard of communication where ever required In built 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 3 3 Configuration NA 3 4 Noise in dBA Noise free system 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through a cooling mechanism 3 6 Mobility portability Stationary installation 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements Power supply 230V AC 50Hz 4 2 Battery operated no 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 5 ACCESSORIES SPARE PARTS CON SUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system Machine should be supplied with following transducers gt 2No BARC Approved whole body lead aprons with all attachments gt Please provide cassette for CR with PSP Plate IP 140X 170 2 No 110X 146 106X146 2 No 100X 126 2 No gt Suitable online pure sin
101. COM Print ADICOM image output to network workstation AGrid Pattern removal software amp noise compression processing AGray Scale reversal ARotation Almage preview time 25 to 60 Sec For large image 2 1 Technical characteristics specific to this type of device System should be fully compliant with DICOM 3 gt Automatic cassette identification through bar code reader gt Laser camera with at least three film size on line 146X 170 11 X 140 100 X14 100X 120 amp 80X 100 gt Contrast spatial Reading resolution 10 pixel mm or more constant high resolution in all sizes True size printing should be possible from reader console Automatic exposure correction amp facility for manoeuvring reading sensitivity manually Gamma curves for multiple object intensity processing Registration amp cassette identification should b e possible to be done before amp after the exposure Pre Post registration 7 Specification for Laser Camera Mention Spatial resolution higher level preferable minimum 500 DPI PPI Mention Gray Scale resolution more than 12 bits preferable Mention Processing capacity hour for 140 X 170 films It should be more than 70 films Hour Acceptable film size 140X 170 110X 142 100X 140 100X 126 amp 80X 100 Online film size at least three film size DICOM compatible CR workstation should have following feature Multiple image printing with multiple format Measurement of image insert scale Preloaded annotation DI
102. CS 2 1 Technical characteristics specific to this type of device gt The material of mannequin should be of polyvinyl or silicone rubber free from any hazardous materials gt The texture of the mannequin should be as close to the feel of the baby adult skin as relevant gt The Internal parts of the mannequin must be realistically sculpted anatomically accurate and feel must be smooth resilient bony as relevent and suitable for simulation gt It should have features to demonstrate opening of airway head tilt chin tilt and jaw thrust techniques gt Adult CPR Mannequin should have disposable airways 6 Adult CPR Mannequins should have removable reusable faces gt Adult CPR mannequin should have an indicator which confirms correct chest compression technique gt It should have compression spring for consistent resistance 2 2 Settings NA 2 3 User amp interface NA 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric adult torso 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes portable 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO 2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Acc
103. Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA European CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 certification for quality standards gt Electrical safety conforms to the standards for electrical safety IEC 60601 1 General requirements or equivalent BIS Standard gt Shall meet internationally recognised standard for Electromagnetic Compatibility EMI EMC for electromedical equipment 61326 1 gt Certified to be compliant with IEC 61010 1 3 IEC 61010 1 2 IEC 61010 2 54 IEC 61010 1 6 and IEC 62304 gt AERB type approved 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Certificate of calibration and inspection of parts from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks re
104. E Electricity UPS Solar Gas Water CO2 4 1 Voltage value AC or DC monophase or triphase 220 to 240V 50 Hz 4 2 Battery operated Battery charger to be integral to mains power supply and to charge battery during mains power operation of unit Battery powered silenceable alarm for power failure Internal replaceable rechargeable battery allows operation for at least one hour in the event of power failure 4 3 Tolerance to variations shutdowns Voltage corrector stabilizer to allow operation at 30 of local rated voltage 4 4 Protection Electrical protection provided by fuses in both live and neutral supply lines 4 5 Power consumption lt 120Watt 4 6 Other energy supplies Mains cable 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp Spares 2 pairs 12 lead ECG cable 5 packs of 100 disposable ECG connection electrodes Two sets of reusable SpO2 probes including adult paediatric amp neonatal probes Two sets of NIBP cuffs of each size Two external skin temperature probes Consumables reagents open closed system ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS Atmosphere Ambiance air conditioning humidity dust Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfec
105. ED and should have timer to indicate its usage Over temperature safety cut out to be included Up down and tilting of head should be possible The unit should be mounted with castor wheels with brakes Variation in intensity over 5 6 hours lt 10 The irradiance ratio min to max shall be greater than 40 on mattress Green indicator light shall be provided to indicate that equipment is ready for normal use Interruption and a restoration of the power supply do not change preset values LED heat can be reduced by natural cooling LED should be protectred from free fall It should not topple on 10 deg inclined angle The temperature of baby bed and metal surfaces should not exceed 40deg C and 43 deg C for other accesible surfaces There should be intutive method to indicate the light surface is at the appropriate treatment distance Mobile stand with movable castors and height adjustment facility along with easy swivelling of source box Unit can be used along with Infant care trolley Radiant Warmer and Incubator 2 2 Settings UP DOWN adjustment of Over Head Unit The phototherapy unit should be able to provide effective treatment for beds and incubators of varying heights generally 1 0 to 1 6m Adjustment of light intensity may be provided 2 3 User s interface Manual 2 4 Software and or standard of communication where ever required LED Display and inbuilt software 2 5 Others 3 PHYSICAL CHARACTERISTICS 3 1 Dimensio
106. ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Power Requirements Power supply 230V AC 50Hz 15 Amps single phase Line resistance lt 0 4 ohms 4 2 Battery operated no 4 3 Tolerance to variations shutdowns line regulation of 10 4 4 Protection NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system Machine should be supplied with following transducers gt 2No BARC Approved whole body lead aprons with all attachments BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENT AL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 temperature of 5 to 50 deg C and relative humidity of 15 to 80 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STAND ARD S AND SAFETY 7 1 Certificate
107. HARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA Noise free system 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through a cooling mechanism 3 6 Mobility portability Mobile 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements Power supply 230V AC 50Hz 15 Amps single phase Line resistance lt 0 4 ohms 4 2 Battery operated no 4 3 Tolerance to variations shutdowns line regulation of 10 4 4 Protection NA 5 ACCESSORIES SPARE PARTS CONSUMABLES VVVVVVVVV VVVVVVVVV V E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system Machine should be supplied with following transducers gt 5 No BARC Approved whole body lead aprons with all attachments DING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 5 to 50 deg C and relative humidity of 15 to 80 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User s care
108. HINERY amp EQUIPEMNT 2015 2016 Leg section lowered from the Horizontal 40 50 Kidney position should be achievable by breaking the table Table top should be radio lucent Should have handset for position selection by in built stand by control 2 2 User interface Manual 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric 1910 x 530 mm 3 2 Weight lbs kg Should be able to bear patient weight 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Not portable 4 ENERGY SOURCE electricity UP S solar gas water CO 2 4 1 Power Requirements Recharging unit Input voltage 220V 240V AC 50Hz 4 2 Battery operated Yes 4 3 Tolerance to variations shutdowns NA 4 4 Protection Should have over charging cut off with visual symbol 4 5 Power consumption NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system S S Arm Rest 2 no Anaesthetic Screen 1 no Lithotomy Leg Holders with Stirr Ups 1 set Leather Wristlets 1 set Padded Leg Rest Gutter type Anti static mattress Side rails BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATION
109. ION EQUIPMENT 79 MC0079 Double beam UV visible spectrophotometer 80 MC0080 Water purifier 81 MC0081 Dissolution apparatus 82 MC0082 Potentiometer 83 MC0083 Electronic Balance 84 MC0084 UV VIS Spectrophotometer 85 MC0085 FTTR Spectrophotometer Note 1 The Average Annual Turn Over required for the item s pertaining to the Group Machinery amp Equipment is as per the cost of the equipment each unit as mentioned below Only the bid s falling under the category as specified under Annual Turnover is accepted The bid s not falling under thel Annual Turnover clause shall be out rightly rejected S No Details of Groups Average Annual Turnover for the last three years Group I Machinery amp Equipment Cost gt 5 01 Crore Rs 50 00 Crore Group II Machinery amp Equipments Cost 1 01 Crore to 5 Rs 20 00 Crore Crore Group IH Machinery amp Equipments Cost 10 01 Lacs to 1 Rs 5 00 Crore Crore Group IV Machinery amp Equipments Cost upto 10 lacs Rs 1 00 Crore 2 The documents submitted by the firm at the time of registration needs not be re submitted with the technical bid However the latest documents if any wherever the submitted documents are expired at the time of tender shall be uploaded with the technical bid 3 The catalogues brochures of the equipments shall be submitted alonwith the demand drafts in a separate envelopes
110. IS or MDD European CE amp US FDA 7 2 Quality Certifications Not available 7 3 Electrical Safety Not available 8 Training amp Installation 8 1 Pre installation requirements Quality construction and the ability of custom made blood chair to install securely to the vehicle withstanding any road E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 conditions Requirements for sign off Not available Training of staff Medical Technicians OPTIONAL Related training material for staff to be followed MC0076 Portable Blood Storage Refrigerator 2 9 3 1 3 2 3 3 3 4 3 5 3 6 4 4 1 4 2 4 3 4 4 4 5 4 6 Use Purpose Blood Storage Refrigeration unit is portable and specifically designed unit to keep blood bags safe by ensuring consistent temperature of 2 to 8 C even during in transit vehicle movement extreme temperature fluctuations and weather conditions Technical Characteristics Technical characteristics specific to this type of device Mobile Blood refrigeration unit are custom made for Mobile Blood Vehicle use to peculiarities of road conditions terrains and diverse weather conditions They support specific temperature ranges and suitable for safe transport of biomedical Blood products in hot and cold climates Internal gross volume of unit need to support storing for approx 80 100 Blood Bags 350ml and capable to ope
111. JKMSCL MACHINERY 2015 106 DATED 23 11 2015 Name Designation and Address of Bidder having our office Address of Firm do declare that I We have read all the terms amp conditions of the bid document floated byJKMSCLfor the supply of machinery amp equipments and agree to abide by all the terms amp conditions set forth therein I We declare that we are participating in this bid in the capacity of Manufacturer Direct Importer Distributor Authorized Dealer of the original manufacturer I We enclose valid Manufacturing license Import license along with authorization by foreign principal manufacturer authorization from principal manufacturer in case of Distributors Authorized Dealers of the original manufacturer importer I We further declare that the rates offered by us shall remain valid for the period of 12 months and shall reduce the rates if the rates are reduced by us for any other buyer during this period within Union of India I We enclose the following documents as per details given below S No Item Particular Page No Bid security General Conditions of the Contract GCC 3 through demand draft Technical bid submission sheet Annexure I Self attested Photocopy of Acknowledgement of EM I SSI unit for each quoted Product and a certificate from NSIC MSME ndustries department for the production capacity amp the quality control measures properly installed at the production unit GCC 2 6 ii
112. JKMSCL is not bound to accept the lowest bid and may reject any part thereof or all bids without assigning any reason thereof The bidders shall have to submit a valid V AT clearance certificate from the concerned commercial taxes Officer and the PANOissued by income tax department It is clarified that the information required in bidding document should be submitted only in enclosed format bidding form Annexure I to XVIII without any change or modification in its formats Bids submitted with changed or modified annexure formats shall be rejected Information of award of contract shall be communicated to all participating bidders on the website www jkmscl nic in www jktenders gov in www jkhealth org amp www jknhm com Note If any amendment clarification is carried out in the technical specifications and bid terms amp conditions following pre bid meeting or any other information the same shall also be uploaded on the websites mentioned above H E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 TABLE 1 List of Machinery amp Equipment s refer Annexure AVII for technical specifications S No Item Code Name of the item EMERGENCY RESPONSE SYSTEM MC0001 Suction systems MC0002 Suction pump Foot operated MC0003 Laryngoscope MC0004 Foetal Doppler system MC0005 Nebulizing systems MC0006 Automated external defibrillators MC0007 Patient moni
113. L CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 7 STANDARDS AND SAFETY 7 1 Certificates premarket sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 certification for quality standards gt Electrical safety conforms to the standards for electrical safety IEC 60601 General requirements or equivalent BIS Standard gt Shall meet internationally recognised for Electromagnetic Compatibility EMC for electromedical equipment 61326 1 gt Certified to be compliant with IEC 61010 1 IEC 61010 2 40 for safety gt Vessel pressure testing 7 2 Local and or international Manufacturer sup
114. ND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues Complete unit to be easily E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 washable with mild soap and water without bringing deterioration in the mannequin 7 STANDARDS AND SAFETY 7 1 Certifications BS EN ISO IEC 17050 1 2010 Conformity assessment Supplierds declaration of conformity gt EMC Directive 2004 108 EC 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Demonstration to the user while delivering the product 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of work order Training of users in handling and basic maintenance shall be provided MC0068 Essential New Born care and resuscitation mannequin Simulators and associated devices 1 USE 1 1 Clinical purpose To demonstrate and practice neonatal resuscitation TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt The material of mannequin should be of polyvinyl a
115. No VIII X amp XI are required to be submitted after the finalization of contract 3 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 JAMMU AND KASHMIR MEDICAL SUPPLIES CORPORATION LTD s E Public Sector Undertaking of the Government of Jammu and Kashmir Jammu Office Plot No 9 Transport Nagar Narwal J amp K 180006 Tele 0191 2490001 Telefax 0191 2490902 Srinagar Office 121 Green Avenue Hyderpora J amp K 190014 Telefax 0194 2432008 email enquiryjkmscl gmail com website www jkmscl nic in JKMSCL Tender No NIT JKMSCL MACHINERY 2015 106 Dated 23 11 2015 NOTICE INVITING TENDER On Behalf of Jammu amp Kashmir Medical Supplies Corporation Limited e bid under two cover system Technical bid in cover 1 and Financial bid in cover 2 is invited for the finalization of Annual Rate Contract for the procurement of Machinery amp Equipment from the manufacturers direct importers authorized distributors dealers of the manufacturers direct importers Detailed tender document may be downloaded at J amp K Govt Portal www jktenders gov in www jkmsclnin in www jkhealth org amp www jknhm com The cost of the tender alongwith tender processing fee shall be deposited against the Demand Draft of Rs 10000 Rupees Ten thousand only as tender charges i e Rs 5000 only as cost of tender amp Rs 5000 only as tender processing fee drawn on any of the Scheduled Nationalised bank in favour of J
116. ONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates premarket sanitary Performance and safety standards specific to the device type Local and or International gt Should be FDA CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 certification for quality standards gt Electrical safety conforms to the standards for electrical safety IEC 60601 General requirements or equivalent BIS Standard gt Shall meet internationally recognised for Electromagnetic Compatibility EMC for electromedical equipment 61326 1 gt Certified to be compliant with IEC 61010 1 IEC 61010 2 40 for safety 7 2 Local and or international Manufacturer supplier should have ISO certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature valu
117. ROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 To be submitted on Firms letter head Annexure I Technical Bid Submission Sheet Cover A Managing Director Jammu amp Kashmir Medical Supplies Corporation Ltd J amp K We the undersigned declare that 1 the bidding document of NIB No We offer to supply in conformity with the bidding document and in accordance with the delivery schedule specified in Section V schedule of supply the following goods and related services Name of the item and guarantee period plus CMC etc Our bid shall be valid for a period of 120 days from the date of technical bid opening in accordance with the bidding document and it shall remain bidding upon us and may be accepted at any time before the expiration of that period However validity may also be extended with mutual consent If our bid is accepted we commit to submit a performance security in the amount of 5 of the contract price or as specified in bid document for the due performance of the contract Our firm including authorised agent dealer supplier for any part of the contract have nationalities from the eligible countries I We are not participating as bidders in more than one bid in this bidding process in the bidding document Our firm its affiliates or subsidiaries including authorised agent dealer suppliers has not been debarred by the Union Govt any State Government or the procuring entity I We understand tha
118. RY amp EQUIPEMNT 2015 2016 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016
119. S 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates premarket sanitary Performance and safety standards specific to the device type Local and or international gt Should have FDA CE BIS approved product gt All mechanical tests gt Electrical safety conforms to the standards for electrical safety IEC 60601 General requirements or equivalent BIS standard and IEC 60601 2 46 for usability Certified to be compliant with IEC 60601 2 2 Medical Electrical Equipment Part 2 2 Particular requirements for the safety of High frequency Surgical Equipment if applicable or equivalent E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND
120. SCL under or by virtue of the said agreement and that it shall continue to be enforceable till all the dues of the JKMSCL under or by virtue of the said agreement have fully paid and its claims satisfied or discharged or till the Government certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said supplier and accordingly discharges this guarantee indicate the name of bank further agree with the JKMSCL that the JKMSCL shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time to performance by the said Supplier s from time to time or to postpone for any time or from to time any of the powers exercisable by the JKMSCL against the said supplier forbear or enforce any of the terms and conditions relating to the said Agreement and forbear or enforce any of the terms and condition relating to the said Agreement and we Shall not be relieved from our liability by reason of any such variation or extension being granted to the said supplier s or for any forbearance act or omission on the part of the JKMSCL or any indulgence by the JKMSCL to the said Supplied s or by any such matter or thing whatsoever which would but for this provision have effect of so relieving us The liability of us indicate the name of Bank under this guarantee will not be discharged due to the
121. SOURCE Electricity Ups Solar Gas Water Co2 4 1 Power Requirements N A 4 2 Battery operated N A 4 3 Tolerance to variations shutdowns N A 4 4 Protection N A 4 5 Power consumption N A 4 6 Other energy supplies N A 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional NA 5 2 Spare parts main ones NA 5 3 Consumables reagents open closed system tubing E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 5 4 Others 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust Operating condition gt Capable of operating continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances 6 2 User s care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable and sterilizable using both alcohol and chlorine agents 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary gt ISO 15001 2010 gt Should be CE or FDA approved gt The company should be ISO 13485 certified 7 2 Performance and safety standards specific to the device type NA 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Confirmation in no crack no leak in hood structure 8 3 Training of staff medical paramedical technicians NA MC00
122. TION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS approved product gt Manufacturer and supplier should have ISO 13485 US FDA EU CE certification for quality standards gt Shall meet internationally recognised for Electromagnetic Compatibility EMC for electromedical equipment 61326 1 gt Certified to be compliant with IEC 61010 1 IEC 61010 2 281 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket
123. Table elevation 700 mm 1000 mm 10 3 2 Weight lbs kg Should be able to support the weight of the patient upto 160 kg 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Not portable 4 ENERGY SOURCE electricity UP S solar gas water CO 2 4 1 Power Requirements Recharging unit Input voltage 220V 240V AC 50Hz 4 2 Battery operated Yes 4 3 Tolerance to variations shutdowns NA 4 4 Protection Should have over charging cut off with visual symbol 4 5 Power consumption NA 5 ACCESSORIES SPARE PARTS CONSUMABLES gt Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system side rail clamp shoulder support Arm support 2 nos E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 IV pole Body restraining belt Leg supports 2 nos Lateral supports Anti static mattress BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C a
124. Technical characteristics specific to this type of device Pumping frequency 30 to 80 Cpm and user adjustable Cushion inserted inside the breast cup so that it does not hurt the mother Suction Pressure 100 to 250 mm hb user adjustable Able to express milk from both breasts simultaneously Collection bottles can be used for storage of milk should be autoclavable and biocompatible Double alternating pumps double cycling pumps Should be motorized breast pump units Should be hospital grade and heavy duty 2 2 User s interface Manual 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Portable 3 2 Weight lbs kg Compact unit weight less than 4 kg 3 3 Configuration LCD LED display suction timing 3 4 Noise in dBA lt 60db 3 5 Heat dissipation NA 3 6 Mobility portability Yes 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Power Requirements 220 V AC 10 50Hz power supply 5A plug 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns 10 of input AC 4 4 Protection Electrical protection by resettable over current breakers or replaceable fuses 4 5 Power consumption Should be compatible with other life saving equipments running parallel 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system gt Resuable collection bo
125. The texture of the mannequin should be as close to the feel of the baby adult skin as relevant The Internal parts of the mannequin must be realistically sculpted anatomically accurate and feel must be smooth resilient bony as relevant and suitable for simulation Should have full size adult female lower torso with relevant internal landmarks and post partum uterus Should have palpable normal and pregnant uteri with realistically sculpted and anatomically accurate ovaries and fimbriae Should have normal and abnormal crevices Should be suitable for teaching practicing bi manual pelvic examination Should be suitable for vaginal examination including insertion of speculum uterine sounding and IUD insertion and removal and PPIUCD postpartum intrauterine contraceptive device gt Should have distal end of vagina to facilitate introduction of a female condom gt Should have detachable and attachable cervix 2 2 Settings NA 2 3 UserG interface NA 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes Portable 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy sup
126. able of operating continuously in ambient temperature of 10 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 certification for quality standards gt Electrical safety conforms to the standards for electrical safety IEC 60601 General requirements or equivalent BIS Standard gt Shall meet internationally recognised for Electromagnetic Compatibility EMC for electromedical equipment 61326 1 gt Certified to be compliant with IEC 61010 1 IEC 61010 2 40 for safety gt Should have ISO certificate for quality standard 8 TRAINING AND IN STALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket Safety an
127. able using both alcohol and chemical agents 7 STANDARDS AND SAFETY 7 1 Certifications FDA CE and BIS ISO 13485 2003 ISO 10079 2 1999 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off NA 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of work order Training of users in operation and basic maintenance shall be provided MC0050 Oxygen administration enclosures 1 USE 1 1 Clinical purpose To provide an enriched environment of oxygen O2 to increase the patient s O2 uptake 1 2 Used by clinical department ward SNCU NICU TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt Transparent Polycarbonate unbreakable single molded gt Silicon rubber Neck Port adjustment enabled to minimize the wastage of oxygen gt Silicon rubber Neck port adjustment to ensures use in Neonate Infant Pediatric patients gt Oxygen inlet Port 2 3 Settings N A 2 4 User s interface N A 2 5 Software and or standard of communication where ever required N A 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Appropriate to comfortably fit all size babies up to 5 years of age 3 2 Weight lbs kg extremely light weight 3 3 Configuration NA 3 4 Noise in dBA N A 3 5 heat dissipation NA 3 6 Mobility portability portable 4 ENERGY
128. acteristics specific to this type of device Type reflectance photometer Throughput of min 50 strips hour at two levels normal and abnormal Memory patient test results 1000 and QC test results 50 Display touch screen LCD Should have flagging facility Should be Able to analyse 10 Parameters Leucocytes Nitrite Urobilinogen Protein pH Blood Specific gravity Ketones Bilirubin Glucose 2 2 User interface Manual with USB interface Rs 232 2 3 Software and or standard of communication where ever required Inbuilt 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Portable 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements Recharging unit Input voltage 220V 240V AC 50Hz 4 2 Battery operated Yes 4 3 Tolerance to variations shutdowns NA 4 4 Protection Should have over charging cut off with visual symbol 4 5 Power consumption Less than 50 W 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system gt Thermal Paper 10 rolls gt Test Strips price to be declared and 1000 t
129. acturer like ISO ISI OEM CE USFDA etc EM II Certificate for each quoted product from NSIC MSME Industries department BIS License with schedule for ISI marked products State of manufacturing capacity Statement of plant amp machinery Statement of past supplies and performance Excise registration if applicable Company memorandum Constitution of company E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Board member resolution Product permission manufacturing certificate license Market standing certificate issued by Licensing authority Details of technical personnel employed Non blacklisting declaration Registration format duly filled NOTE Format shall have to be annexed along with written request on Letter Head duly signed and sealed by the Proprietor Managing Director Chairman Authorized signatory of the firm bidder In case of authorized signatory letter of authorization shall have to be enclosed indicating Name Address Mobile No Photograph and Signatures duly attested by Proprietor Managing Director Chairman of the firm bidder FORMAT FOR REGISTRATION OF DEALERS IMPORTER Name of the Firm In case of authorized representative agent dealers Please mention the name of the authorizing firm also with details indicating the authority to authorize the representatives agent dealers etc Address a Contact No L Line____ Mob b email ID Group Registration Registration No a
130. agnetic Compatibility EMC for electromedical equipment 61326 1 gt Certified to be compliant with IEC 61010 1 IEC 61010 2 281 61010 2 101 for safety Local and or international Manufacturer supplier should have ISO certificate for quality standard TRAINING AND INSTALLATION Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover Requirements for sign off Certificate of calibration and inspection from the manufacturer Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented Binocular Microscope USE Clinical purpose Binocular microscope is simply a microscope that lets the viewer use both eyes The microscope has 2 eye lenses The development of the double eye piece microscope was adapted to reduce the eyestrain and muscular strain that typically results from traditional microscopes Used by clinical department ward Clinical labs NICAL TECHNICAL CHARACTERI STI CS Technical characteristics specific to this type of device gt Body Single mould sturdy stand inclined Binocular body 30 360 rotatable head gt Eyepieces Highest quality 10 X 20mm wide angle anti fungus field eyepiece one with pointer Diopter adjustment must be present on both eye pieces gt Obj
131. al palpation model should have full size adult female torso abdomen and pelvis gt The abdominal palpation mannequin should have one piece full term fetus E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 with palpable frontanelles spine shoulders elbows and knees The abdominal palpation mannequin should have a mechanism to adjust the firmness of the abdomen in respect to the weeks of pregnancy i e 12 24 36 42 gestational age models gt The abdominal mannequin should be able to accomodate the fetus in vertex breech or transverse positions 2 2 Settings NA 2 3 User interface NA 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes Portable 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO 2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp spare parts Fetus size Sth 7th and term flexible enough to fit inside abdominal palpation mannequin 5 2 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning h
132. alf of the prescribed delivery period 5 c Delay exceeding half but not exceeding three fourth of the prescribed delivery period 7 5 d Delay exceeding three fourth of the prescribed period 10 fraction of a day in reckoning the period of delay in supplies shall be eliminated if it is less than half a day The maximum amount of agreed liquidated damage shall be 10 If the supplier requires an extension of time in completion of contractual supply on account of occurrence of any hindrances he shall apply in writing to JEMSCL for the same immediately on occurrence of the hindrances but not after the stipulated date of completion of supply The firms shall ensure extension of delivery period for delayed supplies The payment shall only be released by JKMSCL after sanction of extension in delivery period Delivery period may be extended with or without liquidated damages If the delay in the supply of goods is on account of force majeure i e which is beyond the control of the bidder the extension in delivery period may be granted without Liquidated Damage that too after thorough consideration by the Managing Director JKMSCL v If the bidder is unable to complete the supply within the specified or extended period the purchasing officer shall be entitled to purchase the goods or any part thereof from elsewhere without notice to the bidder on his i e bidders account at his cost and risk with the prior approval from JKMSCL The bidd
133. ality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover 8 2 Requirements for signoff Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0030 Operation Table Hydraulic Major 1 USE 1 1 Clinical purpose An operating table sometimes called operating room table is the table on which the patient lies during a surgical operation This surgical equipment is usually found inside the surgery room of a hospital 1 2 Used by clinical department ward Operation theatre 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt Should be a manually controlled operating table working range from floor level 800 1040mm Should be adjustable to all essential positions Should be equipped with movement controls at side of the table Should have Frame and bottom made of Stainless Steel 304 material Should have reinforced three section stainless steel top Height should be adjustable by oil pump foot step control Should have detachable head rest which can be easily adjustable to any desired position above or below table top Table top can be rotated 360 through base Trendelenburg 5 30 Reversed Trendelenburg Q30 Head Section Raised
134. all be referred to by the parties to the Managing Director JKMSCL who will appoint his senior most officials as the sole arbitrator of the dispute who will not be related to this contract and whose decision shall be final All legal proceedings if necessary arise to institute may by any of the parties SKMSCL or contractor shall have to be lodged in courts situated at Jammu and Kashmir and not elsewhere E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 If the rates of the approved items are reduced in any manner by the Govt Of India other state governments the approved supplier will have to notify JKMSCL and reduce the rates in the same proportion The firm shall furnish consolidated statement of supplies made to JKMSCL by the 10 of next month as per terms and conditions of the bid All terms and conditions of the bid shall be an integral part of the contract JURISDICTION All actions proceedings and suits arising from or connected to this agreement shall be subject to the exclusive jurisdiction of courts in J amp K In witness where of the parties here to have set their hands on the day 2015 Signature of the approved Supplier with Seal Managing Director Jammu and Kashmir Medical Supplies Corporation Limited Jammu Srinagar Witness 1 Witness 1 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Annexure AI SCHEDULE OF RATES Name of approved item s with full Brand Packing
135. all due diligence at their own level regarding applicability of other taxes duties and fees etc for the unit of supplies as specified in the bid document and accordingly include the same in their quotes Any additional extra claims over and above the rates agreed pertaining to taxes duties and fees etc will not be entertained later on any account ix No part of the bid document should be detached deleted x Any change or insertion of any other condition or stipulation in the above terms of supplies are not allowed and if so found this shall render the bid to be rejected without notice xi For comparison of rates the average comprehensive annual maintenance charges shall be added to the rate quoted for the equipments if comprehensive annual maintenance is applicable SUBMISSION OF SAMPLES AND DEMONSTRATION i Samples of the quoted item s must be sent free of cost on demand by JKMSCL even though the specifications or description etc are mentioned in the bid form are complied No sample shall be accepted after prescribed period In the event of non submission of samples within the prescribed period on demand the bid shall not be considered and bid security shall be forfeited JKMSCL may grant extension in time for submission of samples on the request of bidder Samples of equipment s should be collected back from the JKMSCL J amp K within 15 days from the date of finalization of list of successful bidder demonstration
136. ammu amp Kashmir Medical Supplies Corporation Limited Payable at Jammu Srinagar In case of SSI units the cost of tender fee shall be Rs 100 tender processing fee shall be Rs 5000 and Earnest money deposit Rs 5000 Managing Director Jammu and Medical Supplies Corporation Ltd E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Ta JAMMU AND KASHMIR MEDICAL SUPPLIES CORPORATION LTD E Public Sector Undertaking of the Government of Jammu and Kashmir Jammu Office Plot No 9 Transport Nagar Narwal J amp K 180006 Tele 0191 2490001 Telefax 0191 2490902 Srinagar Office 121 Green Avenue Hyderpora J amp K 190014 Telefax 0194 2432008 email enquiryikmscl gmail com website www jkmscl nic in E BID FOR THE PROCUREMENT OF MACHINERY amp EQUIPMENT JKMSCL Bid Reference JKMSCL Machinery 2015 106 Dated 23 11 2015 Date of publication of e bid 24 11 2015 Tuesday 1300 hrs Start date and time for download of bid document 24 11 2015 Tuesday 1700 hrs Last date and time for download of bid document 05 01 2016 Tuesday upto 1400 hrs Clarification start date 24 11 2015 Tuesday 1700 hrs Clarification end date 07 12 2015 Monday 1600 hrs Pre bid conference Item No 1 257 10 00 A M to 1 00 P M amp item No 26 45 2 00 P M to 4 P M on 01 12 2015 Tuesday Item No 45 65 10 00 A M to 1 00 P M amp item No 66 85 2 00 P M to 4 P M on 02 12 2015 Wednesday Last date and tim
137. amp conditions shall be got approved from Purchase committee of Managing Director JKMSCL J amp K as the case may be JURISDICTION All actions legal proceedings and suits arising from or connected to this bid shall be subject to the exclusive jurisdiction of courts in J amp K only E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Section VI B Special Conditions of Contract SCC The following Special Conditions of Contract SCC shall supplement the General Conditions of Contract GCC Whenever there is a conflict the provisions herein shall prevail over those in the GCC The clauses of special conditions of contract are as follows Clause No Particulars 1 Technical details bid security tender cost tender processing fee and all other required documents should be uploaded under Cover A Technical Bid and financial details BOQ should be uploaded under Cover B The documents submitted uploaded at the time of registration needs not to be uploaded in technical bid No document except financial instrument DD FDR amp catalogues of the bid items shall be entertained physically by the Corporation Pre requisite if any for installation including UPS computer printer and other items should be provided by the firm in technical bid and financial bid respectively Firm shall provide comprehensive guarantee with spare parts for item s as mentioned in Technical specification fr
138. ance gt Supplier to perform installation safety and operation checks before handover 8 2 Requirements for sign off Certificate of Calibration and inspection from the factory 8 3 Training of staff medical paramedical technicians Training of users in operation and basic maintenance shall be provided Infant Incubator 1 USE 1 1 Clinical purpose designed to provide an enclosed controlled environment to maintain appropriate temperature and humidity levels mainly for premature infants and other newborns who cannot effectively regulate their body temperature 1 2 Used by clinical department ward NICU and PICU 1 3 Overview of functional requirements Control of air temperature and infant skin temperature Clear hard cabinet for infant viewing Easy access control panel with light touch operation switches Facility to elevate base adjustable range Self test functions are performed Built for transport of infants between wards or health facilities including by vehicle gt Must have skin temperature display NICAL 2 TECHNICAL CHARACTERISTICS E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 2 1 Technical characteristics specific to this type of device Visual and audible alarms for Patient and air high low temperature alarm Air circulation probe system power failure alarm Heater power indicator Air velocity minimum 0 30m sec Oxygen input flow rate 5 to15 liters min or oxygen conce
139. ance manual MC0048 Nebulizing systems 1 USE 1 1 Clinical purpose designed to generate aerosolized medication fluids finely dispersed airborne droplets in a liquid phase intended to be inhaled by a patient with a respiratory disorder 1 2 Used by clinical department ward All TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Medicine cup capacity of minimum 5ml 2 2 Settings Manual 2 3 User s interface Manual 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Should be compact 3 2 Weight lbs kg lt 2kg 3 3 Configuration 3 4 Noise in dBA heat dissipation lt 60dBA 3 5 Mobility portability Yes 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements 220 V AC 10 50Hz power supply 5A plug 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns 10 of input AC 4 4 Protection Electrical protection by resettable over current breakers or replaceable fuses fitted in both live and neutral lines 4 5 Power consumption Should be compatible with other life saving equipments running parallel 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp Spares With necessary accessories nebulization mask both adult E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016
140. ancial Bid in Cover B to be uploaded on www jktenders gov in The cost of tender tender processing fee EMD and catalogues of the quoted items shall be submitted in the office of JK MSCL three days prior to submission of online bids No tender document is accepted in physical form It is expected from all bidders that DD CDR FDR in separate envelope shall be deposited with the authorised person of JKMSCL at reception against proper receipt from thee concerned Correspondences Complaints lodged to JKMSCL should bear signature name I D proof and mobile number of the complainant Unauthenticated correspondence complaints may not be acted upon If any bidder intends to lodge a complaint or make a suggestion with regards to some bid condition it shall be done in the Pre bid conference in the office of JKMSCL in writing After the stipulated period as decided by the JKMSCL no such complaint suggestion would normally be considered Certificates Licenses Documents which are required should be complete and updated The bidder shall submit acceptance of terms and conditions of the tender document as annexure The average annual turnover of the bidder shall be as per Table 1 for last three financial years The turn over statement Annexure V duly certified and signed by chartered accountant duly supported by the balance sheets shall be submitted along with bid failing which the bid shall be rejected If there is any query in bid
141. ange at least from 0 1 to 200 ml hr in steps of 0 1 ml hr and at least from 100 to 1200 ml hr in steps of 1 ml hr Saves last infusion rate even when the AC power is switched off Bolus rate should be programmable with infused volume display Selectable occlusion pressure trigger levels selectable from 300 500 and 900 mmHg Must work on commonly available 20 50 and 60 ml syringes Accuracy of 2 or better Maximum pressure generated O20 psi Automatic detection of syringe size and proper fixing Must provide alarm for E E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 wrong loading of syringe Anti bolus system to reduce pressure on sudden release of occlusion Pause infusion facility required Self check carried out on powering on Comprehensive alarm package required including occlusion alarm near end of infusion pre alarm and alarm volume limit pre alarm and alarm low battery pre alarm and alarm AC power failure drive disengaged syringe loading error maintenance required 2 2 Settings Double loadable with one syringe of minimum 20ml 2 3 User s interface Automatic 2 4 Software and or standard of communication Inbuilt 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Max spec 120 x 100 x 40mm 3 2 Weight lbs kg lt 500gm 3 3 Configuration Tamper resistant case made of impact resistant material Securely mountable on tabletop IV stand or bed fitting
142. antly available with the help of penumatic gas spring mechanism along with manual over ride Back rest manually adjustable on ratchets mechanism Leg end section should slide completely under the main section Lithotomy Rods should be height adjustable covered with soft Rubber and Rexine gt U Cut in the middle section gt Head and side safety railing along with hand grips made of SS 2 2 User interface Manual 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERI STICS 3 1 Dimensions metric 740Lx350 Wx260H adjustable to 360 3 2 Weight lbs kg should be able to support patient weight upto 160kg 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat dissipation NA 3 6 Mobility portability NA 4 ENERGY SOURCE electricity UP S solar gas water CO 2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system gt Mattress 50 mm with U Cut thick should be tear proof covered with non pinching Rexine seamless joint washable and water proof PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust NA E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 6 2 UserG care Cleaning Disinfection amp
143. arges No price escalation will be applicable E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 List and rates of consumables The Name and brand of equipment has the following requirement of reagents consumables amp spares without which this equipment cannot be made operational functional All the reagents chemicals consumables and spares are covered under comprehensive maintenance contract except given below a The list of Reagents amp Chemicals S No Name of reagents amp chemicals Packaging unit Price per unit Remark Rs So on b The list of consumables S No Name of consumables Packaging unit Price per unit Remark Rs The list of spare parts Name of spare parts Packaging unit Price per unit Remark Rs Payment Terms The JKMSCL procuring officer consignee shall make 50 payment of annual maintenance charges after completion of each six months of satisfactory service by way of demand draft account payee cheque in favour of service providing firm The remittance charges shall be borne by the firm The consignee shall ensure that maintenance and repair are satisfactory during last half yearly period before further advancing C M C charges to firm Liquidation damages i The Supplier service providing firm shall be liable to pay a penalt
144. arts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates premarket sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS and ISO 13485 approved product gt Electrical safety conforms to the standards for electrical safety IEC 60601 1General requirements or equivalent BIS Standard gt Shall meet internationally recognised for Electromagnetic Compatibility EMC and Electromagnetic Interference EMI for electromedical equipment IEC 60601 1 2 gt Certified to be compliant with IEC 60601 2 4 for usability 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover 8 2 Requirements for signoff gt Certificate of calibration and inspection from the manufacturer E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC003
145. ary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 US FDA EU CE certification for quality standards gt Shall meet internationally recognised for Electromagnetic Compatibility EMC for electromedical equipment 61326 1 gt Certified to be compliant with IEC 61010 1 IEC 61010 2 281 IEC 61010 101 IEC 61010 2 40 for safety 7 2 Local and or international Manufacturer supplier should have ISO certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Should be operable at 220 240 volts 50 60 Hz gt Safety and operation check before handover 8 2 Requirements for sign off Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be document Semi Automated Urine Analyser Strip 1 USE 1 1 Clinical purpose Used in biochemical labs for identification of specific bio chemical marker in urine like Glucose Ketones proteins pH etc in clinical conditions like Diabetes Renal failure Acidosis etc 1 2 Used by clinical department ward Biochemistry Laboratories TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical char
146. ase the item product is supplied through authorised agent dealer product manufacturing permission import sale license of the principal manufacturer s direct importer s shall have to be uploaded along with technical bid Bid shall be have to be loaded on e portal i e www jktenders gov in submitted to Managing Director Jammu and Kashmir Medical Supplies Corporation J amp K The bidder shall submit following certificates along with the bid However the documents submitted for the registration of firm needs not be re submitted Bid security shall be submitted in the shape of FDR CDR and cost of bid document amp tender processing fee shall be submitted in the form of demand draft drawn at any of the scheduled nationalised ban kin favour of Jammu and Kashmir Medical Supplies Corporation J amp K payable at Jammu Srinagar a Manufacturer bidder shall enclose duly self attested photocopy of acknowledgement of EM I Memorandum IEM Registration of SSI unit of J amp K State only for the products duly approved by the licensing authority for every product quoted in the bid The license if any should be renewed up to date Acknowledgement of EM II issued by District Industries Centre with an affidavit as per Annexurel IX under rules for preference to industries of Jammu and Kashmir in respect of stores for which they are registered Likewise manufacturer bidder shall submit documents relating to the production capacity and pr
147. ate amp time for submission of bid 05 01 2016 Tuesday upto 1600 hrs Date amp time of opening of technical bid bid 06 01 2016 Wednesday at 1100 hrs Address for correspondence and clarifications Corporate Office Jammu Plot No 9 Transport Nagar Jammu J amp K Tele 0191 2490001 Telefax 0191 2490902 Corporate Office Srinagar 121 Green Avenue Hyderpora Srinagar J amp K Tele 0194 2432008 Preparation of Bids The language of the bid shall be in English only The Bidder shall uploaded the following documents with the technical bid 1 Bid security EMD in the shape of DD FDR CDR 2 Bid document cost tender processing fee through demand draft 2 In case of Indian manufacturer valid manufacturing license from competent authority copy of the registration with central excise department In case of direct Importer distributor authorized dealer Import Export Code IEC certificate and permission authorisation for sale from the foreign principal manufacturer principal manufacturer Annexure XVI The average annual turnover of the bidder shall be as per Table 1 for last three financial years Annexure V Declaration by the bidder regarding qualification Annexure XII Declaration of manufacturer direct importer distributor authorized dealer Annexure XV Authorisation of the bidder by the firm Annexure X VII Bidders shall have to submit a valid VAT clearance certific
148. ate from the concerned commercial taxes officer or affidavit and the ANGOissued by income tax department 9 USFDA Certificate CE Marking ISO BIS certificate etc as applicable Note The above mentioned documents if already submitted with the registration of E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 firm needs not to be re submitted The Bidder shall upload with its financial bid submission sheet Annexure IT N B No rate should be quoted uploaded along with technical bid Rates are to be uploaded on BOQ only Alternative bids are not permitted Discounts or award of combination of lots shall not be offered For goods offered from outside India direct importer the bidder shall quote prices including all kinds of costs like inland transportation taxes installation and commissioning charges up to the consignee site complete in all respect including consumables kit for demonstration if any The terms of quoting price of equipments are inclusive of all taxes charges with installation and commissioning etc complete in all respect The prices quoted by the bidder shall be fixed for entire contractual period of equipments The contract price shall be fixed for a contact period of 12 months of the goods and related services extendable upto 03 months with mutual consent The currency of the bid shall be Indian rupees only The bid validity period shall be 120 days fr
149. ates Annexure AIII Affidavit under price fall clause of Contract Annexure AIV Form for bank guarantee on bank letter head Annexure AV Registration Format Annexure AVI Declaration regarding acceptance of terms amp conditions of tender document by the bidder Annexure AVID Technical Specifications Annexure AVII E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Annexure AI LETTER OF ACCEPTANCE Ms 1 Item s as per schedule enclosed noted is are approved in your favour against the rate s quoted by you in the above mentioned bid According to the terms amp conditions of the bid it is necessary to execute an agreement in the prescribed form enclosed on a non judicial stamp paper of Rs 66 and furnish the requisite amount of performance security The amount of performance security calculated on the basis of 6 only The performance security shall be furnished to Jammu and Kashmir Medical Supplies Corporation Limited through bank draft payable at Jammu All terms and conditions of the bid document shall be an integral part of the contract You are informed to return the agreement form along with schedule of rates for approved item s in duplicate duly filled in and signed by you with signature and addresses of two witnesses below signature at the appropriate place mentioned in the agreement form The copies of the agreem
150. ation for both arms 2 2 User interface Manual 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Hand held device 4 ENERGY SOURCE electricity UP S solar gas water CO 2 4 1 Power Requirements Recharging unit Input voltage 220V 240V AC 50Hz 4 2 Battery operated Yes 4 3 Tolerance to variations shutdowns Voltage 10 Frequency 2 4 4 Protection Should have over charging cut off with visual symbol 4 5 Power consumption NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system NA DDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues gt Disinfection P
151. ave over charging cut off with visual symbol 4 5 Power consumption NA 5 ACCESSORIES SPARE PARTS CON SUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system NA BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates premarket sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS approved product E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 gt Manufacturer and Supplier should have ISO 13485 certification for quality standards gt Electrical safety conforms to the standards for electrical safety IEC 60601 General requi
152. ay sustain by reasons of such failure on the part of the bidder The bidder shall not be entitled to any gain on such purchases made against default The recovery of such loss or damage shall be made from any sums accruing to the bidder under this or any other contract with the corporation government If recovery is not possible from the bill and the bidder fails to pay the loss or damage within one month of the demand the recovery of such amount or sum due from the bidder shall be made from the bidder In case supplier fails to deliver ordered goods the risk purchases may be made at market rate from any other firm It is mandatory for the approved supplier to acknowledge receipt of orders within seven days from the date of dispatch of order failing which the procuring entity will be at liberty to initiate action to purchase the items on risk purchase provision at the expiry of the prescribed supply period RECOVERIES Recoveries of liquidated damages short supplies breakage rejected articles shall ordinarily be made from bills Such amount may also be recovered from any other untied dues amp security deposits available with the JK MSCL Incase recovery is not possible action will be taken as per prevailing Acts rules in J amp K State E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Any recovery on account of liquidated damage charges risk amp cost charges in respect of previous rate contrac
153. be Longitudinal movement motorized 2500mm or more Transverse movement motorized 1500mm or more Vertical up down movement motorized 1000mm or more Tube head Rotation along with Vertical Column axis 90 Tube head rotation along Horizontal axis 90 Smart collision avoidance system should be provided Manual override facility for x and y axis Electromagnetic locks should be available for comfortable operations Digital touch based display should be available on the X ray tube Collimator Assembly at least with following features Display and control of Exposure parameters like KV and MAS Display and control of Mechanical parameters like SID and tube Inclination Display of APR and patient position guide image Display of Acquired x ray image E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 gt The auto tracking system should also be capable of doing motorized oblique tracking with Vertical Bucky Stand during special cases Table gt Horizontal table with floating tabletop and adjustable height should be provided Tabletop should have three dimensional movement for ease of operation and use by patients Table should be provided with Inbuilt FPD FLAT PANEL DETECTOR beneath the tabletop having manual movement It should have electromagnetic locking facility and should be unlocked by the foot switch for its movement Transverse and longitudinal movements of the tabletop should be loc
154. be with the wire should also be pliable and non stiff Settings 1 Should have Manual mode and Baby Servo mode settings Mode of operation should be clearly displayed In servo mode baby set temperature should be 32 to 38 deg C 2 3 User s interface Manual and Servo controlled temperature regulation gt 2 4 Software and or standard of communication where ever required LED Display and inbuilt software Interruption and restoration of the power supply does not change the preset values 2 5 Others gt Device shall not overbalance when placed in any transport position of normal use on a 10 inclined plane from the horizontal plane Transformers of device shall be protected against overheating in the event of short circuit or overload of any output winding Patient leakage current should be less than 100 A in normal condition Temperature on the baby mattress should not exceed 43 deg C when the warmer is operating under steady temperature condition Temperature of HEATER GUARDS should not exceed 85 C in normal use The Temperature differences on the mattress shall not exceed 2 C 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric specifications upto 2000 mm Height X 900mm Width X 1100 mm Length 3 2 Weight lbs kg maximum spec 150kg E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 3 3 Configuration Atleast 60 degree angle adjustment must be possible in the heat source and it should
155. bed delivery period 2 5 b Delay exceeding one fourth but not exceeding half of the Prescribed delivery period 5 c Delay exceeding half but not exceeding three fourth of the prescribed delivery period 7 5 d Delay exceeding three fourth of the prescribed delivery period 10 Fraction of a day in reckoning period of delay in supplies shall be eliminated if it is less than halfa day The maximum amount of agreed liquidated damages shall be 10 If the supplier requires an extension of time in completion of contractual supply on account of occurrence of any hindrances he shall apply in writing to the authority which had placed the supply order for the same immediately on occurrence of the hindrance but not after the stipulated date of completion of supply iv Delivery period may be extended with or without liquidated damages if the delay in the supply of goods is on account of hindrances beyond the control of the supplier Termination of Contract on Breach Of Condition i a In case the supplier fails or neglects or refuses to faithfully perform any of the covenants on his part herein contained it shall be lawful for the procuring entity to forfeit the amount deposited by the supplier as performance security and cancel the contract In case the supplier fails neglects or refuses to observe perform fulfil and keep all or any one or more or any part of any one of the covenants stipulations and provisions herein contained it
156. bidding forms Annexure I to Annexure XVIII and other information submitted for bid no are true and correct to the best of my knowledge and nothing has been concealed therein Signature of bidder NAME ese ccssssosseressesssthssdesstiensbeceubvenseie ACOTOSS csacanssestcevecesshepuehsgssceeseesebeenasene Mobile no e mail address E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Section V Schedule of Supply Table of Contents Description List of goods and related services Delivery and completion schedule Technical specifications Drawings Inspections and tests E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Section V Schedule of Supply Clause No Description 1 List of goods and related services 1 1 Name of item 1 2 Related services are delivery local transportation installation commissioning demonstration and training etc 1 3 Guarantee period starts from the date of successful installation for a period of five 05 years 1 4 Comprehensive maintenance contract shall be executed for a period of five 05 years from the date of completion of guarantee period However JKMSCL may if deemed fit enter into third party agreement under comprehensive equipment maintenance programme Govt of India Delivery and completion schedule SUPPLY ORDERS AND SUPPLY SCHEDULE Su
157. capability to deliver fine particle Online Should integrated battery backup for minimum 2 hour for main unit a System configuration Accessories spares and consumables b ICU ventilator mounted on trolley E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Adult Paeditric Neonatal autoclavable silicon patient breathing circuits 02 each Reusable and autoclavable flow sensor and exhalation valve expiratory cassette 04 nos each The expiratory flow sensor and valve should have 05 years complete replacement free of cost Proximal flow sensor for neonatal use 10 nos Hinged support arm 01 Air oxygen hose each 01 no Medical Air compressor with CE mark Reusable masks small medium large with each machine one set each Humidifier Servo controlled fisher and paykel MR 850 with digital monitoring of inspired gas temperature 01 All accessories required like temp probe heating wire draw chamber etc each 02 nos Mean stream EtC02 sensor 01 no Reusable Adult Paed Neonatal adaptor each 1 Standards safety and training Should be USFDA European CE approved product The supplier must be ISO certify company Demonstration of quoted equipment model is must Should have local service facility The service provider should have necessary equipments recommended by the manufacturer to carry out the preventive maintenance test as per guidelines provided in the service mainten
158. cation department J amp K with in 10 days from the date of such decision action omission as the case may be clearly giving the specific ground s on which he she feels aggrieved Fee for such appeal shall be Rs 10 000 ten thousand only 50 of which shall be refundable if the decision is announced in his her favour IV Any legal dispute shall be within the jurisdiction of Hondle High Court of Jammu Srinagar J amp K Name amp Address of the Bidder Name and Designation Telephone No Telegram Code E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 SECTION II QUALIFICATION AND EVALUATION CRITERIA TABLE OF CONTENTS Description Qualification Criteria Evaluation Criteria E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Section III Evaluation and Qualification Criteria 2 Qualification Criteria The lowest evaluated bidder shall have the necessary qualifications to successfully fulfil its obligation under the contract Minimum acceptable levels with regards to bidder s experience in supply of goods and related services with comparable technical parameters its financial capability and other factors are defined Clause No Description 1 Size of operation The minimum average annual turnover of the Bidder or firm for last three financial year shall be as per Table 1 This includes the total payments received by the Bid
159. ce air conditioning humidity dust Operating condition gt Capable of operating continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances gt an ambient air velocity is less than 0 3 m s 6 2 User s care Cleaning Disinfection amp Sterility issues Unit layout to enable easy cleaning and sterilization of all surfaces with no unreachable fluid traps The case is to be cleanable with alcohol or chlorine wipes 6 3 Others 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt FDA US CE EU from authorized third party and BIS ISO 13485 gt Relevant IEC 60601 Part 1 amp 2 certificates by a notified agency 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance Supplier to perform installation safety and operation checks before handover 8 2 Requirements for sign off Certificate of Calibration and inspection from the factory 8 3 Training of staff medical paramedical technicians gt Training of users in operation and basic maintenance shall be provided Pulse oximeter 1 USE 1 1 Clinical purpose Measurement and display of haemoglobin oxygen saturation SpO2 1 2 Used by clinical department ward All 1 3 Overview of functional requirements gt Continuously displays patient oxygen saturation
160. ced maintenance tasks required shall be documented 500 mA X Ray Machine HF 1 USE 1 1 Clinical purpose Radiography of the bones and fractures and other arthropathies X Ray Chest for the supportive diagnosis of the Pulmonary Tuberculosis X Ray Pelvis KUB for renal disorders and stones Sinusitis Fractures of the Skull Cardiac diseases and cardiac enlargement Silicosis and other respiratory conditions like Pleual effusion hydrothorax Pneumothorax Peritonitis by X Ray abdomen 1 2 Used by clinical department ward Radiology DepartmentNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device High frequency X Ray machine suitable for general radiography X RAY GENERATOR gt High Frequency X Ray Generator having frequency of 50KHz or more should E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 be provided gt Power output of generator should be 50KW gt Radiographic KV Range should be 40 to 125KV gt mA Range Rad 500mA or more gt Exposure time Rad 1ms to 3Sec gt mAs Range Rad 1 to 200mAs CONTROL A very compact Soft Touch Control Panel having following functions amp indications should be provided The panel can be supplied in Floor or Wall mount with Spill Proof design Following features should be available on the control panel Machine ON OFF Switch Digital Display of KV amp mAs KV amp mAs increa
161. charging CST at concessional rate against supplies made as per order The invoice should show the concessional rate of CST separately E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Section IV Bidding Forms Table of Contents Name of Bidding Forms Demand draft bid security deposit Technical bid submission sheet Annexure I Financial bid submission sheet Annexure II Financial bid format BOQ Annexure III Production capacity declaration and undertaking Annexure IV Annual turnover statement Annexure V Statement of past supplies and performance Annexure VI Statement of plant and machinery Annexure VII SO j JINN IM PR fw N fe Pre stamp receipt Annexure VIII Format of affidavit for EM II Annexure IX j ay Contract of completion report Annexure X Ss Comprehensive maintenance contract Annexure XI A W Schedule of maintenance contract charge rates Annexure XI B Hi P Declaration Annexure XII n Declaration by the bidder regarding qualifications Annexure XIV Declaration regarding manufacturer direct importer distributor authorized dealer of the original manufacturer importer Annexure XV Authorisation from principal manufacturer Annexure XVI Authorisation of bidder by the firm Annexure XVID Verification Annexure XVII E BID FOR THE P
162. cification thickness finish etc Are to be furnished User amp Care Disinfection amp Sterility issues Complete unit to be easily washable and sterilizable using both alcohol and chemical disinfectant Standard and Safety Product and quality USFDA or EU CE certified or BIS ISO 13485 or IEC 60601 1 complaint Certification USFDA or EU CE certified or BIS ISO 13485 or IEC 60601 1 complaint Electrical Safety Equipment meets electrical safety specifications of IEC 60601 1 2 as relevant Training and Installation Pre installation requirement Not available Requirement for sign off Not available Training of staff Training of users for operation basic maintenance amp care to be provided MC0075 Blood Donor 1 Use Couch A Clinical Purpose Blood Donor chair is completely variable tilt medical chair and specially designed as per health regulatory guidelines to make blood donations easier safe and functional Technical Characteristics Technical Characteristics specific to this type of device Construction Blood Donor Couch BDC are custom made for Mobile E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Vehicle use and made from durable material hardwood BDC have side entry to allow chair to be installed long ways parallel to the wall of the vehicle BDC are fully manual for smooth shifting and setting for more than three positioning system with convenient material handle to adjust
163. conditions of Tender Document for Machinery amp Equipment 1 We hereby agree to abide all terms and conditions laid down in tender document We will be responsible for warranty of equipment for five years from the date of successful installation This is to certify that we have read and fully understood all the terms and conditions and instructions contained therin and undertake myself over selves abide by the said terms and conditions and sign this undertaking as letter of acceptance of all the tender document Signature of the bidder Name and address of the bidder With photograph Note The documents submitted at the time of registration of firm need not to be re submitted Only the documents wherever the validity of the submitted documents has expired shall be uploaded with the technical bid E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Technical Specifications Annexure AVII S No Item Code Name of Item Specifications MC0001 Suction systems 1 USE 1 1 Clinical purpose to aspirate fluids secretions or other foreign materials from a patient airway by means of suction 1 2 Used by clinical department ward All 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device 0 760 mm Hg 10 regulable 1 2 HP single phase 1440 RPM motor flutter free vacuum control knob Wide mouthed 2 x 2 LITRE Polycarbonate with self sea
164. cteristics Dimensions metric Not Available Weight lbs kg Should be portable and easy to carry by a single Phlebotomist Configuration Not Available Noise in DBA Not Available Heat Dissipation Not Available Mobility Portability Portable 3 Energy Source Electricity VVVV VVVVVV 1 1 Power Requirements Maximum upto 220 240 V AC 10 50 60 Hz 1 2 Battery Operated Should have battery backup of min 8 hrs 12 VDC 1 3 Tolerance to variations shutdowns As per Standards 1 4 Protection Not available 1 5 Power Consumption As per standards 1 6 Other energy supplies As per standards 2 Accessories spare parts consumables 2 1 Accessories amp spare parts Removable Tray which is washable light weight Complete with comprehensive set of spare parts Dust cover optional Environmental amp Departmental Considerations Atmosphere Ambiance Air conditioning humidity The unit shall be capable of operating continuously in ambient temperate of 5 to 45 C and relative humidity RH of 5 to 95 Additional Requirements All equipments should specify design qualifications operational qualifications and performance qualifications validation and calibration reports should have traceability towards applicable national international standards Performance efficiency other factors such as distortion etc As applicable be also furnished Complete construction details in respect of material spe
165. cteristics specific to this type of device gt LED light gt Illumination 1x should be LED gt Minimum 40 000 Lux gt Height Adjustment mm lt 440 gt Radial and axial movement of the lamp 2 2 User interface Manual 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Portable 4 ENERGY SOURCE electricity UP S solar gas water CO 2 4 1 Power Requirements Recharging unit Input voltage 220V 240V AC 50Hz 4 2 Battery operated Yes 4 3 Tolerance to variations shutdowns NA 4 4 Protection Should have over charging cut off with visual symbol 4 5 Power consumption NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system NA BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal
166. d If at any time during the period of contract the price of bid items is reduced or brought down by any law or Act of the Central or State Government or by the bidder himself the bidder shall be bound to inform Managing Director JKMSCL immediately about it Purchasing authority shall be empowered to unilaterally effect such reduction as is necessary in rates in case the bidder fails to notify or fails to agree for such reduction of rates In case this reduction of rates comes to the knowledge of JKMSCL in later stage additional payment made w e f of the details of rates shall be charged from the firm with 1 5 monthly interest from the date till rates have been reduced besides action as desired fit by JKMSCL which may be debarring any other penalty as per penalty clause In case of any enhancement in excise duty due to notification of the Government after the date of submission of bids and during the bid period the quantum of additional excise duty so levied shall be allowed to be charged extra as a separate item without any change in the basic price structure of the items approved under the bid For claiming the additional cost on account of E E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 the increase in excise duty the bidder should produce a letter from the concerned excise authorities for having paid additional excise duty on the goods supplied to ordering authority and also must claim the same
167. d interferometer with 3 way protection against humidity including built in Peltier dehumidifier and moisture resistant coating on beam splitter surfaces iv IRPrestige 21 fully complies to all the requirements of FDA 21 CFR Part 11 including electronic signatures Built in Advance Dynamic Alignment ADA for optimum interferometer alignment immune to tilt shear and external vibrations i ShlmadzuG patented Flexible Joint Support FJS moving mirror mechanism for smooth distortion free motion and high quality IR spectra ii Optionally upgradable to Near IR 12 500 cm to 3 800 cm and Far IR 5 000 cm to 240 cm with user replaceable and automatically aligned beam splitters Automatic recognition of optional AQuick StartO accessories like DRS ATR HAIR etc New advanced 32 bit AIR Solutiond software working in Windows 2000 environment for complete instrument control and advance data processing including quantitation multi component analysis purity measurement film thickness measurement spectral search etc Standard validation program that complies to European Japanese Pharmacopoeia and ASIM 1421 Built in atmospheric correction function compensates for the influences of water vapour and carbon dioxide Compatiability to a wide range of optional accessories like Diffused Reflectance Horizontal Attenuated Total Reflectance etc iii Upgradable to FTIR Miscroscope E BID FOR THE PROCUREMNT OF MACHINE
168. d operation check before handover 8 2 Requirements for sign off Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented Semi automated biochemistry analyzer 1 USE 1 1 Clinical purpose The Semi automated Biochemistry Analyzer measures biochemical indexes by analyzing blood and other body fluid then combines with other clinical information to help diagnose disease evaluate organs function 1 2 Used by clinical department ward Pathology and diagnostic laboratory TECHNICAL 2 TECHNICAL CHARACTERI STICS 2 1 Technical characteristics specific to this type of device Analyzer should use wet chemistry reagent Analyzer should have ability to use external cuvettes and integrated flow cell Analyzer should have more than 200 programmable channels Key board should be touch mechanical Analyzer should have 5 assay types End point Fixed time Kinetic absorbance and 1 point calibration with option for extended keyboard Analyzer must have calibration types Linear factor multi point pint to point and Log Logit In kinetic essay measurement interval should be 1 second levels control with day to day levey jennings chart stored and displayed Flow cell must be quartz Flow cell must have optical path of 10mm Flow cell volu
169. der in Indian rupees for contract completed or under execution over the last three financial years Contractual experience The bidder shall be a manufacturer direct importer distributor authorised dealer of the original manufacturer direct importer who must have manufactured imported and supplied and installed such equipments in India satisfactorily The list of such installations of the equipments may be asked from the bidder and the bidder should submit self attested copy of purchase order indent and invoice inclusive of quantity amp rate Refer Annexure X VII Technical experience The goods offered being procured by JKMSCL have been produced and sold for at least three years and have been in operation satisfactorily Production capacity The JKMSCL may fix the minimum supply and or production capacity required to assure that the bidder is capable of supplying the type size and quantity of goods required It should be dedicated quantity to JKMSCL on monthly and annual basis Financial position The soundness of the bidders financial position showing long term profitability demonstrated through audited annual financial statement balance sheet income statement etc for last three years Cash Flow capacity The bidder should have sufficient availability of access to liquid assets lines of credit and other finances to meet the possible cash flow requirement which may arise during the execution of
170. ders considering the quantity required and dedicated capacity of the successful bidders E E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 The ready stock position of the item if provided by the firm may be considered by the corporation for the placement of supply orders It may be noted that the JKMSCL does not undertake to assist in the procurement of raw material whether imported or controlled or restricted and as such the bidders must offer their rates to supply the specific items from own quota of raw material stock by visualizing the prospect of availability and requirement Any of the above points if taken as argument for non supply delayed supply will not be entertained vii The quantities indicated in the Table 1 are mere estimates and are intended to give an idea to the prospective bidder The figures indicated do not constitute any commitment on the part of corporation to purchase any of the articles and the quantities shown therein against each or in any quantity whatsoever and no objection against the quantity of the indent of approved whatsoever and no objection against the quantity of the indent of approved item being more or less than the indicative quantity shall be entertained and shall not be acceptable as a ground for non supply of the quantity indented SUBMISSION OF CONTRACT COMPLETION REPORT A consolidated statement Annexure X shall be submitted to General Manager EPM by t
171. des abdominal Obs Gyn Endovascular Peripheral vascular transcranial transvaginal transrectal amp small parts gt The system should incorporate facility for high resolution 2D 3D M mode PW color imaging Power Doppler Angio Imaging Modes gt The system should have more than 20000 Digital Channels amp on the site to higher number of channels preferable gt The system should have 256 Grey shade or more The system should have capability of triplex display in real time with all probes The system should have a very high frame rate of 700 frames per second or more Please specify frame rate in triplex mode The system should have Harmonic imaging for hard to image patients The system shall support Tissue Harmonic Imaging capability on phased linear 3D and curved array transducers The system should have advance image processing algorithms to analyze between targets amp artifacts so as to sharpen target anatomy reduce the sparkle amp artifacts to improve image quality The system shall offer Harmonic Imaging in Power Doppler Imaging mode for improved sensitivity and specificity in differentiating blood agent from tissue The system should have facility for Zoom Real time and Frozen image amp manipulation of image through pre processing and post processing with cine loop viewing image of all modes System should have disc of atleast 500 GB or more The system should have facility of digital storage amp retrieval of B W amp co
172. description to any other persons during the period of the contract in the state of J amp K If any time during the period of the contract the bidder reduces the sales price chargeable under the contract he shall forth with notify such reduction to the JKMSCL J amp K and the price payable under the contract for the stores supplied after the date of coming into force of such reduction or sale shall stand reduced correspondingly It imply that if the contract holder quotes reduces its price to render similar goods at a price lower than the contract price to anyone in the State at any time during the currency of contract including extension period the contract price shall be automatically reduced with effect from the date of reducing or quoting lower price for all delivery of subject matter of procurement under contract and the E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 contract shall be amended accordingly ii The firms holding parallel rate contract shall also reduce their price Firms shall notify their reduced price and intimate their acceptance to the revised price within 15 days to JKMSCL Similarly if parallel rate contract holding firm reduced its price during currency of the rate contract its reduced price shall be conveyed to other parallel rate contract holding firms and the original rate contract holding firms for corresponding reduction in their prices If any rate contract holding firm do
173. document uploading process bidder may contact JKMSCL office at Jammu Srinagar during working hours i e 1000 hrs to 1600 hrs on ph 0191 2490902 0194 2432008 or e mail on enquiryjkmscl gmail com jkmsclj gmail com In case a bidder is given any assurance what so ever of being provided with any advantage in JKMSCL by anybody or if a bidder is directly or indirectly threatened of being put to some deliberate disadvantage in the bidding process amp in the bidder amp subsequent association working with JKMSCL it is requested that the concerned must immediately inform about the same to the Managing Director JEKMSCL G M Adm JKMSCL in writing or through e mail on jkmsclj gmail com or enquiryjkmscl gmail com It is advised that evidence of such unfair activity of such person if available is produced along with the complaint so that action can be taken against such a person s and that their details can be put on the website so that other bidders can be forewarned in this regard E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Demand draft received in original after the specified time and date shall not be accepted in any case The technical bids shall be opened on 06 01 2016 Wednesday at 1100 hrs The JKMSCL is not bound to accept the lowest bid and may reject any or all bids without assigning any reason thereof The Bidders shall have to submit a valid VAT clearance certificate
174. duction capacity assessment Any other information Name Signature of Bidder with Seal E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Annexure VII On Firm s letter head PRE STAMP RECEIPT I We received an amount of i from JKMSCL through Demand draft Cheque No Or RTGS etc as details for payment is given below Name of supplier Name amp address of firm Name of bank amp branch Bank a c type Bank a c number Signature of authorized signatory Name of signatory Designation with seal E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Annexure IX Format of Affidavit for EM II section VIA GCC Clause No 2 6 ii on non judicial Stamp Paper of Rs 10 authorized director of M s do hereby solemnly affirm and declare that a My our above noted enterprise M S Name of firm has been issued acknowledgement of Entrepreneurial Memorandum Part II by the District Industries Centre Name amp Address with District amp State The acknowledgement No is dated and has been issued for manufacture of following items 1 ii iii iv v b My our above noted acknowledgement of Entrepreneurial Memorandum Part II has not been cancelled or withdrawn by the Industries Department and that the enterprise is regularly manufacturing the above items My our enterprise is having all the requisite plant and machinery and is full
175. dust Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Complete unit to be easily washable with mild soap and water without bringing deterioration in the mannequin 7 STANDARDS AND SAFETY 7 1 Certifications BS EN ISO IEC 17050 1 2010 Conformity assessment Supplierds declaration of conformity EMC Directive 2004 108 EC 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Demonstration to the user while delivering the product 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of work order Training of users in handling and basic maintenance shall be provided MC0063 Episiotomy suturing unit reusable 1 USE 1 1 Clinical purpose The models demonstrate the different types of episiotomies and permits episiotomy suturing TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt The material of mannequin should be of polyvinyl or silicone rubber free from any hazardous materials gt The texture of the mannequin should be as close to the feel of the baby adult skin as relevant gt The Internal parts of the
176. e 100 250 V 10 xii Electrical Feed Frequency 50 60 Hz 10 kiii Tap feed water connection 0Gaz M kiv Tap feed water pressure 0 5 to 6 bar Available System Configurations Water Purification Systems i Available Direct Q C_ Direct Q 5 _ Direct Q 8 configurations With without With With ii UV 185 256 nm With With With iii Remote Dispenser With With without With without iv Built in 61 With Without Without Reservoir MC0081 Dissolution Appartus i Water circulating pump to maintain water temperature of acrylic bath ii Digital temperature controller 37 C iii Digital RMP 25 150 rpm iv Auto cut lifting up and down v Heater 1 1 5 KW Approx vi Glass Beaker 6 vii Blade amp Basket 6 viii Accuracy ldigit MC0082 Potentiometer Display 04 digit LED with automatic polarity indicator Range 0 1 999V Accuracy 0 002mv 2 digits_ MC0083 Electronic balance Electronic single pan digital balance with minimum sensitivity of 0 01 g 10 mg MC0084 UV VIS Spectrophotome ters Powerful Performance amp Functionality in a compact design i High resolution UV VIS Spectrophotometer with 1nm spectral bandwidth over the entire wavelength range of 1100 nm 190 nm E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 X 1x xi xii xiii ii Enhanced accuracy and sensitivity in spectroscopic measuremen
177. e of peripheral veins for blood sampling puncturing the veins of upper limb including positioning of butterfly cannula 1 2 Used by Clinical Department Skill labs AL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt The material of mannequin should be of polyvinyl or silicone rubber free from any hazardous material gt The texture of the mannequin should be close to the feel of the baby adult skin as relevant The Internal parts of the mannequin must be realistically sculpted anatomically accurate and feel must be smooth resilient bony as relevant and suitable for simulation Should have paediatric arm Should have simulated blood pack Should have blood bag with tubing and connector Should have clamp and hook Should have mannequin lubricant if required Should have replacement skin and multi vein system 2 2 Settings NA 2 3 User amp interface NA 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO 2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp
178. e Should be able to demonstrate Leopold maneuver 1 2 Used by Clinical Department Ward skill labs TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt The material of mannequin should be of polyvinyl or silicone rubber free from any hazardous material gt The texture of the mannequin should be close to the feel of the baby adult skin gt The Internal parts of the mannequin must be realistically sculpted anatomically accurate and feel must be smooth resilient bony as relevant and suitable for simulation Should have pelvis structure of adult female with anatomical landmarks like pelvic cavity spine etc Should have manual birthing system to enable the user to control the rotation and speed of fetus delivery etc Should have fetal baby with movable joints Should be versatile to change the position of the fetus during the process of birth including descent flexion extension internal and external rotation restitution Should have features for training normal and breech deliveries Should have features to demonstrate cord prolapse Shall allow demonstration and practice of placenta previa Should have cervical dilatation attachment for closed os 4cm 6cm 8cm and fully dilated cervix 2 2 Settings NA 2 3 UserG interface NA 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric standard female pelvic structure 3 2
179. e device 3 5 heat dissipation Should maintain up to 37 deg temp VVVVVV VVVVVV E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 3 6 Mobility portability Yes on castors 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Voltage value AC or DC monophase or triphase 220VAC 10 50 Hz 4 2 Battery operated Battery charger to be integral to mains power supply and to charge battery during mains power operation of unit Electrical protection by resettable over current breakers or replaceable fuses fitted in both live and neutral lines Battery backup of 2 hours for equipment operation The battery should be protected from overcharging 4 3 Tolerance to variations shutdowns Voltage corrector stabilizer to allow operation at 10 of rated voltage 4 4 Protection Internal replaceable rechargeable battery allows operation for at least two hours in the event of power failure 4 5 Power consumption 4 6 Other energy supplies Mains cable to be at least 3m length 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional gt With washable and removable straps and binders 5 2 Spare parts main ones Two extra sets of all sensors 5 3 Consumables reagents open closed system gt Two extra sets of filters two extra set of fuses if replaceable fuses used 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambian
180. e for submission of online bids 05 01 2016 Tuesday upto 1600 hrs Date and time for online opening of technical bids 06 01 2016 Wednesday at 1100 hrs Last date for registration of firm 26 12 2015 Saturday at 1600 hrs Cost of tender document Rs 5000 For SSI Unit Rs 100 Tender Processing Fee Rs 5000 NB The bidder other than SSI unit have to submit Rs 10 000 as tender charges in the form of single bank draft In case of SSI units the amount of demand draft shall be Rs 5100 Earnest money deposit in the shape of FDR CDR Rs 100 000 for SSI Units Rs 5000 NB Cost of bid document tender processing fee shall be accepted in the form of demand draft However EMD shall be accepted in the form of FDR CDR Note 1 The bidder shall have to get their self updated with the date amp time fixed for Pre bid as per the item list After pre bid meeting necessary changes in bid conditions catalogue shall be done after the approval of the competent authority Bid should be submitted through e portal www jktenders gov in after pre bid meeting including all the clarifications modifications amendments Corrigendum addendum shall be the integral part of terms amp conditions of bid which shall be duly signed and attached with the bid document by the bidder The technical bids shall be opened on 06 01 2015 at 1100 hrs or as amended in the presence of the bidders or their representatives who wish to be present The
181. e of completion of guarantee of the equipment I We do hereby accept condition of guarantee period with spare parts of each quoted equipment as per terms amp conditions or technical specifications from the date of installation demonstration a I We do hereby undertake that our company firm has not been black listed banned debarred by Union Govt or any State Govt or their subordinate departments from participation in bidding b I We do hereby declare that our company firm has been black listed banned debarred Name Address of Govt dept State and detailed information is as given below i Cause of black listing banning debarring Gi For which item iii Period of black listing banning debarring iv Latest Status of black listing banning debarring 5 I We hereby confirm that we have deposited all the VAT Sales Tax CST as on dated with the concerned authority department No VAT CST is due on the firm as on dated 6 I we do hereby agree to the condition that JKMSCL may if deemed fit go for the third party maintenance under Comprehensive equipment maintenance programme of Govt of India Signature of authorized signatory Name and signature of bidder Designation with seal E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Annexure V On Firm s letter head ANNUAL TURN OVER STATEMENT The average annual turnover of M S Name of Firm and address for the past three years are given
182. e wave UPs for 30 minute backup gt Compatible computer System with 2 medical grade monitors IDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CON SIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 5 to 50 deg C and relative humidity of 15 to 80 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international Should be FDA European CE BIS approved product Manufacturer and Supplier should have ISO 13485 certification for quality standards Electrical safety conforms to the standards for electrical safety IEC 60601 1 General requirements or equivalent BIS Standard Shall meet internationally recognised standard for Electromagnetic Compatibility EMI EMC for electromedical equipment 61326 1 Certified to be compliant with IEC 61010 1 3 IEC 61010 1 2 IEC 610
183. eability of blades and handles 7 2 Local and or international Manufacturer supplier should have ISO certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off NA 8 3 Training of staff medical paramedical technicians NA Foetal Doppler system 1 USE 1 1 Clinical purpose To non invasively detect foetal heart beats from the surface of the pregnant women s abdomen 1 2 Used by clinical department ward Emergency gynae deptt C 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Water proof probes of 2MHz 3MHz and 5 MHz frequency Ultra sound Intensity G1Omw cm2 Auto Shut Off Facility to save Battery Power Built in Speaker Volume Control Facility and Audio Output for Ear Phone Heart Rate Range should be from 50 to 120 bpm with accuracy of 2 Should be Water Proof Body Should have Facility for FHR Data transfer to PC 2 2 Settings Setting of ultraound intensity E E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 2 3 User s interface LCD display 2 4 Software and or standard of communication where ever required Inbuilt 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Handheld 3 2 Weight Ibs kg 500 gm 3 3 Noise in dBA Noise lt 60dBA 3 5 Mobility portability Yes 4 ENERGY SOURCE
184. ections Parameters Total Leukocytes White Blood Cells and Differential in absolute numbers and for Neutrophils Lymphocytes Monocytes Eosinophils Basophils Sample Material Capillary or venous EDTA whole blood Linearity of all parameters Measuring Time Within 60 Sec System must have throughput of atleast 60 samples per hour in all discrete modes gt Manual mode gt Stat mode gt Pre diluted mode and whole blood mode 2 2 User s interface Printer keyboard barcode reader PC optional 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Noise in dBA NA 3 4 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through a cooling mechanism 3 5 Mobility portability Stationary lab Installation 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements Recharging unit Input voltage single 3 phase 4 2 Battery operated No 4 3 Tolerance to variations shutdowns 10 4 4 Pressure gauge NA 4 5 Operating temperature Analyzer 4 50 C 39 122 F Capillary samples from finger stick 18 25 C 67 77 F 4 6 Protection N A 4 7 Power consumption upto SOOVA E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 ACCESSORIES SPARE PARTS CONSUM ABLES Accessories mandatory standa
185. ectives Parfocal antifungus coated 4x 10x 40x and 100x oil immersion with semi planner achromatic correction Objective should be well centred even if their position on turret is changed gt Optical system Infinity corrected gt Stage Double plate rackless horizontal mechanical stage preferably 100 x 140 mm with fine vernier graduations designed with convenient coaxial adjustment a E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 for slide manipulation preferably through 30 x 70 mm double slide holder Sub stage Abbe condenser focusable continuously variable iris diaphragm Iluminator Built in LED light source with white light with intensity control and LED life of more than 10 000 Hrs Finish A durable textured acid resistant finish Battery backup minimum 1 Hour Nose piece Backward tilted revolving nose piece suitable to accommodate four objectives with click stop and rubber grip Focussing Coaxial coarse and fine focussing knob capable of smooth fine focussing movement sensitivity minimum 300 micron focussing stop for slide safety 2 2 User s interface Manual 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERI STICS 3 1 Dimensions metric NA 3 2 Weight Ibs kg NA 3 3 Capacity NA 3 4 Noise in dBA NA 3 5 Heat dissipation NA 3 6 Mobility portability Portabl 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2
186. ed In built 3 P HYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA Noise free system 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through a cooling mechanism 3 6 Mobility portability Stationary Installation 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements Power supply 230V AC 50Hz 15 Amps single phase Line resistance lt 0 4 ohms 4 2 Battery operated No 4 3 Tolerance to variations shutdowns line regulation of 10 4 4 Protection NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system Machine should be supplied with following transducers gt 2No BARC Approved whole body lead aprons with all attachments gt Free standing fully Transparent Lead Glass Screen for operator protection should be provided gt Film marking device amp Alpha Numeric identification system should be provided IDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 5 to 50 deg C and relative humidity of 15 to 80 in ideal circumstances gt Storage condition Capable of be
187. election of Continuous multi pulse single pulse fluoroscopy Machine ON OFF switch Collimator position adjustment LI magnification I I field selection switch fEmergency Flourod Flouro and Radio mode selection In built radio timer that enables to select mAS from 0 1 to 300 in 25steps for radiography Fluoroscopy timer Five minute cumulative timer with buzzer that activates after the completion of 300seconds of exposure and to reinitiate the exposure reset switch is provided ABS Automatic brightness Stabilization selection for hands free operation KV and mAs increase and decrease switches X Ray on switch with indicators Switches for up down movement of ACO Emergency OFF Switch on the control panel 2 1 Technical characteristics specific to this type of device STAND gt Up Down movement Noise free Actuator movement At least 430mm Y VVVVVVV E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Horizontal Movement At least 210 mm Arc Orbital 90 30 120 Wig wag 12 5 25 Rotation 360 with LI Safety lock Focus Screen Distance 950mm or more C Depth 600mm or more Locks Locks for all the movements Foot lock Control Stand foot lock Steering wheel for easy steering amp movement should be available High resolution Imaging Chain gt 9 Inches Triple Field Image Intensifier should be provided gt CCD Camera with a progressive scan sensor of 2 30o0f
188. emed to be taken as part of this agreement and are binding on the parties executing this agreement iii Letters received from bidder and letters issued by JKMSCL in the regard of this bid and also as appended to this agreement shall also form part of this agreement iv a JKMSCL do hereby agree that if the approved supplier shall duly supply the said articles in the manner aforesaid observe and keep the said terms and conditions JKMSCL will through demand draft RTGS transfer or cause to be paid to the approved supplier at the time and the manner set forth in the said conditions the amount payable for each and every consignment b The mode of payment will be as specified in terms amp conditions of the bid i e through RTGS demand draft etc The delivery shall be completed within the period noted below from the date of supply order Sno Items Quantity Delivery Period 1__ As per supply order As per terms amp conditions of bid The time specified for delivery in the bid form shall be deemed to be the Essence of the contract and the successful bidder shall arrange supplies Within the period on receipt of order from the procuring entity In case extension in the delivery period is granted by the procuring entity with liquidated damages L D the recovery shall be made on the basis of following percentages of value of stores which the supplier fail to supply a Delay up to one fourth period of the prescri
189. ensure the availability of funds and shall also examine the CMC necessity for a particular equipment instrument Duration extension and termination of this agreement i This CMC is the supplementary part of original agreement Rate Contract No of this equipment or instrument The validity period of this CMC is for as specified in bid document years which starts from the next day of completion of Guarantee period of Rate contract referred in clause first above The comprehensive maintenance agreement starts from and shall end on the date however C M C may be extended for further two mutual consent subject to the same terms and conditions The security deposited shall be refunded as per clause 12 of this original agreement R C No Subject to that a The 25 of total deposited Security deposit amount shall be withheld against the security of this CMC agreement b If there is any default in comprehensive maintenance service the department may forfeit the penalty amount described under clause 8 or any other recovery from security deposit c The consignee procuring officer may terminate this contract during the term of this contract at any time as he considers appropriate in the interest of corporation department No compensation shall be paid to said firm for termination Scope of this Contract and service to be tendered under this contract by Firm Company a Onsite amp service centre labour for carrying out preventi
190. ent form must be send duly completed in all respect along with the amount as mentioned above falling which it will be treated as a breach of the terms and conditions of the bid and it will also be presumed that you are not interested in entering into the contract and approval of the rates shall be cancelled without notice or any reference The list of approved items may be checked and in case there is any difference between your offer and the approved rates the same may be intimated immediately failing which it will be presumed that it is correct as per your offer and technical specification The firm shall furnish consolidated statement of supplies made to JKMSCL by the 10 of the next month as per terms of conditions Please note that self attested notarized copies of documents shall be considered valid If photo copies are submitted than at the time of signing the agreement the firm shall bring original documents for confirmation Also please arrange to furnish the following documents required under the terms and conditions of the bid failing which the agreement will not be executed and the failure would lie at your part i The original copy of bid document signed on each page which has been uploaded on e procurement portal 8 You are therefore requested to please complete the above formalities within 15 days from the date of issue of this letter The duly signed duplicate copy of the agreement will be returned to you for reference
191. er Registration format duly filled Sig of Authorized Signatory of firm Bidder along with Seal Certified that the information s furnished above is are correct and noting has been concealed to best of my knowledge I we shall be held personally responsible for any wrong information s Important Note 1 All the copies should be notarized 2 The dealer importer shall have to submit the documents details of manufacturer as mentioned above in addition to his own particulars documents 3 The firm shall have to upload online registration form as well submit the documents in physical form in the office of Jammu amp Kashmir Medical Supplies corporation Jammu Srinagar The documents submitted at the time of registration need not to be uploaded in the technical bid The documents submitted at the time of registration shall be considered for technical evaluation However where the validity of the documents is expired at the time of uploading of tender the firm shall upload the latest documents in the technical bid The information of such documents shall immediately be informed to the registration section of JKMSCL for updation of records z E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Annexure AVII UNDERTAKING ON THE LETTER HEAD OF THE BIDDER UNDERTAKING IN ACCEPTANCE TO THE TENDER DOCUMENT Managing Director Jammu amp Medical Supplies Corporation Ltd Subject Acceptance of terms amp
192. er s interface Display allows easy viewing in all ambient light levels 2 4 Software and or standard of communication in built 2 5 Others 1 Temperature on the baby mattress should not exceed 40 deg C and 43 deg for other materials gt Uniformity of temperature on the horizontal mattress shall not exceed 1 5 deg C and in tilted mattress not exceed 2 deg C gt The overshoot temperature shall not exceed 2 deg C gt The stability of temperature during steady temperature shall not differ from the average temperature by more than 1 deg C 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Baby bed should be at least 60X30cm and the canopy should be at least 80X40 cm 3 2 Weight lbs kg not exceeding 40kg without cylinders 3 3 Configuration Oxygen port with tubing also mount for oxygen cylinder of 5 liters size Accommodates shelves suction unit and I V poles Double walled cabinet with at least two hand ports Should have collapsible trolley with lockable castors Mounted on mobile base lowest height setting of which is at least 80 cm high Minimum castor diameter 12cm At least two castors must be fitted with brake facility Castors must be made of conductive material such as Static dissipative Polyurethane and rotate swivel freely around the vertical axis gt The canopy and infant bed should be crevice free for ease of cleaning 3 4 Noise in dBA lt 60dBA Alarm Audible sound level should be at least 65dBA at 3meter distance from th
193. er shall be liable to pay any loss or damage which the purchasing officer may sustain by reasons of such failure on the part of the bidder The bidder shall not be entitled to any gain on such purchases made against default The recovery of such loss or damage shall be made from any sums accruing to the bidder under this or any other contract with the corporation government If recovery is not possible from the bill and the bidder fails to pay the loss or damage within one month of the demand the recovery of such amount or sum due from the bidder shall be made or any other law for the time being in force In case supplier fails to deliver ordered goods the risk purchases may be made at market rate from any other firm It is mandatory for the approved supplier to acknowledge receipt of orders within seven days from the date of dispatch of order failing which the procuring entity will be at liberty to initiate action to purchase the items on risk purchase provision at the expiry of the prescribed supply period E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 i JKMSCL shall procure the machinery amp equipment for the Health amp Medical Education Institutes of J amp K State inter alia ii The funds shall be transferred to JKMSCL with indent form and supply orders shall be placed by JKMSCL to suppliers RECOVERIES i Recoveries of liquidated damages short supplies breakage rejected articles shall ordi
194. erated Rechargable battery 4 8 V nominal output Tolerance to variations shutdowns 10 of input AC Protection Electrical protection by resettable overcurrent breakers or replaceable fuses fitted in both live and neutral lines Power consumption 2Watt nebulizing 6 5 Watt charging Other energy supplies NA ACCESSORIES SPARE PARTS CONSUMABLES Accessories amp Spares With necessary accessories nebulization mask tubing for nebulizer cable cord Consumables reagents open closed system Aerosol medicinal solutions ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS Atmosphere Ambiance air conditioning humidity dust Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 User s care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable and sterilizable using both alcohol and chlorine agents STANDARDS AND SAFETY Certificates pre market sanitary FDA CE ISO 27427 2010 IEC 60601 1 SER Ed 1 07 2011 TRAINING AND INSTALLATION Pre installation requirements nature values quality tolerance Supplier to perform installation safety and operation checks before handover Requirements for sign off Certificate of Calibration and inspection from the factory Training
195. erations whether war be declared or not civil war revolution insurrection mutinity labour unrest lockout confiscation commandeering by a group of malicious person or persons acting on behalf of or in connection with any political organization requisition or destruction or damage by order of any govt de jure or de facto or any public municipal or local authority Any work external to the equipment covered under this contract This contract does not cover hardware upgrade of any kind All consumables as per bid documents as per clause 5 Any no of preventative maintenance visits and any number of breakdown emergency calls will be provided by the firm during guarantee and CAC period Training for the quoted equipment machine if required will be provided by the firm without any additional charge Limitations of Services under this contract a b c d Maintenance and updates will be provided based on originally purchased software options Additional features hardware or software that are not part of the equipment on commencement of this contract are not included in this contract but can be included mutually agreed terms and conditions reduced in writing Parts will be replaced at the sole discretion of consignee Whenever a breakdown call is attended then during such visit preventive maintenance can also be carried out Hence such a visit may be treated as a preventive maintenance visit also If required and per
196. es quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover 8 2 Requirements for signoff Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0026 Autoclave HP Horizontal GENERAL 1 USE 1 1 Clinical purpose An airtight vessel for heating and sometimes agitating its contents under high steam pressure used for sterilizing with moist or dry heat at high temperatures 1 2 Used by clinical department ward CSSD TECHNICAL E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 2 TECHNICAL CHARACTERISTICS 2 1 High Grade strong stainless steel Triple walled construction Positive radial self locking safety doors Hydrostatically tested to withstand 2 5 times the working pressure Sealed with Neoprene Silicon long lasting and durable gasket Digital display for Jacket and Chamber pressure and temperature Outer jacket insulated to prevent heat loss with a high grade insulation material Mounted on 304 stainless steel frame with ground leveling flanges Temperature and pressure cut off device Auto cut off at low water level Rust proof 304 grade stainless steel Cylindrical construction Equipment should have separate steam release valve and drainage syste
197. es not agree to reduce price further transaction with it shall not be conducted COMPREHENSIVE MAINTENANCE CONTRACT CMC If required Bidder shall execute a CMC with the Managing Director JKMSCL J amp K as described in Annexure XI and GCC general conditions of the contract clause No 5 The rates for maintenance shall be applicable as quoted in BOQ CMC will only be commence after the guarantee period and on a written request made by the concerned procurement officer user medical institutions to the firm The firm shall abide itself by the terms and conditions of CMC GRIEVANCE APPEAL In case of any dispute the decision of Managing Director JKMSCL shall be final and binding In any dispute arises out of the contract with regard to the interpretation meaning and breach of the terms of the contract the matter shall be referred to the Managing Director JKMSCL J amp K who will appoint his senior most officer as sole Arbitrator of the dispute who will not be related to this contract and whose decision shall be final and binding on both the parties The Arbitrator shall deal with the grievance expeditiously as possible and shall endeavour to dispose it off within thirty days from the date of its submission If the officer designated as Arbitrator fails to dispose of the grievance filed within the period or if the Bidder or prospective bidder or the Procuring Entity is aggrieved by the order passed by the Officer appointed
198. essive frequency brain map 4 bands frequency brain map with frequency spectrum 5 bands frequency brain map with frequency spectrum 4 bands frequency brain map with EEG amp 5 bands frequency brain map with EEG in review mode Should have the facility to edit current page events browse all the marked events Display the page having the selected event to store any number of marked EEG pages on another HDD Should have the facility for spike detection with amplitude greater than or equal to the specified amplitude and within specified duration Should have the facility to print all marked EEG pages Brain map pages in queue Should have Acquisition Hot keys for Sensitivity for all traces Eyes open Eyes close Hyperventilation ON Hyperventilation OFF Mark page Artifact Annotated event Toggle pause Release pause Snap shot mode photic stimulation etc Should have Review Hot Keys for page mode scroll mode flip mode next page increase speed mark page for printing forward direction reverse direction previous page decrease speed etc Photic frequency should be 1 30 Hz Stimulating time 1 16 sec and pause time 1 16 sec CMRR should be greater than 100 db and input impedance should be greater than 10 M Ohms Should have a high resolution low light video camera Should have infra red camera for night VEEG recording facilities Should have facility to upgrade EEG to sleep system in future Should be supplied all necessary accessories including
199. essories amp spare parts 10 nos reusable mannequin faces gt 10 nos reusable airways gt 50 nos mannequin wipes 5 2 Consumables reagents open closed system NA 6 ENVIRONMENT AL AND DE PARTMENT AL CONSIDER ATONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable with mild soap and water without bringing deterioration in the mannequin 7 STANDARDS AND SAFETY 7 1 Certifications BS EN ISO IEC 17050 1 2010 Conformity assessment Supplierds declaration of conformity gt EMC Directive 2004 108 EC E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Demonstration to the users while delivering the product 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of work order Training of users in handling and basic maintenance shall be provided MC0061 Child Birth Simulator alongwith attachment for cervical Dilatation Simulators and associated devices 1 USE 1 1 Clinical purpos
200. est strips to be provided gt Calibration strip 2 BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CON SIDERATON S 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 US FDA EU CE certification for quality standards gt Shall meet internationally recognised for Electromagnetic Compatibility EMC for electromedical equipment 61326 1 gt Certified to be compliant with IEC 61010 1 IEC 61010 2 281 61010 2 101 for safety 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION
201. et 2 nos for each warmer 8 2 Requirements for sign off Certificate of Calibration and inspection from the factory 8 3 Training of staff medical paramedical technicians user training manual required 8 4 Others List of important spare parts and accessories with their part number and costing E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 MC0053 Phototherapy units systems 1 USE 1 1 Clinical purpose Emits in the main radiation spectrum in the range between 400 nm and 550 nm for reducing the concentration of Bilirubin 1 2 Used by clinical department ward New born stabilisation unit SNCU 1 3 Overview of functional requirements gt Provides filtered light using radiant electric lights not fibre optics gt Infant supported securely in bassinette below bulbs gt Monitors hours of radiant light exposure 2 TECH NICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt Phototherapy should be based on LED technology which after filtering should provide a light of wavelength approximately 450 to 470 nm with peak wavelength of 450 460nm range Irradiance to be minimum 35 W cm2 nm at 40 cm height and UV should not exceed 10 4 W m2 in 180nm to 400nm Digital Hour meter showing total exposure time for current patient to be clearly visible by operator Effective light field gt 700 cm2 Lamp life should be minimum 20000 hours for L
202. eter if needed Construction Instrument body material is metallic stainless steel Grip material to be of Plastisol Instruments roller needs to be of Delrin AF Settings Manual User amp interface Manual Software and or standard of communication where ever required Not available Physical Characteristics Dimensions metric Not available Weight Ibs kg Not available Configuration Not available Noise in dBA Not available Heat Dissipation Not available Mobility portability Portable Energy Source electricity UPS solar gas water COb Power Requirements Not available Battery operated Not available Tolerance to variations shutdowns Not available Protection Not available Power consumption Not available Other energy supplies Not available Accessories spare parts consumables Accessories amp spare parts complete with comprehensive set of spare parts The make rating model description specifications price quantity of each item shall be furnished separately Environmental and departmental considerations Atmosphere ambiance air conditioning humidity dust the unit shall be capable of operating continuously in ambient temperature of 5 to 45 C and relative humidity RH of 5 to 95 Additional requirements Complete construction details in respect of material specification thickness finish etc are to be furnished User amp care cleaning disinfection amp sterility issue
203. f but not exceeding three fourth of the prescribed delivery period 7 5 d Delay exceeding three fourth of the prescribed period 10 Fraction of a day in reckoning the period of delay in supplies shall be eliminated if it is less than half a day The maximum amount of agreed liquidated damage shall be 10 If the supplier requires an extension of time in completion of contractual supply on account of occurrence of any hindrances he shall apply in writing to Managing Director JKMSCL J amp K for the same immediately on occurrence of the hindrances but not after the stipulated date of completion of supply The firms shall ensure extension of delivery period for delayed supplies The payment shall only be released by corporation after sanction of extension in delivery period Delivery period may be extended with or without liquidated damages If the delay in the supply of goods is on account of force majeure i e which is beyond the control of the bidder the extension in delivery period may be granted without liquidated damage If the bidder is unable to complete the supply within the specified or extended period the corporation shall be entitled to purchase the goods or any part thereof from elsewhere without notice to the bidder on his i e bidders account at his cost and risk with the prior approval of Managing Director JKMSCL J amp K The bidder shall be liable to pay any loss or damage which the purchasing officer m
204. f device Giving vacuum more than 550 mm Hg with 200 ml stroke oil free diaphragm pump 2 2 Settings Manual 2 3 User s interface Manual 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Max spec 32 x 17 x 30 cms 3 2 Weight lbs kg 2 5kg max 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp spare parts Collection bottles clear unbreakable jar one set extra 5 2 Consumables reagents open closed system Microbial filter silicon tubing one set extra 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 gt Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable and steriliz
205. f photic marks on screen using LED or Xenon flash lights Should have unlimited Montage Reformatting Should have HLF 15 35 70 Hz and LLF 0 1 0 3 1 5 3 5 Hz filters for each channel as well as for all channels for display Should have the facility for sweep speed selection Should have the facility to display traces with limit trace Should mark and annotate standards events such as Eyes open Eyes closed Hyperventilation on Hyperventilation off Artifact and other user defined events of max 50 Should have separate sensitivity control for each channels as well as for all channels Should have the facility to enter patient details such as ID Name Referred By Sex Age Patient History Address Doctor Name etc Should have the facility to review of selected patient form list to sort data according to patient name sex age test date etc review another patient while acquisition and to edit the patient details gt Should have the facility to browse page by page Scroll in forward and reverse E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 direction and the speed of scrolling can be different speed levels such as same acquisition speed 2 times 3 times 4 times the acquisition speed Should have user definable protocols for acquisition EEG pages should displayed in BRAIN MAP montage and it should have the facility to view Amplitude brain map Progressive amplitude brain map frequency brain map progr
206. f procurement or part s if any and remove the manufacturing defects if found during the above period so as to make the machinery and equipment operative In case of the machinery or equipment the successful bidder shall be responsible for carrying out annual maintenance and repairs on the terms amp conditions as agreed The bidder shall have to ensure that consumables required for the maintenance of machine equipment are being supplied free of cost for a period of not less than 06 months The adequate regular supply of spare parts and consumables for the machinery or equipment whether under their annual maintenance and repairs contract or otherwise shall be ensured In case of change of model the bidder shall notify the procuring entity sufficiently in advance to facilitate procurement of sufficient quantity of consumables spare parts from the bidder to maintain the machinery or equipment In case any item supplied by the successful bidder does not conform to the required specifications the payment thereof if received by the supplier shall have to be refunded to the Jammu and Kashmir Medical Supplies Corporation J amp K along with interest to the tune of 1 5 per month from the date of release of payment The supplier will not have any rightful claim to the payment of cost for substandard supplies which may have been consumed either in part or whole pending receipt of laboratory test inspection report wherever required Supply of go
207. form installation safety and operation checks before handover 8 2 Requirements for sign off Certificate of Calibration and inspection from the factory 8 3 Training of staff medical paramedical technicians Patient monitors 1 USE 1 1 Clinical purpose Designed to continuously measure and display multiple vital physiological parameters of newborn and premature infants especially those under critical care 1 2 Used by clinical department ward All 1 3 Overview of functional requirements Operates from mains voltage or from internal rechargeable battery Operator can set audio visual alarm levels for low or high levels of each parameter independently Allows display of single 3 lead ECG or simultaneous display of at least 5 waves ECG selected from up to 12 points Display to be digital of all active parameters and trace display for at least three selectable parameters Continuous display on screen of neonatal or infant ECG respiration and heart rates invasive non invasive blood pressure body temperature and SpO2 ICAL TECHNICAL CHARACTERISTICS Technical characteristics specific to this type of device 2 Should have facility for printing ECG at 25mm sec and 50mm sec speed Should have facility for charging from both 12V DC amp 220V AC 3a Should be supplied with Pulse oximeter probe ECG cable 12 lead Temperature probe NIBP non invasive blood pressure probe All probes should be supplied in 2
208. formance and safety standards specific to the device type Local and or international gt FDA US CE EU from autorized third party and BIS ISO 13485 gt Should be IEC 61010 certificate from a notified agency 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 Amps 15Amps electrical socket 8 2 Requirements for sign off gt Supplier to perform installation safety and operation checks before handover gt Local clinical staff to affirm completion of installation 8 3 Training of staff medical paramedical technicians E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented Cold Sources Light 1 USE 1 1 Clinical purpose Clod light source is used for accessing tiny arteries and veins of the babies 1 2 Used by clinical department ward NICU and PICU 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt Should have light intensity controlled with smooth rotary potentiometer pressing button Should have output power 250 Watts 24 Volts 150Watts 12 Volts Should have minimum dual control having 2 halogen xenon led lamps Should have SMPS based design ensures smooth working of light source within the voltage variation Should have fibre
209. from the JKMSCL before delayed dispatch of supplies Payment shall be made by RTGS Expenses on this account if any shall be borne by the firm No advance payments towards cost of items will be made to the bidder All bills invoices should be raised in triplicate and in the case of excisable items the bills should be drawn as per central excise rules in the name of the authority concerned Payment s to authorised dealer agents shall be made as per tripartite agreement only If at any time during the period of contract the price of bid items is reduced or brought down by any law or act of the Central or State Government or by the bidder himself the bidder shall be bound to inform JKMSCL immediately about it Purchasing authority shall be empowered to unilaterally effect such reduction as is necessary in rates in case the bidder fails to notify or fails to agree for such reduction of rates vi In case of any enhancement in Excise Duty due to notification of the Government after the date of submission of bids and during the bid period the quantum of additional excise duty so levied will be allowed to be charged extra as a separate item without any change in the E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 basic price structure of the items approved under the bid For claiming the additional cost on account of the increase in excise duty the bidder should produce a letter from the concerned excise
210. from the concerned commercial taxes officer or affidavit and the ANOissued by income tax department It is clarified that the information required in bidding document should be uploaded as per enclosed bidding form without any change or modification in its formats Bids submitted with changed or modified annexure formats shall outrightly be rejected The declaration of technical bid in respect of responsive non responsive bidders shall be uploaded on website www jktenders gov in Similarly information regarding financial bid L 1 shall also be provided to bidders on above websites Individual bidders shall not be informed separately No firm bidder manufacture importer shall provide supply any of the product item at the rate contract approved by JKMSCL to any of the department NGO other procuring institute within or outside the State In case any supply is made without the information to JKMSCL the supplier firm shall be liable to be penalised to the tune of 7 5 of order placed blacklisting for a period not less than five years However JKMSCL can procure the items for any of the departments within outside the State of J amp K after charging the administrative expenses E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Section II Bid Data Sheet BDS Table of Contents Description Introduction Bidding Document Preparation of Bids Submission and Opening of Bids Eva
211. g mechanism 3 6 Mobility portability Stationary Installation 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements Power supply 230V AC 50Hz 15 Amps three phase Line resistance lt 0 4 ohms 4 2 Battery operated no 4 3 Tolerance to variations shutdowns line regulation of 10 4 4 Protection NA 5 ACCESSORIES SPARE PARTS CON SUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Consumables reagents open closed system Machine should be supplied with following transducers gt 2No BARC Approved whole body lead apporns with all attachments BIDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 5 to 50 deg C and relative humidity of 15 to 80 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization no
212. g of equipment or machinery and other similar obligations of the supplier under the contract Subcontractor Means any natural person private or government entity or a combination of the above including its legal successors or permitted assigns to whom any part of the goods to be supplied is subcontracted by the supplier Supplier Means the natural person private or government entity or a combination of the above whose bid to perform the contract has been accepted by the procuring entity and is named as such in the agreement and includes the legal successors or permitted assigns of the supplier Authorised agent Means the natural person proprietor or Govt entity duly authorised by the Managing Director Prop Chairman Board of Director of original manufacturer direct importer under their seal signatures duly notarized to bid negotiate raise the invoice receive the payment against the supplies made enter into tripartite agreement within the Corporation i e JKMSCL inter alia Authorised signatory Means the natural person authorised by the proprietor Managing Director Chairman Board of Director of original manufacturer direct importer under their seal signatures duly notarized to sign on behalf of the company The Site where applicable means the place of delivery installation testing commissioning of the goods equipment or machinery or as mentioned in the supply order Consignee Means the receiver of the stores as mentioned in s
213. gents open closed system gt Capillary tubes haemo fluorometric reagents e g aqueous cyanide salt with stabilizers if applicable gt Price of all Consumables to be mentioned BIDDING PROCUREMENT TERMS DONATI ON REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition gt Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be CE EU FDA US approved product gt Manufacturer supplier should have ISO 13485 certificate for quality standard gt Should have IEC 61010 certificate 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5Amps electrical socket 8 2 Requirements for sign off 1 Supplier to perform installation
214. ght radiometer 1 USE 1 1 Clinical purpose Used for checking radiance of phototherapy units 1 2 Used by clinical department ward New born stabilisation unit SNCU TEC2 TECH NICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Hand held Band pass filter with max transmission 425 475 nm light detector sensitivity range 0 2000 W cm2 nm Measurement range 0 100 W cm2 nm Minimal graduation 1 W cm2 nm Accuracy 10 LED or LCD display Should be able to zero between measurements Fast measurement response lt 5 sec Memory storage required UV and IR should be blocked Hold function 2 2 Settings NA 2 4 User amp interface Digital display VVVVVVVVVVV 2 5 Software and or standard of communication where ever required Built in software 2 6 Others 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Mobile 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Power Requirements 220VAC 50 Hz 4 2 Battery operated in built 4 3 Tolerance to variations shutdowns NA 4 4 Protection Should be provided with fuse while using mains for charging 4 5 Power consumption 30W max 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Charger 5 2 Spare parts
215. gle use disposable cover 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt CE EU and BIS ISO 13485 2003 gt TEC 60601 1 2 2007 IEC 60601 1 8 2006 IEC 60601 1 SER Ed 1 0 2011 IEC TRF 60601 1 8 Ed4 0 2010 ISO 15001 2010 Aesthetic amp respiratory equipment compatibility with oxygen 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance electrical sockets Oxygen supply 8 2 Requirements for sign off Supplier to perform installation safety and operation checks before handover gt Local clinical staff to affirm completion of installation 8 3 Training of staff medical paramedical technicians gt Training of users in operation and basic maintenance shall be provided gt Advanced maintenance tasks required shall be documented Intensive care ventilator Neonatal Paediatrics amp 1 USE 1 1 Clinical purpose To provide automated alveolar ventilatory support for patients in emergency situations 1 2 Used by clinical department ward Emergency Critical Care NICU PICU TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt Should have facility for Invasive and Non Invasive ventilation gt Microprocessor Control suitable for Neonatal and Paediatric ventilation gt Should have modes of ventilati
216. h set for scopes Smm dia and 10mm dia ii Cannula Brush iii Cleaning Oil Silicon Oil 50ml bottle iv Trocar Brush v Special Lubricant for stopcock Case for Storage of Laparoscope amp instruments i Plastic storage brief case with foaming inside for Laparoscope Telescope and all hand instruments and accessories for storage and transportation Carbon dioxide Cylinder 5Kg Carbondioxide bottle with pin index connection Main Cord Compatible with insufflators and LED cold light sources of 220 240V Formalin Chamber for sterilization of Laparoscope E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Dimensions of formalin chambers 65 cms 10 cm x20 cms 2 cm with three tray made of white Opaque Acrylic Tray for sterilization of Laparoscope 10 cm x 20 cm 5 cm x 15 cm 2 cm Volumetric capacity 10 litr 2 litre and the inner tray with holes to keep the instrument in the solution which is to be kept in outer box The material should be of S S material All other standard accessories desired for proper functioning of the machine Environmental factors The unit shall be capable of being stored continuously in ambient temperature of 0 50 deg C and relative humidity of 15 90 The unit shall be capable of operating continuously in ambient temperature of 10 40 deg C and relative humidity of 15 90 Power supply Power supply 10
217. hall disqualify their bids Supplier may be disqualified banned or suspended from business during the rate contract if a fails to execute a contract or fails to execute it satisfactorily b no longer has the technical staff or equipment considered necessary c is declared bankrupt or insolvent or its financial position has become unsound and in the case of a limited company it is wound up or taken into liquidation The firm is suspected to be doubtful loyalty to state The State Bureau of Investigation SBI or any other Investigating agency recommends such a course in respect of a case under investigation Managing Director JKMSCL J amp K is prima facie of the view that the firm is guilty of an offence involving moral turpitude in relation to business dealings which if established would result in business dealing with it banned No action on the letter head of the bidder firm regarding any complaints against the JKMSCL will be considered unless the letter head bears the signature of the bidder or the authority higher than the bid signatory of the firm E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 If any certificate documents information submitted by the bidder found to be false forged fabricated vexatious or frivolous or malicious appeals or complaints etc than bidder shall be liable for the appropriate legal action along with disqualification banning suspension etc for limited
218. have the following Full term fetus with placenta and umbilical cord Red fluid Concentrate Fluid Collection tray Fluid drain Urine catheter 20 ml syringe carrying bag 5 2 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable using mild soap and water without bringing deterioration in the mannequin 7 STANDARDS AND SAFETY 7 1 Certifications BS EN ISO IEC 17050 1 2010 Conformity assessment Supplierds declaration of conformity EMC Directive 2004 108 EC 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Demonstration to user while delivering the product 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 scope of work order Training of users in handling and basic maintenance shall be provided Training features to include complete and incomplete placenta delivery oxytocin injection and controlled cord trac
219. he 10 of each month Every time the statement should contain details of all orders placed under the contract Firms shall have to submit consolidated statement Annexure X in duplicate at the end of rate contract well as after expiry of equipment instrument guarantee period as provided in guarantee clause of the contract to enable JKMSCL to examine the case for refund of performance security The end user shall intimate the complaint defect arise immediately to the manufacturer importer dealer with copy to JKMSCL for further follow up TERMS OF PAYMENT i Only after the receipt of certificate of satisfactory installation commissioning of the equipment machinery as well as training of personnel amp of institution speciality in handling of the machine duly signed by the technical panel constituted by the corporation duly authenticated by the HODs of the end user institute speciality the file for payment of the said equipment s shall be processed Only in case space for installation of machine is not available provided by the end user institute part payment upto 50 as deemed fit by the corporation shall be released subject to the condition that the end user shall give in writing regarding their responsibility for any fault arise after installation commissioning in later stage In case of delayed supplies deduction of liquidated damages as per provisions shall be made from payments The firms shall seek time extension
220. he State of J amp K at its head office as well as at offices consignees throughout jurisdiction of the JKMSCL all those articles items set forth in the schedule appended hereto in the manner set forth in the conditions of the bid and contract appended herewith and at the rates set forth in column No approved rate of the said attached schedule And whereas the approved supplier has deposited with the procuring entity a sum of only as security deposit for the due and faithful performance of this agreement to be forfeited in the event of the supplier failing duly and faithfully to perform it Now these present witness that for carrying out the said agreement in this behalf into execution the supplier and the procuring entity do hereby mutually covenant declare contract and agree with each other of them in the manner following that is to say i The term Agreement wherever used in this connection shall mean and include the terms and conditions contained in the invitation to bid floated for the supply of equipments and for JKMSCL the instruction to bidders particulars hereinafter defined and those general and special conditions that may be added from time to time a The agreement if for the supply by the supplier to the procuring entity of equipments and instruments specified in the Schedule attached here to at process noted against each therein on the terms and conditions set forth in the agreement b The agreement shall be
221. hnicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0035 Electro hydraulic table 1 USE 1 1 Clinical purpose An operating table sometimes called operating room table is the table on which the patient lies during a surgical operation This surgical equipment is usually found inside the surgery room of a hospital 1 2 Used by clinical department ward Operation theatre TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt Should be manually controlled operating table working range from floor level 700 1000 or more 10 Should be adjustable to all essential positions Should be equipped with movement controls at side of the table 4 Should have frame and bottom made of 304 grade Stainless Steel material Should have reinforced five section stainless steel top Height should be adjustable by oil pump foot step control Should have detachable head rest which can be easily adjustable to any desired position above or below the table top Table top can be rotated 360 through base Head section raised from the Horizontal 20 30 Durable and leak proof hydraulic pump Head section lowered from horizontal 28 30 Back section raised from the horizontal 60 70 Trendelenburg 25 30 Reverse Trendelenburg Q0 VVVVVVV VVVVVV E BID FOR THE PROCUREMNT OF MAC
222. hority shall be Rs 10 000 Rupees Ten thousand only which shall be 50 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 b a b d firm refundable when the case has been proven true The fee shall be paid in the form of bank demand draft only of a Scheduled Bank in India payable in the name of Appellate Authority concerned iv Procedure for disposal of appeal Appellate Authority upon filling of appeal shall issue notice accompanied by copy of appeal affidavit and documents if any to the respondents and fix date of hearing On the date fixed for hearing the Appellate Authority shall i Hear all the parties to appeal present before him and ii Peruse or inspect documents relevant records or copies thereof relating to the matter After hearing the parties perusal or inspection of documents and relevant records or copies thereof relating to the matter the Appellate Authority concerned shall pass an order in writing and provide the copy of order to the parties free of cost The order passed under sub clause c above shall be placed on the J amp K State tender Portal www jktenders nic in If the bidder wishes to lodge any complaint against the other bidder regarding submission of false documents information etc the bidder has to deposit Rs 10 000 Rupees Ten thousand only in the form of Demand Draft drawn in favour of JKMSCL in terms of deposit The am
223. hould be FDA CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 certification for quality standards gt Electrical safety conforms to the standards for electrical safety IEC 60601 General requirements or equivalent BIS Standard gt Certified to be compliant with IEC 61010 1 IEC 61010 2 40 for safety 7 2 Local and or international Manufacturer supplier should have ISO certificate for quality standard 8 TRAINING AND INSTALL ATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket E E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 gt Safety and operation check before handover 8 2 Requirements for sign off Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented Centrifuge 1 USE 1 1 Clinical purpose Used in Biochemical and Analytical labs for Hematocrit blood Corpuscle percentage Serum Analysis Precipitate Separation and Blood Group matching 1 2 Used by clinical department ward Analytical Laboratories CAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Speed Maximum Range 4000 to 6000 RPM Reciprocating Centrifugal force RCF 3000 to 3500 Minimum
224. hould be provided 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Power Requirements Independent of external source 4 2 Battery operated Internal batteries rechargeable preferred Battery charger if rechargeables Battery compartment if reusables to be sealed against liquid ingress yet easily opened 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption 3V lithium battery 2 Nos 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Batteries blades of various neonatal sizes 5 2 Spare parts main ones Handle 5 3 Consumables reagents open closed system 3 bulbs 3LED should be given as spare 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 Liquid splash resistant Blades should be autoclavable 6 2 UserG care Cleaning Disinfection amp Sterility issues Should be autoclavable 7 STANDARDS AND SAFETY 7 1 Certificates FDA CE ISO 7376 2009 gives general requirements for laryngoscopes used for intubation and specifies critical dimensions for the handle and lamp of hookon type laryngoscopes It also addresses the inter chang
225. ht lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes Portable 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO 2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp spare parts NA 5 2 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable with mild soap and water without bringing deterioration in the mannequin 7 STANDARDS AND SAFETY 7 1 Certifications BS EN ISO IEC 17050 1 2010 Conformity assessment Supplier declaration of conformity EMC Directive 2004 108 EC 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Demonstration to the user while delivering the product 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of wor
226. hutdowns fuse controlled variation automatic switch over from AC to DC and vice versa 4 4 Protection OVP earth leakage protection E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 4 5 Power consumption lt 500 Watts 4 6 Other energy supplies 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Humidifier Bottles 4nos power cord Ino 5 2 Spare parts main ones 5 3 Consumables reagents open closed system Nasal Cannula with extension tubing 2 nos Gross particle cabinet filter compressor intake filter and bacterial filter of 0 8 1 0 micron geolite crystal 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable and sterilizable using both alcohol and chlorine agents 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type CE or FDA approved and company should be ISO 13485 certified and shall meet IEC 60601 1 IEC 60601 1 2 standard requirements and compile with ISO 15001 2010 8 TRAINING AND INSTALLATION 8 1 Pre installation
227. ical approval In case of imported item the supplier shall ensure that the item shall be inspected by the third party inspection agency before dispatched to the consignee In case any un inspected item has been found in the item received by consignee the firm shall be solely responsible for it and the JKMSCL shall be free to take suitable necessary action as per terms and conditions of bid documents agreement against the firm PACKING AND INSURANCE i The goods will be delivered at the destination in perfect condition The firm if so desires may insure valuable goods against loss by theft destruction or damages by fire flood under E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 exposure to weather of otherwise in any situation The insurance charges will have to be borne by the supplier and the corporation shall not be required to pay any such charges if incurred The firm shall be responsible for the proper packing so as to avoid damages under normal conditions of transport by sea rail road or air and delivery of material in good condition to the procurement officer store In the event of any loss damage breakage or leakage or any shortage the firm shall be liable to make good such loss and shortage found at destination after the checking inspection of material by the consignee No extra cost on such account shall be admissible The firm may keep its agent to verify any damage or loss discove
228. icipating as a bidder in more than one bid or The bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specification of the goods works or services that are the subject of the bid or bidder or any of its affiliates has been hired or is proposed to be hired by the procuring entity as engineer in charge consultant for the contract Bidder or any of its affiliates has been hired or is proposed to be hired by the Procuring Entity as engineer in charge consultant for the contract DISPUTE SETTLEMENT MECHANISM ARBITRATION If any dispute arise out of the contract with regard to the interpretation meaning and breach of the terms of the contact the matter shall be referred by the parties to the Managing Director JKMSCL J amp K who will appoint his senior most official as the sole arbitrator of the dispute who will not be related to this contract and whose decision shall be final All legal proceedings if necessary arise to institute may by any of the parties IKMSCL or contractor shall have to be lodged in courts situated at Jammu Srinagar in J amp K and not elsewhere All correspondence in this connection should be addressed to the Managing Director JKMSCL J amp K Technical questions should be referred to the Managing Director JKMSCL J amp K direct by correspondence or by personal contact i Direct or indirect canvassing on the part of bidders or their representative s
229. ificate for quality standard Electrical safety conforms to standards for electrical safety IEC 60601 1 Shall meet IEC 60601 1 2 General requirements for safety electromagnetic compatibility gt IEC 60601 2 26 2002 and IEC 60601 2 37 applicable 8 TRAI NING AND INSTALLATI ON 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 Amps electrical socket 8 2 Requirements for sign off 1 Supplier to perform installation safety and operation checks before handover gt Local clinical staff to affirm completion of installation 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented Abdominal Maannequin for Leopard Maneuers during pregnancy 1 USE 1 1 Clinical purpose To demonstrate Leopold manoeuvres during pregnancy 1 2 Used by Clinical Department Skill labs TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt The material of mannequin should be of polyvinyl or silicone rubber free from any hazardous materials gt The texture of the mannequin should be as close to the feel of the baby adult skin as relevant gt The Internal parts of the mannequin must be realistically sculpted anatomically accurate and feel must be smooth resilient bony as relevent and suitable for simulation gt The abdomin
230. ification with available reserved sample with the corporation which is submitted by the firm supplier at the time of technical approval before release to end user In case of imported item the supplier shall ensure that the item shall be inspected by the third party inspection agency before dispatched to the consignee In case any un inspected item has been found in the item received by consignee the firm shall be solely responsible for it and the JKMSCL shall be free to take suitable necessary action as per terms and conditions of bid documents agreement against the firm E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Section VI A General Conditions of Contract GCC Table of Contents PL zZ DESCRIPTION DEFINITIONS GENERAL TERMS BID SECURITY FORFEITURE OF BID SECURITY GUARANTEE CLAUSE MARKING APPLICABILITY OF RATES COMPARISON OF RATES SUBMISSION OF SAMPLES AND DEMONSTRATION PERFORMANCE SECURITY P S AND AGREEMENT SUPPLY ORDERS PURCHASE PREFERENCE SUBMISSION OF CONTRACT COMPLETION REPORT TERMS OF PAYMENT LIQUIDATED DAMAGES MEDICAL COLLEGES AND THEIR ATTACHED HOSPITALS RECOVERIES INSPECTION PACKING amp INSURANCE REJECTION CORRECTION OF ARITHMETIC ERRORS PROCURING ENTITY S RIGHT TO VARY QUANTITY DIVIDING QUANTITIES AMONG MORE THAN ONE BIDDER AT IN CASE OF PROCUREMENT OF GOODS PARALLEL RATE CONTRACT VALIDITY OF BID PRICE ESCALATION SUBLETTING OF CONTRACT FALL CLAUSE
231. ilable Tolerance Not available Protection Not available Power consumption Not available Other Energy Supplies NIL Accessories spare parts consumables Accessories amp Spare Parts Complete with comprehensive set of available spare parts The make rating model description specifications quantity of each item shall be furnished To have separate Vinyl Head amp Foot cover for extra donor safety and hygiene Environmental and Departmental Considerations Atmosphere Ambiance Air conditioning humidity Suitability to be securely installed in Mobile Blood Van Additional Requirements All equipments should specify design qualifications installation qualifications operational qualifications and performance qualifications validation and calibration reports should have traceability towards applicable national international standards Performance efficiency etc as applicable be also furnished Complete construction details in respect of material specification thickness finish etc are to be furnished User amp Care cleaning disinfection amp sterility issues Contract Grade Vinyl upholstery fabric with antimicrobial bacterial finish to enable required medical hygiene for blood donor safety amp durability being scratch resistance and stain resistant Capable of removing permanent marker pen ink from the fabric without damage to the Vinyl surface or vinyl coating 7 Standards and Safety 7 1 Product certifications B
232. ile it is in their premises No payment shall be made for defective incorrect items However if payment has been made then defective items shall be allowed to be removed only after the firm replaces material as per specifications duly inspected If the payment has not been made the firm may be allowed to remove the material without prior replacement provided firm has performance security as per condition No 18 Joint inspection of defective material may be carried out as required by the JKMSCL However sample of ISI marked material found defective shall be kept by consignee for reference to BIS v Incase firm wants to take back item to their works for rectification then firm has to deposit payment received against such defective supplies In case supplier has not received any payment then material be returned to supplier firm for rectification The Bidder shall be responsible for the proper packing and delivery of the material to the consignee In the event of any loss damage or breakage leakage or shortage in transit the Bidder shall be responsible No extra cost on such account shall be admissible CORRECTION OF ARITHMETIC ERRORS Provided that a financial bid is substantially responsive the procuring entity will correct arithmetical errors during evaluation of financial bids on the following basis i If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and qua
233. in real time using an external probe on the skin gt Contains adjustable alarms to alert when either saturation or heart rate is low gt Reusable sterilisable probes are robust and easily connected and disconnected gt Operates from mains voltage or from internal rechargeable battery TECHNICAL 2 TECHNICAL CHARACTERISTICS E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 2 1 Technical characteristics specific to this type of device gt SpO2 measurement range at least 40 70 and 70 to 99 minimum gradation 1 Accuracy of SpO2 better than 1 for range 40 70 and better than 3 for range 70 99 Pulse rate range at least 30 to 240 bpm minimum gradation 1 bpm Accuracy of pulse rate better than 5 bpm Signal strength or quality to be visually displayed Audiovisual alarms required high and low SpO2 and pulse rate operator variable settings sensor disconnected sensor failure low battery gt TFT Screen gt Plethysmograph may be in form of bar display is mandatory 2 2 Settings Should have minimum 24 hrs trend memory for SpO2 amp PR 2 3 User amp interface Easily accessible touch button to operate the machine 2 4 Software and or standard of communication in built 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg should be less than 5kg 3 3 Configuration Case is to be hard and splash proof gt Display must allow easy viewing in all ambient light levels gt
234. in the invoice separately Similarly if there is any reduction in the rate of excise duty of items as notified by the Government after the date of submission of bid the quantum of the price to the extent of reduction of excise duty of items will be deducted without any change in the basic price structure of the items approved under the bidder In case of successful bidder has been enjoying excise duty exemption on any criteria such bidder will not be allowed to claim excise duty at later point of time during the tenure of contract if the excise duty become chargeable on goods manufactured due to any reason If there is any hindrance by the consignee to provide the required site for installation the part payment of equipment shall be made decided by JKMSCL In that case the firm has to inform JKMSCL immediately LIQUIDATED DAMAGES The time specified for delivery in the bid form shall be deemed to be the essence of the contract and the successful bidder shall arrange supplies within the period on receipt of order from the purchasing officers In case of extension in the delivery period with liquidated damages recovery of liquidated damages shall be made at such rates as given below of value of stores which the bidder has failed to supply a Delay up to one fourth period of the prescribed delivery period 2 5 b Delay exceeding one fourth but not exceeding half of the prescribed delivery period 5 c Delay exceeding hal
235. inafter referred to as the Name of the Firm Company which expression shall unless repugnant to the context or meaning thereof be deemed to mean and include its successor and assigns And JKMSCL or his designated officerG hereinafter referred to as the fProcuring Officer means user of equipments consignee incharge officer of medical institution which expression shall unless repugnant to the context or meaning thereof be deemed to mean and include its successor and assigns Whereas Name of Firm Company is inter alia engaged in the business of marketing of equipments and apparatus instruments manufactured by of firm company in India and it also provides maintenance service for equipments in India The consignee Procuring Officer has asked to provide service and maintenance of equipments installed in its premises and Name of Firm Company has agreed to provide the services as defined in Clause 3 below subject to terms as contained in this Agreement Now therefore in consideration of mutual promises and covenants and for other good and valuable consideration the receipt adequacy and legal sufficiency of which are hereby acknowledged and agreed to by the parties the parties execute this contracts follows 1 Commencement CMC will only be commencing after the completion of guarantee period and a written request by concerned JKMSCL Procuring officer or his authorized officer to the firm The JKMSCL concerned consignee shall
236. ing labsICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device High End C Arm with large LCD display 1K X 1K High resolution imaging chain with progressive scan CCD camera 9 Image Intensifier and dedicated computer based acquisition system The movements should be smooth having very simple positioning mechanism X RAY GENERATOR High Frequency 50 KHz X Ray Generator with power output 5KW or more should be provided Following modes should be provided Radiography Fluoroscopy selection of continuous single pulse multi pulse should be there KV Range Rad Fluoro 40 to 120K VP in 1K V Step Radiographic mA Range more than 100Ma Fluoroscopy mA output Up to 5mA Normal Fluoroscopy Up to 20mA Boosted fluoroscopy mAs output 0 1 200mAs or more X RAY TUBE gt Dual focus Rotating Anode X Ray Tube of focal spot 0 3mm small amp 0 6mm large to be provided gt Anode heat storage capacity should be more than 250KHU gt Iris Collimator should be provided 1 Technical characteristics specific to this type of device CONTROL PANEL A very compact soft touch control panel A P R with 20 X 3 column x rows L C D display on which KV mAs fluoro time FmA I I ZOOM Error inter lock for KV filament thermal are displayed on wide angle LCD Console panel has following functions amp indications gt Anatomical programming for radiography of 4 body parts up to 8 programmes S
237. ing range between 21 and 100 Pause time Pressure flow Trigger Inspiratory flow up to 120 Lpm gt Oxygen cylinder central pipeline connector to be supplied along with the machines should be compatible with ventilator gt Disposable Heat Moisture Exchanger qty 100 to be supplied with unit 2 3 User s interface Manual and Automatic 2 4 Software and or standard of communication where ever required gt Inbuilt software gt Convenient and quick USB interface 3 PH YSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg lt 50kg including trolley 3 3 Configuration gt Compatible hunged arm for holding the circuit gt Should have caster with braking system 3 4 Noise in dBA heat dissipation gt Noise of device operation max 50dbA gt Should have audio visual alarm for battery low source gas low and high low pressure in the breathing circuit or source gas inlet 3 Should maintain nominal Temp of the control unit and the heat should be disbursed through an cooling mechanism gt Alarm volume min 65dB 3 5 Mobility portability Yes 4 E NER GY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements Input voltage 220 VAC 50Hz 4 2 Battery operated gt Battery powered silenceable alarm for power failure gt Battery charger to be integral to mains power supply and to charge battery during mains power operation of unit gt Internal replaceable rechargeable battery allows
238. ing stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA European CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 certification for quality standards E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Electrical safety conforms to the standards for electrical safety IEC 60601 1 General requirements or equivalent BIS Standard Shall meet internationally recognised standard for Electromagnetic Compatibility EMI EMC for electromedical equipment 61326 1 Certified to be compliant with IEC 61010 1 3 IEC 61010 1 2 IEC 61010 2 54 IEC 61010 1 6 and IEC 62304 gt AERB type approved 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance Earthing 8 2 Requirements for sign off Certificate of calibration and
239. inspection of parts from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0025 Autoclave HP Vertical single bin 1 USE 1 1 Clinical purpose An airtight vessel for heating and sometimes agitating its contents under high steam pressure used for industrial processing sterilizing and cooking with moist or dry heat at high temperatures 1 2 Used by clinical department ward Operation theatre TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device High Grade strong stainless steel Triple walled construction Positive radial self locking safety doors Hydrostatically tested to withstand 2 5 times the working pressure Sealed with Neoprene Silicon long lasting and durable gasket Digital display for Jacket and Chamber pressure and temperature Outer jacket insulated to prevent heat loss with a high grade insulation material Mounted on 304 stainless steel frame with ground leveling flanges Temperature and pressure cut off device Auto cut off at low water level Rust proof 304 grade stainless steel Cylindrical construction Equipment should have separate steam release valve and drainage system Minimum of two safety valves with auto release at 16 and 20 2 2 User interface Manual 2 3 Software and or standard
240. ithotomy Leg Holders with Stirr Ups 1 Set Leather Wristlets 1 Set Padded Leg Rest Gutter Type 2 nos Anti static mattress 2 nos Side rails 2 nos DDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates premarket sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS approved product gt Electrical safety conforms to the standards for electrical safety IEC 60601 General requirements or equivalent BIS standard and IEC 60601 2 46 for usability gt Shall meet internationally recognised IEC 60601 1 2 for Electromagnetic Compatibility EMC and Electromagnetic Interference EM 7 2 Local and or international Manufacturer supplier
241. ity Portability Regulatory certification ECE R10 4 on suitability of unit on Vehicles Energy Source Electricity UPS Solar Gas Water CO Power Requirements 12 24 V DC amp between 100 240 V AC to have integrated AC amp DC power supply with battery protection system Battery operated Tolerance Not available Protection Not available Power Consumption Upto 10 Amp Other energy supplies Not available Accessories Spare Parts Consumables Accessories amp spare parts Each unit to be delivered with free mandatory accessories tow removable wire shelves partition including fitted strip curtains each unit to be deliverSed with AC amp DC cord Environmental and departmental considerations Atmosphere ambiance Air conditioning dust Suitability of blood storage refrigerator model to be installed in Mobile Van E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Additional Requirements Not available User amp Cleaning Disinfection amp Sterility issues Cleaning related manual for Technicians to be included along with operational guidelines Standards amp Safety Product certifications BIS or US FDA European CE amp ECE R 10 4 certified Quality certifications Directive 2002 72 EC Electrical Safety Not available Training and installation Pre installation requirements Blood storage unit to be integrated in the design well protected from possible damages during vehicle movement in road
242. k indicate the bank Signature amp Designation E mail address The above bank guarantee is accepted by the Managing Director Jammu and Kashmir Medical Supplies Corporation Ltd Signature For amp on behalf of M D JKMSCL E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Annexure AVI Guidelines for Registration Empanelment are as under 1 The registration fees of Rs 1 00 000 Rs One lakh only per group by the Original Manufacturer Direct Importers Authorised Representative s Agent s and Dealer s of various Original Manufacturers Direct Importers and Rs 50 000 Rs fifty thousand only per group by SSI Units of J amp K state only associated with the production business of equipments and machineries falling under various groups shall have to be paid in the form of Demand Draft only drawn on any scheduled nationalised bank in favour of Jammu and Kashmir Medical Supplies Corporation Limited payable at Jammu Srinagar Manufacturers firm placed abroad shall have to pay in INR equivalent to 5 000 dollars five thousand dollars only per group for direct participation in any of the bidding process for the supply of machineries and equipments to JKMSCL in the form of Demand Draft only as given in condition no above The registration with regard to machinery and equipment shall be valid for a period of five years from the date of issuance of registration no certificate which shall further be
243. k order Training of users in handling and basic maintenance shall be provided 72 MC0072 Postpartum Hemorrhage 1 USE 1 1 Clinical purpose It is used for teaching simulation of postpartum bleeding and E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 simulation model allows students to practice fundal massage techniques 1 2 Used by clinical department Skill labs TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt The material of mannequin should be of polyvinyl or silicone rubber free from any hazardous materials gt The model should be highly realistic for simulating postpartum hemorrhage gt The model should have features to manually control the amount of bleeding 2 2 Settings NA 2 3 User amp interface NA 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes Portable 4 ENERGY SOURCE electricity UPS solar gas water CO 2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUM ABLES 5 1 Accessories amp spare parts The mannequin should
244. ked by electromagnetic locks Table should have up down motorized movement and it should be controlled by two up amp down foot switches Movements of table top should be Transverse movement 18cm or more Longitudinal movement 45cm or more Height adjustment facility should be available Maximum weight carrying capacity for the table during up down movement should be 150Kg or more Vertical Bucky VB Stand gt Floor mounted Motorized Vertical bucky stand should have inbuilt FPD FLAT PANEL DETECTOR for lung and skeleton x ray examinations It should have user friendly design and handling VB stand should have provision to do chest radiography with and without grid Motorized Tilting should be 30 degree to 90 degree Vertical Up Down Movement Speed should be 60mm sec or more Flat panel Detector Each for Table bucky and vertical bucky gt A complete imaging solution with cutting edge of performance integrated with X ray systems Specifications The detector should be flat panel type with A Si amorphous silicon and CsI for scintillation Size of detector must be 43cm x 43cm Active Image matrix 3K x 3K Image depth should be 14bit Pixel size should be less than 150um Smaller pixel size is proffered Detector resolution should be more than 3 3 Ip mm DQE Detector Quantum Efficiency should be more than 65 Vv VVVVVV IMAGE ACQUISITION SOFTWARE gt SOFTWARE provides complete control of all image capture fu
245. lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes Portable 4 ENERGY SOURCE electricity UPS solar gas water CO 2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp spare parts NA 5 2 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable with mild soap and water without bringing deterioration to the mannequin 7 STANDARDS AND SAFETY 7 1 Certifications BS EN ISO IEC 17050 1 2010 gt Conformity assessment SupplierG declaration of conformity gt EMC Directive 2004 108 EC 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Demonstration to user while delivering the product 8 3 Training of staff medical paramedical technicians gt OPTIONAL Depending u
246. leaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA European CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 certification for quality standards Electrical safety conforms to the standards for electrical safety IEC 60601 General requirements or equivalent BIS Standard Shall meet internationally recognised for Electromagnetic Compatibility EMI EMC for electromedical equipment 61326 1 Certified to be compliant with IEC 61010 1 IEC 61010 2 40 for safety AERB type approved 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of three phase uniform power supply gt Safety and operation check before handover gt To be installed in a separate room gt Facility for dark room should be available 8 2 Requirements for sign off Certificate of calibration and inspection of parts from the manufacturer 8 3 Training of staff medical
247. ling bungs and mechanical over flow safety device 2 2 Settings Manual 2 3 UserG interface Manual 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Max 43 x 30 x 68 cms 3 2 Weight Ibs kg Max 27Kg 3 3 Noise in dBA 50 dB A 3 3 4 Heat dissipation Should maintain upto 36 5 deg temp and the heat disbursed through a exhaust fan 3 5 Mobility portability Yes 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Power Requirements 220 V 50 Hz 2 0 5 Amps 370 watts 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns Voltage corrector stabilizer to allow operation at 30 of local rated voltage Use of SMPS to correct voltage 4 4 Protection Electrical protection by resettable over current breakers or replaceable fuses fitted in both live and neutral lines 4 5 Power consumption 200W 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp Spares Collection container amp its cap suctions tube tips a vacuum gauge and control knob 5 2 Consumables reagents open closed system Tubing 8 mm ID x 2 mtr PVC 2x2 It polycarbonate jar 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature
248. lity tolerance gt Supplier to perform installation safety and operation checks before handover 8 2 Requirements for sign off Certificate of calibration and inspection from the factory 8 3 Training of staff medical paramedical technicians gt Training of users in operation and basic maintenance shall be provided EEG Electroence phalography 1 USE 1 1 Clinical purpose To record the variations of the electrical potential caused by the electrical activity of the brain 1 2 Used by clinical department ward NICU PICU TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt Should be a 32 Channel digital EEG Machine where 24 Channels for acquisition and storage 5 Polygraph Channels and 3 DC Channels Frequency response should be 0 05Hz to 70Hz Should have facility to view all channels in different montages during acquisition and review Should have split screen facility to study and even carefully during acquisition where data storage should be on going in hard disk Should have split screen facility in analysis to compare the data of same time or different times with individual selection of filters sensitivity montages etc Should have the facility for simultaneous acquisition and review of same record Should have the facility to mark pages important events for printing in review Should have user definable photic stimulator protocol execution with display o
249. lor image data Both frozen amp cine loops on built in as well as ramble media CD DVD USB port The system should have automatic real time quantification of Doppler parameter like velocity frequency time heart rate stop flow volume plasticity index resistivity index peak velocity average value point value area amp diameter flow volume etc The system should have high dynamic range of 170 dB with scanning depth of 30 cm or more All transducers minimum 3 should be broadband width Frequency range 2 to 12 MHz or more with universal ports for transducer interchange Two active ports and one parking probe is required gt System should have 190HD display with tilt and swivel Facility along with alphanumeric keyboard with illuminating keys and status function gt Dicom 3 0 compatible gt Review of stored images is desirable 2 2 User amp interface Software Automatic stages to be displayed or recordable for printing 2 3 Software and or standard of communication where ever required 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA Noise free system 3 5 Heat dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Certified Room Installation 4 ENERGY SOUR CE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements Power unit Input voltage 220V 240V AC 50Hz Single
250. luation and Comparison of Bids Award of Contract Redressal of Grievances during Procurement Process E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Section II Bid Data Sheet BDS Clause No Description 1 Introduction 1 1 NIT JKMSCL MACHINERY 2015 The Procuring Entity is Jammu amp Kashmir Medical Supplies Corporation Ltd J amp K The expenditure on the subject matter of procurement shall be met by budgetary resources of demanding indenting officers of the concerned department The goods and related services to be procured are as per table 1 and as per technical specifications The rate shall be valid for 12 months Bidding document Bids are invited from manufacturers direct importers distributors authorised dealers of the of the original manufacturers direct importers refer clause 2 6 xv Joint venture will not be allowed The price of the bidding document Rs 5000 as tender fee Rs 100 in case of SSI unit of J amp K State only and Rs 5000 as tender processing fee in the shape of demand draft both non refundable Bid Security Rs 1 00 lacs in the form of FDR CDR Rs 5000 in case of SSI unit The Pre bid meeting will be held at the office of JKMSCL Jammu Last date for downloading bid document 05 01 2016 Tuesday upto 1400 hrs Last date for submission of clarification 07 12 2015 Last d
251. ly in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues The case is to be cleanable with alcohol or chlorine wipes 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be CE approved product gt _Manufacturer supplier should have ISO 13485 certificate for quality standard E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 gt Electrical safety conforms to standards for electrical safety IEC 60601 1 IEC 60601 1 2 and IEC 60601 2 18 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 15 Amps electrical socket 8 2 Requirements for sign off 1 Supplier to perform installation safety and operation checks before handover gt Local clinical staff to affirm completion of installation 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented 1 USE 1 1 Clinical purpose Non invasive resp support CPAP for Newborn infant 1 2 Used by clinical department ward NICU
252. m Name of item is manufactured imported at our premises Address of factory amp Office capacity duly authorized to sign the authorization for on behalf 0 ee ees Name of sale proprietor firm company E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Annexure XVI On the letterhead of manufacturer and notarized Authorisation from foreign principal manufacturer Applicable in case of direct importer only The Managing Director Jammu and Kashmir Medical Supplies Corporation Limited J amp K Subject Regarding authorisation for our products Ref Your NIB no Name of items Dear Sir Name of firm proven and reputable manufacturers Name of item having factory at Address of Factory and Office hereby authorize M S Name of Bidder firm to submit a bid process the same further and enter into a contract with you against your requirement as contained in the above referred bid documents NIB for the above goods manufactured by us I we further confirm that no supplier or firm or individual other than M S Name of bidder firm is authorised to submit a Bid process the same further and enter into a contract with you against your requirement as contained in the above referred bid documents for the above goods manufactured by us I we also hereby extend our full guarantee CMC as applicable as per bid conditions of contract read with modifica
253. m Minimum of two safety valves with auto release at 16 and 20 2 2 User interface Manual 2 3 Software and or standard of communication where ever required NA VVVVVVV VVVV WV 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Capacity 100 Its 150 Its 250 Its 3 4 Noise in dBA NA 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through a cooling mechanism 3 6 Mobility portability Portable 4 ENERGY SOURCE electricity UP S solar gas water CO 2 4 1 Power Requirements Recharging unit Input voltage 440V AC 50Hz 3 phase 4 2 Battery operated No 4 3 Tolerance to variations shutdowns NA 4 4 Protection Should have over charging cut off with visual symbol 4 5 Operating Temperature 121 deg c to 134 deg c 4 6 Operating Pressure Should have operating pressure between 1 2 to 2 1 kg cm2 10 20 psi 4 7 Power consumption upto 18kW 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system Automatic Pressure Control Switch 2 no Automatic Water Cut off Device 2 no Micro Processor PID Controller with Timer amp Auto Stop Facility Digital Pressure Indicator 2 no Perforate basket rust free stainless steel Cord plug 4 no Biological and chemical indicators 1 setDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTA
254. made applicable by B I S at the time of inspection The inspection and testing of the material may be got done by any inspecting Agency team of experts at site of installation commissioning The supplier shall provide all facilities for inspection testing free of cost Notwithstanding the fact that the authorized inspecting team had inspected and or has approved the stores articles any officer s team of officer nominated by the corporation may inspect the item material as soon as it is received in the stores to ensure that the supply is in accordance with the specifications laid down in rate contract supply order In case of doubts in inspection test same may be got inspected or tested in any laboratory If the material is not found as per specifications or defective corporation shall not accept the material and shall inform the corporation within 3 days Consignee may also simultaneously ask the firm for removal of defect replacement The firm shall be bound to replace the defective equipment item within 15 days of receipt of intimation from the consignee corporation However the date of delivery in case of defective item shall be taken as the date on which the JKMSCL accepts the item after replacement of defective material removal of defects as the case may be Wherever defective item is replaced the inspection testing charges if any shall be borne by the supplier The corporation technical expert or team shall match the spec
255. main ones No spares 5 3 Consumables reagents open closed system NA 5 4 Others 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues NA E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Shall meet IEC 61010 Or Equivalent BIS Standard Retirements Should be FDA CE approved product ISO certified company 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Hand over report with end user sign 8 3 Training of staff medical paramedical technicians gt User training on complete operation should be provided MC0057 Breast Pump 1 USE 1 1 Clinical purpose A breast pump is a mechanical device that extracts milk from the breasts of a lactating individual Breast pumps is an electrical devices powered by electricity or batteries 1 2 Used by clinical department ward NICU and PICUHNICAL 2 TECHNICAL CHARACTERISTICS 2 1
256. mannequin must be realistically sculpted anatomically accurate and feel must be smooth resilient bony as relevent and E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 suitable for simulation Should enable use of chromic sutures Should have one model featuring standard episiotomy with tears in labia minora medio lateral on left and right side gt It may have features to attach with child birth simulator and episiotomy with tears desirable 2 2 Settings NA 2 3 User amp interface NA 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes portable 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO 2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp spare parts If episiotomy part is replaceable quote for 100 sets may be given 5 2 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15
257. may be considered by the corporation for the placement of supply orders It may be noted that the JKMSCL does not undertake to assist in the procurement of raw material whether imported or controlled or restricted and as such the bidders must offer their rates to supply the specific items from own quota of raw material stock by visualizing the prospect of availability and requirement Any of the above points if taken as argument for non supply delayed supply will not be entertained The figures indicated if any do not constitute any commitment on the part of JKMSCL to purchase any of the articles and the quantities shown therein against each or in any quantity whatsoever and no objection against the quantity of the indent of approved item being more or less than the indicative quantity will be entertained and shall not be acceptable as a ground for non supply of the quantity indented PROCURING ENTITY S RIGHT TO VARY QUANTITY The quantity of equipments originally indicated in the bidding document may vary without any change in the unit prices and other terms and conditions of the bid and the conditions of contract If the JKMSCL procures less than the quantity indicated in the bidding documents if asked the bidder shall not be entitled for any claim or compensation except otherwise provided in the conditions of contract If the bidder fails to supply the JKMSCL shall be free to arrange procure the item s from
258. mbers of steps Control A very compact Soft Touch Control Panel having following functions amp indications should be provided The panel can be supplied in floor or wall mount with Spill Proof design Following features should be available on the control panel Machine ON OFF switch ADigital Display of KV amp mAs K V amp mAs increase and decrease switches Tube focal spot selection switch AReady and x ray on switch with indicators Bucky Selection switch Self diagnostic Programme with Indicators for Earth fault error KV error filament error amp Tube Thermal Overload X Ray Tube gt One No Dual focus Rotating Anode BEL Toshiba Imported X ray tube thermally protected having focal spot gt 1mm or less small Focus 2mm or less large Focus gt Anode heat storage capacity of tube should be more than 140 KHU gt One no manual collimator with aluminium filter amp for adjustment of exposure area Column Stand It should have floor to ceiling stand with vertical counter balanced travel It should have 360 deg Rotation It should be provided one vertical bucky stand with machine Table Five position manual tilt table having buky grid ration of 8 1 with 85 lines per inches should be provided gt The bucky tray should accept cassette of 8100 100x120and 140x170size 2 2 User interface Manual 2 3 Software and or standard of communication where ever required 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lb
259. me should be less than 20 L Measurement range should be 25 30 37 degree Celsius with 1 degree increment Standard wavelengths in the range of 340 700 Analyzer must store 1000 results Analyzer resolution must be 0 0001 absorbance unit and absorption range from 0 00 3 00 unit 2 2 User amp interface Manual 2 3 Software and or standard of communication where ever required NA VVVVV Vv VYY VVVVVV 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Stationary lab Installation 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements Recharging unit Input voltage 220V 240V AC 50Hz 4 2 Battery operated No 4 3 Tolerance to variations shutdowns 10 4 4 Protection NA 4 5 Power consumption 5 ACCESSORIES SPARE PART S CONSUMABLE S 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system gt UPS for back up of system for half hour gt Light source Lamp no gt Open System gt Micro pipettes 5 No 2 variable 5 50 100 1000 gt Tips 500 small and 500 big BIDDING PROCUREMENT TERMS DONA
260. mitted the transportation of equipment from purchasing officer to service centre of firm and back to purchase officer site is sole responsibility of the service providing firm company Care for the equipment The consignee shall take proper care and diligence in using the equipment so as to ensure that the equipment is protected against damage resulting from accidents neglect or misuse pests and insects etc The consignee shall also maintain the optimum temperature and other environmental conditions to safeguard the equipment against damages as per the specification given in the instruction manual Price 1 iv In consideration of Name of firm company providing the services as set out in clause 2 above the JKMSCL shall pay to Name of firm company maintenance contract charges hereinafter the ACMC charges for the equipment annexed to this agreement The CMC charges specified above is inclusive of all taxes levis impositions cess etc as may be applicable on the services rendered by name of firm company to the consignee If any fresh taxes levies impositions cess is levied and changed by the appropriate authority during the term of this contract the variation shall be borne by the procuring officer All the defective parts items shall become the property of firm company on replacement of parts and have to be returned to name of firm company by the procuring officer consignee only if same are replaced without ch
261. muscular Injection training mannequin Anatomical Training Models 1 USE 1 1 Clinical purpose It is designed to simulate the actual sensation of the human skeletal structure required to determine the correct injection site It helps users to practice a range of injection procedures including needle puncture and infusion of simulated injection fluid water 1 2 Used by clinical department Skill labs TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt The material of mannequin should be of polyvinyl or silicone rubber free from any hazardous materials gt The texture of the mannequin should be as close to the feel of the baby adult skin as relevant gt The Internal parts of the mannequin must be realistically sculpted anatomically accurate and feel must be smooth resilient bony as relevent and suitable for simulation Intramuscular injection training model should have lifelike human torso with intramuscular injection site in upper outer quadrant of palpable gluteal region on both side left and right gt Should have intramuscular injection in ventrogluteal site below iliac crest on E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 both side left and right 2 2 Settings NA 2 3 User interface NA 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight
262. n ambient temperature of 10 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates premarket sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS approved product Manufacturer and Supplier should have ISO 13485 certification for quality standards General requirements or equivalent BIS Standard Shall meet internationally recognised for Electromagnetic Compatibility EMC for electromedical equipment 61326 1 gt Certified to be compliant with IEC 61010 1 IEC 61010 2 40 for safety 7 2 Local and or international Manufacturer supplier should have ISO certificate for quality standard gt gt Electrical safety conforms to the standards for electrical safety IEC 60601 gt 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover 8 2 Requirements fo
263. n training model 61 MC0061 Child Birth Simulator alongwith attachment for cervical Dilatation Simulators and associated devices 62 MC0062 Adult IV Training ARM KIT Infusion injection training model 63 MC0063 Episiotomy suturing unit reusable 64 MC0064 Female lowertorso mannequin with normal and postpartum uterus and accessories Gynaecologic trainer 65 MC0065 Normal New born baby simulation model Simulators 66 MC0066 Peditaric IV Arm Kit Infusion injection training model 67 MC0067 Uterine Model Cavity Simulator 68 MC0068 Essential New Born care and resuscitation mannequin Simulators and associated devices a E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 MC0069 Female catheterization Mannequin Cervical Dialatation catheter Indwelling Catheterization kit MC0070 Intramuscular Injection training mannequin Infusion injection training mode Anatomical Training Models MC0071 OG Tube insertion Simulation Model Gastric feeding tube MC0072 Postpartum Hemorrhage simulation model FAMILY WELFARE MC0073 Single Puncture Laparoscope BLOOD BANK PRODUCTS 74 MC0074 Blood Collection Monitor 75 MC0075 Blood Donor couch 76 MC0076 Portable blood storage refrigerator 71 MC0077 Table top tube sealer 78 MC0078 Tube Stripper CONTROLLER DRUGS amp FOOD CONTROL ORGANIZAT
264. narily be made from bills Such amount may also be recovered from any other untied dues amp security deposits available with the JKMSCL In case recovery is not possible recourse will be taken under or any other law in force Any recovery on account of liquidated damage charges risk amp cost charges in respect of previous rate contracts supply orders placed on them by JKMSCL can also be recovered from any sum accrued against this bid after accounting for untied sum or due payment lying with JKMSCL against previous rate contracts supply orders Firm shall submit details of pending amount lying with JKMSCL but decision of Managing Director JKMSCL J amp K regarding authenticity of sum payable shall be final INSPECTION i The equipments supplied shall be according to specifications provided at Section IV 3 schedule of supply and may be inspected by the technical panel team constituted for the purpose by JKMSCL deemed fit on the site of manufacturer in case of Indian manufacturer importer importer site The manufacturer importer shall facilitate the demonstration of the said machine equipment on the site only After the receipt of Certificate of satisfactiond from the technical panel the supply order shall placed In case of BIS Items inspection shall be strictly as per relevant BIS specifications with latest amendments and have been made applicable by B I S at the time of inspection The machine equipment shall be further in
265. nctional requirements A light source on or via the blade illuminates the larynx to allow viewing and tube passage The unit is handheld with internal batteries and has interchangeable rigid blades of different sizes 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Fibber optic Laryngoscope preferably should be reusable using the latest LED technology The main body of the handle should incorporate an excellent grip amp should feel even wearing a glove There should be a freely moving light intensifier of light from the light source through to the tip of the fiber optic blade to prevent any possibility of cross contamination The unit should allow the blade to be inserted E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 easily amp should provide a positive locking mechanism when moved in to the closed position 2 2 User interface Manual 2 3 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight Ibs kg Light weight upto 500 gms 3 3 Configuration Handheld unit single piece when in use On off switch to be robust and easy to use External material to be non ferrous Blades to be surgical grade stainless steel Supplied in protective reclosable container 3 4 Noise in dBA heat dissipation NA 3 5 Mobility portability Yes 3 6 Others storage box s
266. nctions within the examination room enhancing the entire workflow by delivering diagnostic images instantly and allowing users to move X ray images electronically to remote workstations image archives and printers also has the super excellent performance on image quality control such as IMAGE ACQUISITION AND PROCESSING Digital image processing technology Preview image should be available in less than 5 seconds Processed image should appear in less than 8 seconds Exam Specific Algorithms image processing for consistent image quality of all body parts Automatic image optimization Image harmonization algorithms for uniform images Preset image processing tools for different anatomy Preset GAMMA correction table with manual override Image cropping Image mirror rotate Image annotation with circle square rectangle Arrow markers Add image accept reject comments Rejected images archival with provision of converting them to VVVVVVVVV VVVV E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Accepted images gt Separate log for Rejected Accepted and Printed images gt True size for printing gt User defined printing formats gt Should have high image storage capacity with 1TB HDD Dose Reduction gt Advanced noise reduction and image enhancement technology for best image quality at minimum dose Excellent Maintainability Remote online system diagnosis Remote online s
267. nd relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates premarket sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS approved product gt All mechanical tests gt Shall meet internationally recognised standard IEC 60601 2 46 for usability 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover 8 2 Requirements for signoff gt Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0037 Shadowless lamp ceiling type minor Single Dome 1 USE 1 1 Clinical purpose Luminescence shadow less lamp adopts light sources different positions for focus to eliminate shadows of different parts of medical workers 1
268. nd silicone rubber free from any hazardous material gt The texture of the mannequin should be close to the feel of the baby adult skin as relevant gt The Internal parts of the mannequin must be realistically sculpted anatomically accurate and feel must be smooth resilient bony as relevent and suitable for simulation Newborn mannequin should have features for training essential newborn care ENBC and newborn resuscitation Newborn Mannequin should facilitate effective bag and mask ventilation chest must rise only with correct technique The newborn mannequin should include the following Squeeze bulbs for simulation of cord pulsation spontaneous breathing auscultation of heart sound and cry gt The new born mannequin should demonstrate clearing of airways perform suction monitoring of ventilation and pulsation 2 2 Settings NA 2 3 User amp interface NA 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes Portable 4 ENERGY SOURCE electricity UPS solar gas water CO 2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES E BID FOR THE PROCUREMNT
269. nditioning humidity dust Operating condition gt Capable of operating continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances 6 2 UserG care Cleaning Disinfection amp Sterility issues Cleanable with alcohol or chlorine wipes 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE approved product ISO 80601 2 61 2011 Medical Electrical equipment part 2 61 Particular requirements for the basic safety and essential performance of pulse oxymeter gt Electrical safety conforms to standards for electrical safety IEC 60601 1 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 EMC safety confirms to IEC 60601 1 2 standard requirement gt Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance Electrical sockets 8 2 Requirements for sign off Supplier to perform installation safety and operation checks before handover gt Local clinical staff to affirm completion of installation 8 3 Training of staff medical paramedical technicians gt Training of users in operation and basic maintenance shall be provided Advanced maintenance tasks required shall be documented MC0056 Blue li
270. ndling and basic maintenance shall be provided MC0065 Normal New born baby simulation model Simulators 1 USE 1 1 Clinical purpose It is used to demonstrate the characteristics and examination of new born baby and Kangaroo mother care KMC 1 2 Used by Clinical Department Skill labs N 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt The material of mannequin should be of polyvinyl or silicone rubber free from any hazardous materials The texture of the mannequin should be as close to the feel of the baby adult skin as relevant New born baby mannequin should weigh close to the normal newborn Should have actual size showing external development and growth Should be close to normal skin colour texture and bony feel Should have moving head flexible upper and lower limbs Should have KMC clothes compatible with the size of the mannequins 2 2 Settings NA 2 3 User amp interface NA 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes Portable 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO 2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other e
271. nergy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp spare parts NA 5 2 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable with mild soap and water without bringing deterioration to the mannequin 7 STANDARDS AND SAFETY 7 1 Certifications BS EN ISO IEC 17050 1 2010 gt Conformity assessment SupplierG declaration of conformity gt EMC Directive 2004 108 EC 8 TRAINING AND INSTALLATION E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Demonstration to user while delivering the product 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of work order Training of users in handling and basic maintenance shall be provided MC0066 Peditaric IV Arm Kit Infusion injection Training model 1 USE 1 1 Clinical purpose It is ideal for practicing intravenous injections correct punctur
272. ng the signatures and photo of the authorized signatory shall also have to be enclosed along with the application E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 FORMAT FOR REGISTRATION OF MANUFACTURERS SSI Unit Name of the Firm In case of authorized representative agent dealers Please mention the name of the authorizing firm also with details indicating the authority to authorize the representatives agent dealers etc Address a Contact No L Line____ Mob b email ID Group Registration Registration No a With Department of Industries amp Commerce SSI Units of J amp K Only b With Sales Tax Department gt Z o S c With Excise Department GOD d Any other Registration fee in the form of Demand Draft drawn on any scheduled Nationalized Bank in favour of J amp K Medical Supplies Corporation Limited payable at Jammu Srinagar D D No Bank Drawn From IFSC Code____Date of Drawal__ _ Valid upto Check List For Manufacturers SSI Units OBR Mr r bo mo Bo op Non Conviction certificate Sales tax registration VAT CST copy of Tin No Sales tax clearance certificate of last 03 financial years Average Annual Turnover Certificate for last three financial years Duly Certified Copy of Product permission certificate license issued by licensing authority Copy of PAN card supported by income tax clearance certificate of last 03 financial years Quality certification s of the manuf
273. ns metric minimum spec 1650mm Height X 750mm Width X 500mm Length 3 2 Weight lbs kg lt 20 kg 3 3 Configuration Clear cabinet for observation of infant Infant bassinette to be an integral unit which should be detachable Unit to provide shielding of infant in the event of bulb breakage Bulb mount to have angle adjustment of at least 30 degrees All surfaces to be made of corrosion resistant materials Light unit tilting facility and height adjustment facility 3 4 Noise in dBA lt 60dBA 3 5 Heat dissipation The temperature of baby bed and metal surfaces should not exceed 40deg C and 43 deg C for other accessible surfaces Y VVVVVV VV V WV gt gt gt gt gt E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 3 6 Mobility portability Minimum 3 castors and atleast 2 with brakes 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Power Requirements 220 to 240V 50 Hz 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns 10 of input AC 4 4 Protection Electrical protection by resettable overcurrent breakers or replaceable fuses fitted in both live and neutral lines 4 5 Power consumption Should not be more than 160 W 4 6 Other energy supplies Mains cable to be at least 2 5m length 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional gt Complete set of replacement tubes to allow 3 months6continuous operation gt Two re
274. ntained in this bid document The procuring entity may in its absolute discretion but without being under any obligation to do so update amend or supplement the information assessment or assumptions contained in this bid document ste E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 The issue of this bid document does not imply that the procuring entity is bound to select a bidder or to appoint the selected bidder or bidder as the case may be for the procurement and the procuring entity reserves the right to reject all or any of the bidders or bids at any point to time without assigning any reason whatsoever The bidder shall bear all its costs associated with or relating to the preparation and submission of its bid including but not limited to preparation copying postage delivery fees expenses associated with any demonstrations or presentations which may be required by the procuring entity or any other costs incurred in connection with or relating to its bid All such costs and expenses shall remain with the bidder and the procuring entity shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred b a bidder in preparation or submission of the bid regardless of the conduct or outcome of the bidding process Any information documents including information documents pertaining to this bid or subsequently provided to bidder and or selected bidder and information documents
275. ntity the unit price shall prevail and the total price shall be corrected unless in the opinion of the procuring entity there is an obvious misplacement of the decimal point in the unit price in which case the total price as quoted shall govern and the unit price shall be corrected La E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 il If there is an error in a total corresponding to the addition or subtraction of subtotals the subtotals shall prevail and the total shall be corrected ili If there is a discrepancy between words and figures the amount in words shall prevail unless the amount expressed in words is related to an arithmetic error in which case the amount in figures shall prevail subject to clause a and b above If the bidder that submitted the lowest evaluated bid does not accept the correction of errors its bid shall be disqualified and its bid security shall be forfeited or its bid securing declaration shall be executed PROCURING ENTITY S RIGHT TO VARY QUANTITY i The quantity of equipments and instruments originally indicated in the bidding document may vary without any change in the unit prices and other terms and conditions of the bid and the conditions of contract Gi If the Managing Director JKMSCL J amp K procures less than the quantity indicated in the bidding documents the bidder shall not be entitled for any claim or compensation except otherwise provided in
276. ntration range 25 to 70 Maximum CO2 concentration inside incubator 0 2 Internal noise level lt 60 dB Mode of operation should be properly displayed Green indicator light should be provided for its ready to be in normal use Infants straps should be provided to restrict the baby movement skin temperature probe should be small in size not more than 10mm diameter and 4mm in height to fix the probe firmly on the infant Baby contact material should be biocompatible as per ISO 10993 standard requirement Infant bed should be drawable Mattress foam density should be minimum 25kg cm3 and infant bed mattress cover should be biocompatible material Examination light should be provided for inspection Should have heater power indicator Warm up time 30 40 minutes and shall not differ by more than 20 Shall be equipped with a thermal cut out It shall be so arranged that the heater is disconnected and an auditory and visual warning is given at an incubator temperature which does not exceed 40 deg C Should have elbow operate able ports and head access door It should not topple over at 10 deg inclined plane Patient skin temperature range 35 deg C to 37 5 deg C over ride up to 38 deg C Air temperature range 30 deg C to 39 deg C Temperature resolution 0 1 deg C Temperature accuracy 0 2 deg C 2 2 Settings Patient skin temperature range 35 deg C to 37 5 deg C over ride upto 38 deg C gt Air temperature range 30 deg C to 39 deg C 2 3 Us
277. ods less in weight and volume than those mentioned on the label of the container the same will be dealt with in the manner prescribed under rules MARKING All instruments equipments and accessories supplied should bear marking WKMSCL SUPPLY 2015 16 NOT FOR SALE 0 or as mentioned in supply order in English without which the supply will not be entertained However in case of imported item s foreign manufactured products the supplies may be arranged without logogram Pe P D SR l oe pa age JKMSCL SUPPLY 15 16 NOT FOR SALE APPLICABILITY OF TAXES C Form shall be issued by JKMSCL for charging CST at concessional rate against supplies made as per order The invoice should show the concessional rate of CST separately E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 COMPARISON OF RATES i Only net rates should be quoted No separate free goods or cash discounts should be offered Rates must be valid for the entire period of contract In comparing the rates quoted by a firm from outside J amp K and another bidder from within the state the element of Central Sales Tax shall be added in the rates of the from outside J amp K and VAT if any shall be excluded from the rates quoted While comparing the rates in respect of firms within J amp K the element of J amp K VAT or CST shall be excluded from the rates quote Consignee may be located at a district headquarter except equipment
278. of English USA Indian will not serve the purpose In the case of supply of imported item the suppliers may be asked to furnish a certificate to the effect that the firm has completed all the formalities in connection with import of the item in question In case the item approved by the JKMSCL is procured by any other department on the rate contract of JKMSCL the administrative charges to the extent of 5 of the invoice value shall be deposited by the approved firm or else the firm supplier shall be liable to be penalised which may lead to blacklisting debarring from entering into the tender process for not less than 05 years by JKMSCL besides forfeiture of earnest money or any other action as deemed fit by the Managing Director JK MSCL APPLICABILITY OF CLAUSES All the clauses from 1 to 40 of general terms and conditions and from 1 to 15 of special terms and conditions and their annexure formats amp enclosures are applicable for the bid items Managing Director Jammu and Kashmir Medical Supplies Corporation Limited I We have read the above terms and conditions and I We agree to abide myself ourselves by the above terms amp conditions of the bid document Signature of bid with seal E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Section VI C Contract Forms CF Table of contents Description Letter of Acceptance Annexure A1 Agreement Form Annexure Al Schedule of R
279. of communication where ever required NA gt gt gt gt gt gt gt gt gt gt gt gt gt 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Capacity 40 L 70 L 100 L 3 4 Noise in dBA NA 3 5 Heat dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Portable 4 ENERGY SOURCE electricity UP S solar gas water CO 2 4 1 Power Requirements Recharging unit Input voltage single 3 phase 4 2 Battery operated No 4 3 Tolerance to variations shutdowns 10 4 4 Pressure gauge 0 2 1 Kgf cm 4 5 Operating pressure from 15 20 psi 4 6 Sterilizing pressure 1 2Kgf cm 15 psi at 121 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 4 7 Protection Should have over charging cut off with visual symbol 4 8 Power consumption upto 9kW 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system Automatic Pressure Control Switch 2 no Automatic Water Cut off Device 2 no Micro Processor PID Controller with Timer amp Auto Stop Facility Digital Pressure Indicator 2 no Perforate basket rust free stainless steel Cord plug 4 no Biological and chemical indicators 1 set BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERAT
280. of product before the expert panel The corporation shall not be responsible for any damage wear and tear or loss during the course of testing examination etc The corporation would retain the sample of E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 approved item for one month beyond expiry of contract The corporation shall not be responsible for any damage wear and tear or loss in this period The corporation shall not make any arrangement for return of samples even if the bidder agrees to pay the cost of transportation The bidder may be asked to demonstrate the technique procedure and utility of equipment as per specifications given in the bid document before the technical committee constituted by the Corporation for the purpose In case of heavy equipment the demonstration may be carried out at the nearby place where the equipment has been installed by the bidder In that case the decision of the technical committee shall be final The firm shall keep ready the quoted equipment and arrange all logistics within the time frame as and when asked by the JKMSCL After the due date no request of the bidder firm shall be entertained for demonstration Sample should be strictly according to the item quoted in the bid form failing which the bid will not be considered Sample must be submitted duly sealed and marked suitably either by writing on the sample or on a slip or durable paper securely fastened to the
281. of such supplies from manufacturer direct importer before releasing the payment iii No original manufacturer direct importer shall be allowed to authorize more than one agent representatives to bid negotiate conclude the tripartite agreement with regard to business against this specific tender E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 To be submitted along with required fees Annexure I Financial Price Bid Submission Sheet Cover B To Managing Director Jammu amp Kashmir Medical Supplies Corporation J amp K 1 I We offer to supply in conformity with the bidding document and in accordance with the delivery schedule specified in Section V schedule of supply the following goods and related services Name of equipments items with guarantee and CMC CI ecccessceeceeseeeeeee The prices of said equipment item s are uploaded electronically in BOQ on website www jktenders nic in in as per instructions provided The uploaded financial bid checked confirmed and found as per bid instructions The copy of demand draft as per ITB instructions to bidder clause 7 with respect to bid security and cost of bidding document and processing fee are enclosed as detailed below i Bid Security Rs 100 000 one lac only ii Cost of bidding document Rs 5000 five thousand only non refundable iii JKMSCL processing fee Rs 5000 five thousand only non refundable I We understand
282. oftware upgrade Image quality control tools Easy and quick Offset and gain calibration with bad pixel removal algorithm Automatic programmed offset calibration for best image quality Full DICOM 3 0 Compatibility gt Get DICOM work list from HIS RIS gt Store Images through PACS network system gt Support user defined format DICOM image print gt Support DICOM MPPS Image Management gt Resend Reprint image gt Send print queue management gt Re preview image gt Protect patient record gt Rejected image management Image Stitching gt Image stitching software should be provided for long limb imaging gt At least 4 images should be stitched together MONITORS 1 No 190High Brightness Monochrome LCD Medical grade monitor should be provided Additional Work Station Additional workstation should be provided It should have following features DICOM connectivity Image review Image processing Patient Reporting Image SEND RECEIVE PRINT facility Should have DIOCM connectivity for existing PACS RIS system Should have large image archival capacity at least 1TB HDD 2 2 User interface manual 2 3 Software and or standard of communication where ever required In built 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA Noise free system 3 5 Heat dissipation Should maintain nominal Temp and the heat should be disbursed through a coolin
283. om the date of installation demonstration Acceptance of comprehensive maintenance contract after expiry of guarantee period should be submitted with the cover MAOand rates in cover fBOrespectively Conditional bids shall not be considered List of consumable items is to be provided in technical bid which is not covered under the guarantee otherwise all the consumables will be treated as spare parts covered under the guarantee and CMC Transhipment shall be permitted and partial shipment not allowed Normally payment shall be released after installation demonstration and successful commissioning of equipment machine and satisfactory operational training The bidder should quote rates in Indian rupees and payment will be made in Indian rupees INR only All certificates should be valid on the date of submission of bids and issue of supply order The bidder should have well equipped local service centre in India preferably in J amp K The bidder shall be a manufacturer direct importer authorised dealer of the original manufacturer importer who must have manufactured imported and supplied and installed this equipment s in India satisfactorily The list of such installation of the equipments may be asked from the bidder in verification of Annexure XVIII information and he should submit self attested copy of purchase order indent and invoice inclusive of quantity amp rate The merger amalgamation tran
284. om the opening of technical bid a A bid security bid securing declaration shall be required b Bid security shall be required the amount and currency of the bid security shall be as mentioned in Table 1 The scanned copy of complete bid document filled and signed on each page as per Instructions to bid ITB and other requirements need not to uploaded on website www jktenders gov in However declaration as Annexure AVII regarding acceptance of all the terms amp conditions and other clauses as given in the tender document duly notarised shall have to be uploaded along with technical bid Please note that physical submission of bid document shall not be accepted The authorisation to sign on behalf of the bidder shall consist of power of attorney by the bidder any valid certification or the change in bidder shall be resolved in the board of firm company which shall be immediately communicated to the JKMSCL No authorised agent dealer supplier shall be allowed to make any declaration which is mandatory required to be made by the MD chairman Directors authorised person designated by the manufacturing company importer Submission and Opening of Bids The last date for Bid submission is 05 01 2016 upto 1600 hrs The technical Bid opening shall take place on 06 01 2016 at 1100 hrs Evaluation and comparison of bid The price preference shall apply as per GCC and SCC provisions Award of Contract If
285. on on which they are made which may or may not prove to be correct No representation or warranty is given as to the reasonableness of forecasts or the assumptions on which they may be based and nothing in this bid document is or should be relied on as a promise representation or warranty Bid document and the information contained therein is meant only for those applying for this procurement it may not be copied or distributed by the recipient to third parties or used as information source by the bidder or any other in any context other than applying for this proposed procurement The procuring entity is its employees and advisors make no representation or warranty and shall have no liability to any person including any bidder under any law statute rules or regulations or tort principles o restitution or unjust enrichment or otherwise for any loss damages cost or expense which may arise from or be incurred or suffered on account of anything contained in this bid document or otherwise including the accuracy adequacy correctness completeness or reliability of the bid document and any assessment assumption statement or information contained therein or deemed to form part of this bid document or arising in any way for participation in this bidding process The procuring entity also accepts no liability of any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any bidder upon the statements co
286. on equipped with newer modes of ventilation Assist Control Volume control Pressure control Pressure support SIMV with pressure support Pressure and volume control PEFP Inverse ratio Ventilation Non invasive ventilation BIPAP CPAP Apnea ventilation user selectable volume amp pressure control Should have built in color screen TFT LCD display of minimum 80 for display of waveforms and monitored value Should have inbuilt facility to upgrade with EtcO2 Should have facility to measure and display of the following parameters Airway Pressure Peak amp Mean Tidal volume Inspired amp Expired Minute volume Inspired amp Expired Respiratory mechanics Spontaneous Minute Volume E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Total Frequency FiO2 dynamic Intrinsic PEEP Plateau Pressure Resistance amp Compliance Use selector Alarms for all measured amp monitored parameters Occlusion Pressure Pressure Flow amp Volume curves Automatic compliance and leakage compensation for circuit and ET tube Should have facility of log book for events and alarms with date amp time Should have following setting Tidal volume Minimum 2ml Maximum up to 2000ml pre set range for both neo natal amp pediatic modes to be provided Inspiratory pressure upto 60cm of H20 Respiratory rate 1 to 80 bpm Apnea back up rate CPAP PEEP Pressure support FiO2 sett
287. operation for at least four hour in the event of power failure 4 3 Tolerance to variations shutdowns gt Voltage corrector stabilizer to allow operation at 10 of 220V AC Use of SMPS to correct voltage 4 4 Protection gt Electrical protection resettable over current breakers or replaceable fuses fitted in both live and neutral lines gt Leakage E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 4 5 Power consumption to be declared by the supplier 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp Spares gt Full face mask 5 Nos each of 0 1 and 3 gt Nasal cannula for neonates 5 nos gt Reusable breathing circuit of silicone material SNos gt Air amp oxygen hose 1 each 5 3 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable and sterilizable using alcohol and other chemical agents 7 STANDARDS AND SAFETY 7 1 Certifications gt FDA US CE EU from aut
288. operly installed quality control measures at the production site unit at the time of bid which may be a certificate from NSIC For micro and small scale industrial units MSME micro small medium enterprises production capacity certificate issued from Industries Department Firm shall submit copy of the registration with central excise department exemption from registration if applicable as per provisions of central excise act In case of imported equipments and instruments self attested photocopy of IEC Import export code certificate and permission authorization for sale from the foreign principal manufacturer v Duly self attested photocopy of BIS certificate renewed up to date with respective schedule for ISI certification for quoted items if applicable vi Duly attested photocopy of ISO Certificate if applicable vii Duly attested photocopy of BIS CE USFDA certificate from Govt of India lab or from Govt of India approved lab for the quoted items as mentioned in Table 1 viii The average annual turnover statement for preceding three financial years i e 2012 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 13 13 14 14 15 duly signed by the bidder duly verified by the Chartered Accountant attested by notary public and supported by balance sheets The annual turnover for the year 2015 16 may also be considered if it is audited authenticated by the competent authority C
289. opies of annual accounts balance sheet amp profit amp loss statements certified by the auditors for the preceding three financial years may also be asked Notarised copy of latest Sales Tax VAT clearance certificate up to 31 03 2015 preferably upto last quarter of the year 2015 16 issued by commercial tax officer of the circle concerned from where supplies will be affected shall be submitted Declaration regarding point of supply with full address in bid submission letter A combined undertaking declaration regarding that the quoted item a Model is of latest technology the item has not become outdated that the rate quoted is not more than the rate charged from anyone else that the bidder is not black listed or banned or debarred by central or any state government or its append gages availability of spare parts and consumables for the quoted equipment for at least 10 years life of the item from the date of installation must be submitted on Non Judicial stamp paper of Rs 200 in prescribed format Annexure XIV duly notarized for each item quoted in bid Note Bid should not be submitted for the quoted item s for which the bidder has been blacklisted banned debarred either by bid inviting authority or Govt of J amp K or by any other State Central Govt and its agencies This also applies to the bidder for its sister allied firm s unit s The declaration from the bidder regarding qualifications Annexure XIV The
290. or authorized dealer authorization for sale from the principal manufacturer The average gross annual turnover of the bidder firm shall be as per Table 1 for last three years Duly signed copy of section VI A and VI B GCC amp SCC as acceptance of terms and conditions USFDA Certificate CE marking ISO SI equivalent quality control certificate BIS certificate in case of ISI marked item if applicable Any other documents The documents submitted at the time of registration of firm need not to be re submitted Only the documents wherever the validity of the submitted documents has expired shall be uploaded 12 I we understand that our bid shall liable to be declared non responsive in case of any deficiency in fulfilment of above requirements on our part 13 Twe accept all the terms conditions and provisions of this bid document N B The original manufacturer direct importer of the bidding items their sole authorised representative agent shall execute tri partite agreement with the Corporation i e JKMSCL iner alia stating that i The invoice submitted by the authorised representative agent distributors dealers for such supplies shall be endorsed by the original manufacturer direct importer of bidding items Original copy of the delivery challan of the manufacturer towards distributor for such supplies shall be endorsed along with invoice submitted by Authorised representative agent ii JKMSCL may secure confirmation or authenticating
291. or waste container full wash bottle empty Residual volume after washing should be lt 2ul It should have specially designed peristaltic pump to dispense 50 400 ul It should be supplied with waste bottle wash bottle and rinse bottle of capacity 2 liters with tubings It should have option of washing cycles Cross wise aspiration over flow washing bottom washing Automatic manifold detection gt Equipment should be un pressurized capable of using any bottle or container for washing It should be suitable for UV amp flat bottom microplate Microplate Reader Bichromatic Optics with six wave lengths Trichromatic Light source Internal Printer with port for external printer Should read ELISA Plate Horizontally A to Hand and vertically 1 to 12 Photometric Accuracy should be 43 Print Out of whole plate in Matrix Format Linear measurement range 0 to 4 Absorbance unit Interference filters Filters of 405 450 492 630 nm with two extra positions 2 3 Software and or standard of communication where ever required Compatibility with external Printer VVVVV VV WV Vv VVVVVVVVV 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Stationary lab Installation 4 ENERGY SOURCE Electricity
292. orce or should compound with his creditors it shall be lawful for the procuring entity to put an end to the agreement and thereupon every article clause and thing herein contained to be operative on the part of the procuring entity shall cease and be void and the procuring entity shall have all the rights and remedies given to him under the preceding clauses Serving of notice on supplier All notice or communication relating to or arising out of this agreement or any of the terms thereof shall be considered duly served on or given to the supplier if delivered e mailed to him or left at his premises e mail address place of business or abode Dispute settlement All disputes arising out of this agreement and all questions relating to the interpretation of this agreement shall be decided by the Managing Director JKMSCL and the decision of the Managing Director JKMSCL J amp K shall be final as per bid terms and conditions And it is hereby agreed and declared between the parties hereto that in case any question of dispute arises touching the construction or wording of any of clause herein contained on the rights duties liabilities of the parties hereto or any other way touching or arising out of the present the decision of the Managing Director JKMSCL J amp K in the matter shall be final and binding If any dispute arise out of the contract with regard to the interpretation meaning and breach of the terms of the contact the matter sh
293. orized third party and BIS ISO 13485 gt Relevant IEC 60601 Part 1 amp 2 certificates by a notified agency 7 2 Local and or international Manufacturer supplier should have ISO certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance Availability of 5 amp 15 Amp electrical sockets Oxygen supply Medical air supply Requirements for sign off 1 Supplier to perform installation safety and operation checks before handover gt Local clinical staff to affirm completion of installation 8 3 Training of staff medical paramedical technicians gt Training of users in operation and basic maintenance shall be provided gt Advanced maintenance tasks required shall be documented Transport pneumatic high frequency ventilator 1 USE 1 1 Clinical purpose To provide automated alveolar ventilatory support for patients during inter hospital or intra hospital transport and in emergency situations 1 2 Used by clinical department ward Emergency Critical Care TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Mountable transport ventilator Neonate Paediatric Invasive Modes CMV and SIMV and Non invasive Mode CPAP Pressure controlled Pressure upto 1S5mmHg Respiration Rate upto 40 There should be two FiO2 setting range between 21 and 100 Setting 100 FiO2 should be mandatory PEEP
294. orms to standards for electrical safety IEC 60601 1 Shall meet IEC 60601 1 2 General requirements for safety electromagnetic compatibility and IEC 60601 2 25 essential performance of electrocardiographs 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp 15 amp Electrical socket 8 2 Requirements for sign off Supplier to perform installation safety and operation checks before handover gt Local clinical staff to affirm completion of installation 8 3 Training of staff medical paramedical technicians gt Training of users in operation and basic maintenance shall be provided gt Advanced maintenance tasks required shall be documented Blood gas monitoring systems and associated devices ABG Machine 1 USE 1 1 Clinical purpose Determining the concentration of bilirubin in the blood or other clinical specimen most commonly to rapidly assess hyperbilirubinemia in neonates 1 2 Clinical department ward NICU PICU TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics 1 Should measure analyte pH and minimum measuring range 6 8 7 8 pH Units with resolutiuon of 0 01 Should measure analyte PO2 and minimum measuring range 0 760mmHg Should measure analyte pCO2 and minimum measuring range 5 100 mm Hg Should measure analyte Na and minimum measuring range 100 180mmol L Should measure analyte K and minimum meas
295. ortability Stationary Installation 4 ENERGY SOUR CE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements Power supply 230V AC 50Hz 15 Amps three phase Line resistance lt 0 4 ohms 4 2 Battery operated No 4 3 Tolerance to variations shutdowns line regulation of 10 4 4 Protection NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system Machine should be supplied with following transducers gt 2 No BARC Approved whole body lead aprons with all attachments IDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 5 to 50 deg C and relative humidity of 15 to 80 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards
296. ose any previous transgressions with any entity in India or any other country during the last three years or any debarment by any other procuring entity The bidder participating in a bidding process must not have a conflict of interest A conflict of interest is considered to be a situation in which a party has interests that could improperly influence that party s performance of official duties or responsibilities contractual obligations or E E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 compliance with applicable laws and regulations A bidder may be considered to be in conflict of interest with one or more parties in bidding process if including but not limited to a Have controlling partners shareholders in common or b Receive or have received any direct or indirect subsidy from any of them or c Have the same legal representative for purposes of the bid or d Have a relationship with each other directly or through common third parties that puts them in a position to have access to information about or influence on the bid of another bidder or influence the decisions of the procuring entity regarding the bidding process or The bidder participates in more than one bid in a bidding process Participation by a bidder in more than one bid will result in the disqualification of all bids in which the bidder is involved However this does not limit the inclusion of the same subcontractor not otherwise part
297. other than Mr Name amp Designation of Bidder is authorised to submit a Bid process the same further and enter into a contract with you against your requirement as contained in the above referred Bid documents for the above goods manufactured by our Firm I we also hereby extend our full guarantee as applicable as per bid conditions of contract read with modifications addendum if any in the conditions of contract for the goods and services offered for supply by the authorized bidder signatory against this bid document I we also hereby confirm that we shall also be responsible for the satisfactory execution of contract placed on the authorized Firm This authorization shall be valid till the completion of the rate contract period and related services ie Guarantee etc whichever is later The attested photocopy of photo ID voter ID driving license any other equal document for authorised person is enclosed here Yours faithfully AUTHORISED SIGNATORY OF FIRM Accepted the authorized person Signature Name amp address E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Annexure XVIII Shall be submitted on letter head of firm VERIFICATION 4 2 Z wee C6 EEE S o Z F EK aged year residing at 4 authorized bidder proprietor partner director of firm M s verify and confirm that the contents of bidding documents its
298. ount so deposited shall be refunded if after scrutiny the complaint is found to be true However if the complaint found to be false and malafide the deposit will be forfeited No interest shall be paid against this deposit The complaint must be on letter head bears the signature of the bidder or the authority higher than the bid signatory of the INTEREST COMPLIANCE WITH THE CODE OF INTEGRITY AND NO CONFLICT OF Conflict of Interest Any person participating in a procurement process shall a Not offer any bribe reward or gift or any material benefit either directly or indirectly in exchange for an unfair advantage in procurement process or to otherwise influence the procurement process b Not misrepresent or omit misleads or attempts to mislead so as to obtain a financial or other benefit or avoid an obligation c Not indulge in any collusion bid rigging or any competitive behaviour to impair the transparency fairness and progress of the procurement process d Not misuse any information shared between the procuring entity and the bidders with an intent to gain unfair advantage in the procurement process e Not indulge in any coercion including impairing or harming or threatening to do the same directly or indirectly to any part or to its property to influence the procurement process f Not obstruct any investigation or audit of a procurement process g Disclose conflict of interest if any and h Discl
299. paddles amp ECG cable disconnection alarms Mobility portability Yes ENERGY SOURCE Electricity UPS Solar Gas Water CO2 Power Requirements 220 to 240V 50 Hz Battery operated Rechargeable battery backup of approximately 5 hours Tolerance to variations shutdowns 10 of input AC E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 4 4 Protection Electrical protection by resettable overcurrent breakers or replaceable fuses fitted in both live and neutral lines 4 5 Power consumption Should not be more than 160 W 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp Spares Chest paddles 5 2 Consumables reagents open closed system ECG cable Recording paper rolls Disposable pads 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues NA 7 STANDARDS AND SAFETY 7 1 Certifications FDA CE IEC 60601 1 2 2007 IEC 60601 1 8 2006 IEC 60601 1 SER Ed 1 0 2011 IEC TRF 60601 1 8 Ed4 0 2010 ISO 13485 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance Supplier to per
300. pairs should be re usable and should include adult pediatric amp neonatal size cuff leads Capable of saving data for min 24 hrs Rates for consumables should be offered in price bid Optional item to be quoted invasive blood pressure monitoring module complete with reusable transducer The monitor should have facility for transmission of data from ambulance to a receiving station desirable NOT Mandatory to be quoted separately 2 2 Settings User operated 1mV ECG test marker function required 2 3 User s interface Manual touch screen or remote operated not mandatory 2 4 Software and or standard of communication Audio Visual alarms required high and low levels for each parameter operator variable settings sensor wire probe disconnected low battery 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric Screen size minimum 8 4 3 2 Weight lbs kg lt 6kg 3 3 Configuration Case is to be hard and splash proof Display must allow easy viewing in all ambient light levels Cable connectors to be designed so as fit correct socket only E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 3 4 Noise in dBA lt 50 dB Lead disconnection Alarm gt 65 dB 3 5 heat dissipation Should maintain nominal Temp and the heat should be disbursed through a exhaust cooling fan 3 6 Mobility portability Supplied in protective case for clean storage and safe transport 4 ENERGY SOURC
301. pellant i Name of the appellant ii Official address if any iii Residential address Name and address of the respondent s i ii Gii Number and date of the order appealed against and name and designation of the officer authority that passed the order enclose copy or a statement of a decision action or omission of the procuring entity in contravention to the provisions of the Act by which the appellant is aggrieved If the appellant proposes to be represented by a representative the name and postal address of the representative Number of affidavits and documents enclosed with the appeal Ground of appeal Appellant s signature E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Annexure XIV Shall be submitted on letter head of firm Declaration by the Bidder regarding Qualifications In relation to my our bid submitted to Managing Director JKMSCL J amp K for procurements of name of items in response to their Notice Inviting Bids No 0 3 I We hereby declare that I We possess the necessary professional technical financial and managerial resources and competence required by the bidding document issued by the procuring entity I We have fulfilled my our obligation to pay such of the taxes payable to the Union and the State Government or any local authority as specified in bidding document I We are not insolvent in receivership bankrupt or being wound
302. placement sets of fuses if replaceable type used 5 2 Spare parts main ones No spares required 5 3 Consumables reagents open closed system gt Total 500 nos Infant eye masks of both available sizes term and pre term babies 6 ENVIRONMENTAL AND DEPARTMENTAL CONSI DERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances 6 2 User s care Cleaning Disinfection amp Sterility issues gt Complete unit to be easily washable and sterilizable using both alcohol and chlorine agents 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE approved product gt Shall meet IEC 60601 1 2 2007 Medical electrical equipment Part 1 2 gt General requirements for basic safety and essential performance Collateral standard Electromagnetic compatibility Requirements and tests Or Equivalent BIS Should meet IEC 60601 1 2005 standard requirements Shall meet IEC 60601 2 50 2009 Medical Electrical Equipment Part 2 50 Particular Requirement for the basic safety and essential performance of infant phototherapy equipment Manufacturer should be ISO 13485 certified 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality toler
303. plier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 15 amp socket gt Safety and operation check before handover 8 2 Requirements for signoff gt Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0027 Autoclave HP Vertical 2 bin 1 USE 1 1 Clinical purpose An airtight vessel for heating and sometimes agitating its contents under high steam pressure used for sterilizing with moist or dry heat at high temperatures 1 2 Used by clinical department ward Operation theatreHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device High Grade strong stainless steel SS 304 Triple walled construction Positive radial self locking safety doors Hydrostatically tested to withstand 2 5 times the working pressure Sealed with Neoprene Silicon long lasting and durable gasket Analog display for Jacket and Chamber pressure and temperature Outer jacket of mild steel insulated to prevent heat loss Mounted on tubular Mild steel frame with ground leveling flanges Internal joints should be argon arc welded Should have 2 bins for loading 2 2 User interface Man
304. plies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp spare parts 1 One normal and abnormal uterus 2 One set of normal and abnormal cervices 3 One anteverted and retroverted uterus 4 One set of postpartum uterus with duckbill cervix and fallopian tubes 5 3 sets of 6 different types of cervices 5 2 Consumables reagents open closed system NA 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable with mild soap and water without bringing deterioration in the mannequin 7 STANDARDS AND SAFETY 7 1 Certifications BS EN ISO IEC 17050 1 2010 Conformity assessment Supplierds declaration of conformity gt EMC Directive 2004 108 EC 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 8 2 Requirements for sign off Demonstration to the user while delivering the product 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of work order Training of users in ha
305. pon scope of work order gt Training of users in handling and basic maintenance shall be provided Item No 71 OG Tube insertion Simulation Model Gastric feeding tube 1 USE 1 1 Clinical purpose This model can be used to practice the insertion of suction catheters into oral cavity as well suction procedures oral tube feeding and gastrostomy care procedures routinely applied in the nursing and caregiving fields 1 2 Used by Clinical Department Skill labs TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt The material of the mannequin should be of Polyvinyl and silicone rubber E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 free from any hazardous material The texture of the mannequin should be close to the feel of baby adult skin as relevant The Internal parts of the mannequin must be realistically sculpted anatomically accurate and feel must be smooth resilient bony as relevant and suitable for simulation gt Should look like 0 8 weeks old gt should have soft and flexible and replaceable face skin and upper body skin gt placing NP OP tubes must be possible 8 should have markings for ear canal should have removable internal parts 2 2 Settings NA 2 3 UserG interface NA 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weig
306. pply order shall be placed through registered post e mail any communication medium by the JKMSCL The date of receipt of e mail fax other communication shall be treated as the date of order for calculating the period of execution of order The successful bidder shall execute the orders within a delivery period of 60 days or as specified in the supply order In case of imported items 30 days will be given in addition to above mentioned period as mentioned in condition No 2 1 1 above The successful bidder acknowledge receipt of orders within 7 days from the date of dispatch of order failing which the procuring entity may be at liberty to initiate action to purchase the items on risk amp cost purchase provision Except for equipment machinery which requires installation commissioning all other supplies shall be designated drug warehouse In case of non viable size of order for supplies the corporation shall take appropriate decision on representation from the supplier on case to case basis The consignee for supplies shall be the JKMSCL To ensure sustained supply without any interruption the JKMSCL reserves the right to have more than one approved supplier from amongst the qualified bidders In such a case the requirement may be met by dividing be quantity among the R C holders considering the quantity required and dedicated capacity of the successful bidders The ready stock position of the item if provided by the firm
307. ption NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system NA BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates premarket sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE and BIS ISO 13485 approved product gt Electrical safety conforms to the standards for electrical safety IEC 60601 1General requirements or equivalent BIS Standard gt Shall meet internationally recognised for Electromagnetic Compatibility EMC and Electromagnetic Interference EMI for electromedical equipment IEC 60601 1 2 gt Certified to
308. purpose The bid security lying with the JKMSCL in respect of other bids awaiting approval or rejection or on account of contracts being completed shall not be adjusted towards bid security for the fresh bids The bid security may however be taken into consideration in case bids are re invited for the same item In case any document submitted by the bidder or by his authorized representative is found to be forged false or fabricated the bid shall be rejected and bid security may be forfeited Bidder his representative may also be banned debarred Report with police station may also be filed against such bidder his representative FORFEITURE OF BID SECURITY The bid security shall be forfeited if i The bidder withdraws or modifies the offer after opening of financial bid but before acceptance of bid ii The bidder does not execute the agreement if any prescribed within the specified time or extended time by competent authority on the request of the bidder iii The bidder does not deposit the performance security after the supply order is placed requested for signing the agreement iv The bidder fails to commence the supply of the items as per supply order within the time prescribed v The bidder fails to submit samples demonstration of quoted item on demand vi The bidder violates any of the terms amp conditions of the bid document E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT
309. quired shall be documented CR System 1 USE 1 1 Clinical purpose Used for Digitization of the already existing Analog X ray Systems giving advantage of image processing and increased speed Ideal for Medium workload facilities and Secondary care facilities 1 2 Used by clinical department ward Radiology Department TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt Digitizer CR system should have capacity to process more than 70 or more cassette films per hour of 14 X 170size gt 2 Standard work station Console coupled with CR image storage capacity at least 2000 images specify the numbers It should have a resolution of 5 pixels mm Minimum for standard resolution cassette amp up to 20 pixels mm or more gt Separate DICOM workstation in ultra modality with all processing facilities in a centralized reporting gt Other feature of CR system Almage post processing E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 AWindow levelling AAnnotation AdArea of interest Zoom AMagnification AFlipping amp panning AAutomatic exposure correction APre view software Akdge enhancement stepwise AContrast Brightness adjustment AShuttering ROI Finder AApplication related software like Pediatric should be available The system should have software amp hardware to perform full leg Full spine Long Body imaging imaging stitching ADI
310. r more X Ray Generator should be provided Power of generator should be more than SKW Maximum mA output should be more than 190mA KV Range should be 22 to 35KV in steps of increment of 0 5 KV each mAs Range for large filament should be from 1 mAs to 700 mAs or more 1 No High Voltage Cable should be provided X RAY TUBE gt Rotating Anode X Ray Tube having dual focus dual angle should be provided gt Focal Spots Small Focus 0 1 mm Large Focus 0 3 mm gt Anode Heat Storage Capacity 300KHU gt Tube Assembly Heat capacity should be at least 1 5 MHU CONTROL PANEL gt Micro Processor controlled Feather Touch Control Panel with LCD display should be provided E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 KV Range should be 22 to 35 KV in steps of increment of 0 5 KV each mAs Range should be from 1 mAs to 700 mAs or more Technique selection Manual Two Point Technique i e KV mAs should be possible Anatomic Program APR for small medium amp Large breasts should be provided more than 2 Film Screen Combinations should be provided More than 2 Step Film Density Control should be provided Multi chamber solid state Automatic Exposure Control AEC device should be provided Automatic selection of filter as per the KV selected Molybdenum Filter and Aluminum Filter should be provided Following Digital display should be provided LCD Display on Control Panel KV mAs
311. r signoff Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented Operation table orthopaedic GENERAL 1 USE 1 1 Clinical purpose An operating table sometimes called operating room table is the table on which the patient lies during a surgical operation This surgical equipment is usually found inside the surgery room of a hospital 1 2 Used by clinical department ward Operation theatre TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt Should have OT Table type base made of high quality 304 stainless steel with double table split leg type and can take x ray photography E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Should have imported Y type sealing ring with good sealing performance and durability Should have a Rotary brake device hich is easy for moving opreating table Base is stainless steel Leg board is separated amp dischargeable Double decked can do X Ray Inclining forward Q30 Inclining backward 5 Inclining leftwardQ20 Inclining rightwardQ 0 Back board folding upward O 5 Fold downward 90 Head Board folding upward Q80 Folding downward O10 Leg board Folding downward O90 Fold outward 0
312. rademark laid down in the schedule attached to agreement and in strict accordance with and equal to the approved standard specifications samples In case of any material of which there are no standards or approved samples the supply shall be of the best quality to be substantiated by documents specifications The decision of JKMSCL as to the quality of stores is final and binding upon the bidder In case any of the articles supplied are not found as per specification or declared sub standard that shall be liable to be rejected and any expenses of loss caused to the supplier as a result of rejection of supplies shall be entirely at his account The rejected item must be removed by the firm within 15 days of the date of intimation of rejection The officials concerned shall take reasonable care of such material upto 15 days from teh date of intimation onlybut in no case shall be responsible for any loss damage shortage that may occur while it is in their premises No payment shall be made for defective incorrect items In case firm wants to take back item to their service station for rectification then firm has to deposit payment received against such defective supplies In case supplier has not received any payment then material be returned to supplier firm for rectification In no case the defective equipment is allowed to be installed after rectification The bidder shall be responsible for the proper packing and delivery of the ma
313. raft amp the EMD in form of FDR CDR pledged in favour of Chief Accounts Officer JKMSCL the in the corporate office of Jammu and Kashmir Medical Supplies Corporation Jammu Srinagar 02 days before the last date and time of bid submission E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 All bids received will be opened in the presence of bidders who choose to be present Financial bid will be opened only for those bidders who satisfy the criteria laid down by the JKMSCL on the details furnished by the bidder in technical bid in compliance of terms amp conditions of the bid i In case of the bid being submitted by a proprietary firm the bid must be signed by the sole proprietor In case of a partnership firm bid must be signed on behalf of the firm by a person authorized holding a power of attorney in his favour to do so and in the case of a company the bid must be signed by an authorized signatory in the manner laid down in the articles of association of the bidder company Any change in the constitution of the firm company shall be notified forthwith by the bidder contractor in writing to the Jammu and Kashmir Medical Supplies Corporation J amp K and such change shall not relieve any former member of the firm company from the liability under the conditions of the bid contract No new partner partners shall be accepted in the firm by the bidder contractor in respect of the bid contract unless he
314. rate on external operating temperature range from 55 C to 20 C and flexibility on maintaining desired internal temperature range from 2 to 8 C consistently considering Indian diverse seasonal temperature variations fluctuations Temperature holdover time of minimum 12 Hrs Construction Mobile Blood refrigeration unit cabinet need to be made of single piece by rotational molding for durability and grade and UV resistant polyethylene as per regulatory standards Blood storage unit need to have thick polyurethane foam insulation of minimum 80 100 mm for maintaining longer Cold lifre with less power consumption during use for more working time Mobile Blood Refrigeration unit are specially designed to protect them from damages during vehicle in transit movement in diverse road conditions and easily stackable Refrigerator to only have hermetic compressor Lifting Capacity Not available Settings Manual User amp interface To have large surface roll bond evaporates ventilated high efficiency spiral tube condensers electronic thermostat with digital display integrated AC DC power supply as well as battery protection systems Refrigeration unit should be CFC Free Software Not available Physical Characteristics Dimensions LxWxH in mm 1000 1100 mm L X 600 650 mm W 650 750 mm Ht Weight in lbs kgs Approx 35 45 Kgs Configuration Not available Noise in dBA Not available Heat Dissipation Not available Mobil
315. ration of insertion or removal of IUD TEHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt The material of mannequin should be of polyvinyl or silicone rubber free from any hazardous materials gt The texture of the mannequin should be as close to the feel of the baby adult skin as relevant gt The Internal parts of the mannequin must be realistically sculpted anatomically accurate and feel must be smooth resilient bony as relevant and suitable for simulation gt Anatomically accurate sagittal or coronal section of uterus and vagina suitable for demonstration of insertion and removal of IUCDs gt Should have uterus ovaries and fimbria gt Model should have a transparent window for easy view of cavity 2 2 Settings NA 2 3 UserG interface NA 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA 3 6 Mobility portability Yes 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO 2 4 1 Power Requirements NA 4 2 Battery operated NA 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 4 6 Other energy supplies NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories amp spare parts NA 5 2 Consumables reagents open closed system NA 6 ENVIRONMENTAL A
316. rd optional Spare parts main ones Consumables reagents open closed system gt 2D Barcode Scanner gt Reagents All the reagents required for 1000 tests should be supplied with the equipment along with one set of tri level control gt Closed System rates to be closed for all test gt Online UPS System for 30 minutes back up G PROCUREMENT TERMS DONATION REQUIREMENTS ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS Atmosphere A mbiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 User s care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required STANDARDS AND SAFETY Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 US FDA EU CE certification for quality standards gt Shall meet internationally recognised for Electrom
317. red at the consigneeG store if it so likes iii Packing cases containers and other allied material if any shall be supplied free except where otherwise specified by the firm s and agreed by the JK MSCL and the same shall not be returned to him REJECTION i Articles not as per specifications or not approved shall be rejected by the JKMSCL and will have to be replaced by the supplier firm at his own cost within 15 days or as time limit fixed by the JKMSCL All the stores supplied shall be of the best quality and conforming to the specification trademark laid down in the schedule attached to agreement and in strict accordance with and equal to the approved standard samples In case of any material of which there are no standards or approved samples the supply shall be of the best quality to be substantiated by documents The decision of Managing Director JKMSCL as to the quality of stores be final and binding upon the bidder In case any of the articles supplied are not found as per specification or declared sub standard spurious that shall be liable to be rejected and any expenses of loss caused to the supplier as a result of rejection of supplies shall be entirely at his account The rejected item must be removed by the firm within 15 days of the date of intimation of rejection The officials concerned will take reasonable care of such material but in no case shall be responsible for any loss damage shortage that may occur wh
318. relating to the bidding process the disclosure of which is prejudicial and or detrimental to or endangers the implementation of the procurement is not subject to disclosure as public information documents Managing Director Jammu and Kashmir Medical Supplies Corporation Ltd E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Section I Instruction To Bidders ITB Before uploading bid kindly go through the following instructions carefully so that your bid may not be considered invalid Clause Description No Only Registered firms with JKMSCL are allowed to participate in the tendering process The registration of the bidders manufacturers dealers shall be carried in the Corporate Offices of JKMSCL i e 121 Green Avenue Hyderpora Srinagar Plot No 9 Transport Nagar Jammu J amp K 180003 as per the details mentioned in Annexure MAVIII The registration shall close seven days prior to the date of uploading the bids on the website of JKMSCL Do not submit Bid if the turnover of the firm is less The turnover should be as per bid conditions mentioned in Table 1 The bids with lesser turnover shall be outrightly rejected Go through the terms and conditions annexure and other forms of the document carefully and meticulously amp get your digital signatures available for uploading Bid form must conform the terms amp conditions of the bid documents and Technical Bid in Cover A amp Fin
319. rements or equivalent BIS Standard gt Shall meet internationally recognised for Electromagnetic Compatibility EMC for electromedical equipment 61326 1 gt Certified to be compliant with IEC 61010 1 IEC 61010 2 40 for safety 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover 8 2 Requirements for signoff gt Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0033 Table Obstetric labour 1 USE 1 1 Clinical purpose Delivery Bed finds extensive usage in hospitals and nursing homes These are specifically designed to support the mother during all stages of giving birth that include labour delivery and recovery Manufactured using quality raw material these beds are widely known for their sturdy construction 1 2 Used by clinical department ward Operation theatre Labour Room TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Tubular frame mounted on PVC shoes Three sections with top made of SS 304 grade Trendelburg and CPR position inst
320. renewed thereafter keeping in view the genuineness performance of firms bidders with regard to timely and quality supply AMC or CMC of the items ordered for by JKMSCL during the preceding years The registration fees shall be NON REFUNDABLE The registration empanelment shall in no case be renewed for the original manufacturer s Importer s Authorised Representative s Dealer s Agents and Suppliers which are were declared as defaulters on one or more grounds including non compliance delay in the execution of AMC CMC by JKMSCL or any of the Central State Government procuring agency ies or any other Corporation with Union of India The authorised representative s dealer s supplier s agent s blacklisted debarred for any default s with regard to its authorisation representation or otherwise by for any of the original manufacturer s Importer s shall not be allowed to register for renewal of registration Firms bidders i e Original Manufacturers including SSI units of J amp K State Direct Importers and their Authorized representatives agents and dealers shall have to submit documents as per the details mentioned below along with an application for registration on the letter head of the company duly signed and sealed by the proprietor Managing Director Chairman Authorized Signatory Note In case of Authorized Signatory latest original letter of Authorization issued not before one month authenticati
321. robe on baby 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust Operating condition gt Capable of operating continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances gt an ambient air velocity is less than 0 3 m s 6 2 User s care Cleaning Disinfection amp Sterility issues gt Complete unit to be easily washable and sterilizable using both alcohol and chlorine agents 7 STANDARDS AND SAFETY 7 1 Performance and safety standards specific to the device type Certificates pre market sanitary gt Local and or international Should be FDA CE of class IIb approved product Shall meet IEC 60601 1 2 2007 Medical electrical equipment Part 1 2 General requirements for basic safety and essential performance Collateral standard Electromagnetic compatibility Requirements and tests Or Equivalent BIS Shall neet IEC 60601 2 21 2009 Medical Electrical Equipment Part 2 21 Particular Requirement for the basic safety and essential performance of infant radiant warmers should meet IEC 60601 1 2005 standard requirements gt Baby contact material should be biocompatible as per ISO 10993 standard requirement gt Manufacturer should be ISO 13485 certified 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance Availability of 5 amp 15 Amp Electrical sock
322. rogrammed volume Monitor shall be programmed to collect any volumes of Blood upto 800 ml with automatic storage and recall of set volumes Monitor has to have motor driven oscillation of minimum 12 2 rpm Equipment to have alarm indication system for LCD Led indication and audible alarm when blood flow rate goes below 20 ml min Classification Protection against electrical shock Motor activated clamping LED indication blinking with audible alarm when battery is Low Monitor to support automatic lamping when blood flow rate less than 20 ml min for more than two minutes Display of 16x2 line character with Backlit LCD display for set and collected volume and weight collection time flow rate and battery status Monitor to have time measurement time of collection is indicated at the end of E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 every collection Monitor should display real time clock and collection time display Monitor to have battery 12 VDC sealed maintenance free lead acid rechargeable battery Monitor to be Class I Type B Internally Powered Power 12 W Max Ingress of water IM X 1 and protected against dripping water for durability Auto stop after threshold limit of blood level is achieved automatic amp manual clamp taring range upto 600 Ability to transfer data to PC for data collection and analysis Optional Setting Manual User amp Interface Manual Software Built in Physical Chara
323. rovided 2 1 Technical characteristics specific to this type of device TABLE gt Motorized table should have motorized bucky consisting of bucky grid of size 17 40x 18 7 80ratio 8 1 85 lines inch Spot Film Device semi automatic capable of doing all routine spot filming 4 on 1 2 on 1 1 on 1 for use with 80 x 100 100x 120 140x 140cassettes Grid size 150x 15 6 1 ratio 103 lines per inch Compression movement of spot film device is motorized The fluoroscopic parameters fluoro KV fluoro mA and fluoro time should be digitally displayed on the SFD Control of fluoro KV should be available on SFD VERTICAL BUCKY STAND gt Vertical Bucky Stand with oscillating Grid of Ratio 8 1 85 lines inch is provided T gt The Bucky moves up amp down amp is equipped with a stainless steel cassette tray gt The stand is floor mounted type amp can accommodate cassettes up to 140X 1706 E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 The Bucky is tilted in 6 steps of 15 degree Angle each for various Radiographs 2 2 User s interface manual 2 3 Software and or standard of communication where ever required In built 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA Noise free system 3 5 Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through a cooling mechanism 3 6 Mobility p
324. rs such as distortion etc as applicable be also furnished Complete construction details in respect of material specification thickness finish etc are to be furnished User amp care cleaning amp sterility issues Easy to clean and disinfect parts if any part comes in contact with body fluid Standards and safety Product certifications BIS or CE certified or USFDA Quality certifications ISO 9001 EN ISO 13485 certified Electrical safety Equipment meets electrical specifications of IEC 60601 1 2 as relevant Training and installation Pre installation requirements Not available Requirements for sign off Not available Training of staff Medical Paramedical Technicians Training of related users in operation and basic maintenance to be provided MC0078 Tube Stripper 2 2 2 3 2 4 3 3 1 3 2 3 3 3 4 3 5 3 6 4 4 1 4 2 4 3 4 4 4 5 4 6 5 5 1 6 6 1 6 2 6 3 7 7 1 7 2 Use Clinical purpose Multi function tube stripper is a hand held medical instrument used for stripping crimping and cutting of blood bag tubes and used in blood donations Technical characteristics Technical characteristics specific to this type of device Multi function hand stripper is a metallic hand held medical instrument used for stripping crimping and cutting of blood bag tube after each blood donation User should be able to adjust roller to match tubes with various diam
325. s Complete unit to be easily washable and sterilizable using both alcohol and chemical disinfectant Standards and safety Product certifications BIS or USFDA or CE certified Quality certifications ISO 13485 certified E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 7 3 Electrical Safety Not available 8 Training and installation 8 1 Pre installation requirements nature values quality tolerance Not available 8 2 Requirements for sign off Not available 8 3 Training of staff Medical Paramedical Technicians Training of related users in operation and basic maintenance to be provided MC0079 Double Beam UV Visible Spectrophotome ter Microprocessor based UV Vis Spectrometer with the following specifications i Photometric system Double Beam optics ii Photometric range Absorbance 4 to 4 0 Abs Transmittance 0 0 to 400 iii Photometric Accuracy 0 004 Abs At 1 0 Abs and 0 002 Abs At 0 5 Abs iv Wavelength Range 190 to 1000 nm or better v Wavelength Setting 0 1 nm increment vi Wavelength Accuracy 0 1nm or better vii Wavelength Repeatability 0 1nm or better viii Scanning speed Selectable up to 3000 nm min or better ix Spectral Bandwidth Variable 1nm or better x Stray Light Less than 0 02 at 220nm amp 340 nm xi Baseline stability Less than 0 0003 Abs H xii Baseline Flatness less than 0 0006 Abs H xiii Noise level les
326. s kg NA 3 3 Configuration NA 3 4 Noise in dBA Noise free system 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Certified Room Installation 4 ENERGY SOURCE Electricity UPS Solar Gas Water CO2 4 1 Power Requirements Power unit Input voltage 400V 440V AC 50Hz 3 phase 4 2 Battery operated No 4 3 Tolerance to variations shutdowns NA 4 4 Protection Stabliser of appropriate capacity to be installed 4 5 Power consumption 25 to 30 KW 5 ACCESSORIES SPARE PARTS CONSUM ABLE S 5 1 Accessories mandatory standard optional Spare parts main ones E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Consumables reagents open closed system Machine should be supplied with following transducers gt 2 No BARC Approved whole body lead apporns with all attachements gt One Pair of 8 meter H V Cable BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 5 to 50 deg C and relative humidity of 15 to 800 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care C
327. s pre market sanitary Performance and safety standards specific to the device type Local and or international Should be FDA European CE BIS approved product Manufacturer and Supplier should have ISO 13485 certification for quality standards Electrical safety conforms to the standards for electrical safety IEC 60601 1 General requirements or equivalent BIS Standard Shall meet internationally recognised standard for Electromagnetic Compatibility EMI EMC for electromedical equipment 61326 1 Certified to be compliant with IEC 61010 1 3 IEC 61010 1 2 IEC 61010 2 54 IEC 61010 1 6 gt AERB type approved 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Certificate of calibration and inspection of parts from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0024 Mamography 1 USE 1 1 Clinical purpose A mammography is a screening tool used to detect and diagnose breast cancer 1 2 Used by clinical department ward Radiology Oncology Department TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device X RAY GENERATOR High Frequency 40KHz o
328. s set forth in the contract Contract Means the Agreement entered into between the procuring entity and supplier together with the contract documents referred to therein including all attachments appendices specifications and codes and all documents incorporated by reference therein Contract Documents Means the documents listed in the agreement including any amendments thereto Contract Price Rate Means the price payable to the supplier as specified in the agreement subject to such additions and adjustments thereto or deductions there from as may be made pursuant to the contract Day Means calendar day Delivery Means the transfer of the goods from the supplier to the procuring entity in accordance with the terms and conditions set forth in the contract GCC Means the general conditions of rate contract SCC Means the special conditions of rate contract Goods Means all of the commodities raw material machinery and equipment documents guarantee warrantees and or other materials that the supplier is required to supply to the Procuring Entity under the Contract Procuring Entity Means the entity purchasing the goods and related services Managing Director Jammu and Kashmir Medical Supplies Corporation J amp K or as specified in the special conditions of the contract SCC Related Services Means the services incidental to the supply of the goods such insurance installation training and initial maintenance commissionin
329. s than 0 00005 Abs xiv Monocharomator Czerny Tuner blazed holographic grating Silicone photodiode 02 Nos xv USB Port 3 4 USB ports for data transfer PC Printer connectivity xvi Light source Tungsten and Deuterium Lamp vii Quartz Cuvetee 3ml capacity with path length of 10mm 02 Pairs Quoted system should have built in D2 lamp consumption counter to check the lamp life Spectrophotometer should have built in hardware validation for Wavelength accuracy wavelength repeatability resolution stray light photometric accuracy photometric repeatability baseline flatness baseline stability noise level and validation software alongwith optical filter for wavelength calibration Windows based operating software should have built in features like real time concentration display Photometric mode single mult wavelength Enzyme Kinetic calculation event recording such as addition of reagents during measurement DNA protein quantification etc Spectrophotometer should have built in display so that user can use the Spectrophotometer without PC Laptop also Branded PC Core 13 Process 2 GB RAM 500 GB HDD and compatible online UPZS with 30 minutes back up to be quoted for UV Spectrophotometer MC0080 Water Purifier i Ultrapure Type I Product Water Quality Directi Q systems ii Resistivity 18 2 MQ cm 25 C iii Production flow rate Direct Q3 3 l h 25 C 4 15 iv Production flow rate Direct Q 5 5
330. s therefore the contract agreement either wholly or in part without any notice to the supplier The supplier will not be entitled for any compensation whatsoever in respect of such termination of the contract agreement by the procuring entity Notice etc in writing All certificates or notice or orders for time or for extra varied or altered supplies which are to be the subject of extra or varied charges whether so described in the agreement or not shall be in writing and unless in writing shall not be valid binding or be of any effect whatsoever The supplier shall not in any way be interested in or concerned directly or indirectly with any of the officers or subordinate or servants of the procuring entity in any trade business or transactions not shall the supplier give or pay or promise to give or pay such officer or subordinate or servant directly or indirectly any money or fee or other consideration under designation of fcustomO or otherwise nor shall the supplier permit any person or persons whomsoever to interfere in the management or performance hereof under power of attorney or otherwise without the consent in writing the consent in writing of the procuring entity obtained in first hand Bankruptcy of the supplier In case the Supplier at any time during the continuance of the contract becomes bankrupt or insolvent or commits any act of bankruptcy or insolvency under the provisions of any law in that behalf for the time being in f
331. se and decrease switches Tube focal spot selection Switch Ready and X Ray on switch with Indicators Bucky Selection Switch Self diagnostic Programme with Indicators for Earth fault error KV error filament error amp Tube Thermal Overload Anatomical Programming Radiography i e APR should have Preprogrammed parameters of human Anatomy Up to 216 programs which helps the user to select exposure parameters based on bodypart examination view and size of the patient 2 1 Technical characteristics specific to this type of device A dual action hand switch with retractable cord should be provided for Radiation Protection of Operator There should be provision for a cordless Exposure switch also There should be provision of auto shut off of Control if no key is pressed for 10Min X RAY TUBE gt Two Nos Dual focus Rotating Anode X Ray tube thermally protected gt Anode heat storage capacity of tube should be more than 140KHU gt Two Pair of 8 meter H V Cable gt Two Nos Collimator with auto shut off facility should be provided HV TANK gt A very compact H V Tank filled with high dielectric transformer oil should be provided The H V Tank should contain H V transformer Filament Transformers H V Rectifiers amp H V Cable receptacles TUBE STAND gt Floor to Ceiling Stand with Counter Balanced Tube Head Rotatable 180 Degree 360 Degree Rotatable mounted on Floor Ceiling Rails for convenient movements should be p
332. sfer of business transfer of assets etc of a firm affects the bid condition relating to Gast performanceOand urn overOin preceding years In cases where bidder acquired an ongoing business or assets of another entity eligibility in respect of the past performance and condition relating to minimum turn over in preceding years shall be decided based on specific mention in purchase and transfer of ownership agreement agreement of sale of business and or its assets board of directors B O D resolution chartered accountant certification or any other document s in this regard which the bidder shall have to submit preferably with the bid The eligibility of a bidder in this regard shall be ascertained by the purchase committee on the basis of the above stated agreement or any other document s and the decision of purchase committee shall be final E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 In case of imported item the bidder will have to produce third party inspection report from NABL approved accredited laboratory or DGS amp D or Central State Govt laboratory or Central State Govt approved laboratory pertaining to specification and performance of each supplied machine equipment with the consignment All expenses regarding third party inspection will be borne by the bidder The name make model and brand of equipments which are offered should be mentioned in against each item Mere indication
333. shall be lawful for the procuring entity or any such failure neglect or refusal to put an end to this agreement and thereupon every article cause and thing herein contained on the part of the procuring entity shall cease and be void and in case of any damage loss expense difference in cost or other moneys from out of any moneys for the time being payable to the supplier under this and or any other contract and in case such last mentioned moneys are insufficient to cover all such damages losses expenses E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 difference in cost and other moneys as aforesaid it shall be lawful for the procuring entity to appropriate the performance security made by the supplier as herein before mentioned to reimburse all such damages losses expenses difference in cost and other money as the procuring entity shall have sustained incurred or been put to by reason of the supplier having been guilty of any such failure negligence or refusal as aforesaid or other breach in performance of this contract If at any time during the course of the contract it is found that any information furnished by the supplier to the procuring entity either in his bid or otherwise is false the procuring entity may put an end to the contract agreement wholly or in part and there upon the provision of clause a above shall apply The procuring entity reserves the right to terminate without assigning any reason
334. should be crack Tape Every box should be sealed with gum tape running along the top and lower opening Carry strap Every box should be strapped with two parallel nylon carry straps they should intersect Label Every box should carry a large outer label at least 15cms 10cms dimension clearly indicated that the product is for JKMSCL Supply for the year 2015 16 Not for Sale and it should carry the correct technical name strength or the product date of manufacturing date of expiry quantity packed and net weight of the box in bold letters as Enclosure II to Annexure VI of this document 9 Other No box should contain mixed products or mixed batches of the same product Specifications for chemicals Not more than 25 Kg may be packed in a single bag carton Note The weight size of the box for packing the equipment may vary from equipment to equipment for the safe delivery installation of equipment Any deviation in the packing if necessary shall be made after getting permission from JKMSCL 2 6 REJECTION OF GOODS E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Articles not as per specification or not approved shall be rejected by the corporation consignee and will have to be replaced by the supplier firm at its own cost within 15 days or with time limit fixed by the corporation All the stores supplied shall be of the best quality and conforming to the specification t
335. should have ISO certificate for quality standard 8 TRAININ G AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover 8 2 Requirements for signoff gt Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0031 Shadowless lamp ceiling type major GENERAL 1 USE 1 1 Clinical purpose Luminescence shadow less lamp adopts light sources different positions for focus to eliminate shadows of different parts of medical workers 1 2 Used by clinical department ward Operation theatreCHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Double dome Intensity Control in 9 steps for individual domes Height Adjustment 600mm Action Radius 1850mm Possible Movements Radial Angular amp Axial Colour Temperature 4500K and above E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 LED technology minimum 40 000 hours lamp life Intensity brightness contrast and power switch to be made available on handle wall check Focal distance d1 d2 0 8 to 1 2 m Temperature rise on the keep of surgeries to be less than 10 CR approx 95 or more 360 rot
336. sinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARD S AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA European CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 certification for quality standards gt Electrical safety conforms to the standards for electrical safety IEC 60601 General requirements or equivalent BIS Standard gt Shall meet internationally recognised for Electromagnetic Compatibility EMI EMC for electromedical equipment 61326 1 gt Certified to be compliant with IEC 61010 1 IEC 61010 2 40 for safety 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements gt Availability of 5 amp socket gt Safety and operation check before handover gt To be installed in a separate room 8 2 Requirements for sign off Certificate of calibration and inspection of parts from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance for 2 weeks gt Advanced maintenance ta
337. six months after completion of guarantee period for the item The Performance Security The Performance Security P S shall be 5 of the total value of stores ordered for supply The payment shall not be released against supplies untill the additional Performance Security due is deposited by the supplier or additional vi The performance security shall be refunded after six months after satisfactory completion of contract and after satisfying that there are no dues outstanding against the bidder subject to guarantee provisions vii It is to be noted that earlier yearG bid security and performance security even if lying in the JKMSCL shall not be considered towards this contract and therefore fresh bid E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 security performance security shall be deposited The JKMSCL shall pay no interest on bid security or performance security amount Successful bidders shall have to execute an agreement on a Non Judicial stamp paper of an amount mentioned in the offer letter in the prescribed form with the JKMSCL and deposit performance security within 15 days from the date of acceptance of the bid is communicated to him However Managing Director JKMSCL J amp K may condone the delay in execution of contract by the bidder The expenses in this regard shall be borne by the successful bidder The validity of contract under this agreement shall be for a period as mentioned
338. sks required shall be documented Ultrasound system 1 USE 1 1 Clinical purpose Diagnostic sonography ultrasonography is an ultrasound based diagnostic imaging technique used for visualizing internal body structures including tendons muscles joints vessels and internal organs for possible pathology orlesions The practice of examining pregnant women using ultrasound is called obstetric sonography and is widely used 1 2 Used by clinical department ward Radiology laboratories TECHNICAL E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 2 TECHNI CAL CHARACTERISTICS 2 1 Ultrasound scanner with integrated trolley with probe soft touch alphanumeric key board with track ball gt With panel switches amp control amp easily operable gt Integrated high resolution Monitor 170 gt Probes amp Gel holder conveniently placed 2 each Following transducers are to be supplied gt A 2 0 5 0 MHz Multi frequency Convex Transducer One gt B 5 0 12 0 MHz Multi frequency Linear transducer One gt C 5 0 8 0 MHz or more Endo Cavitory probe One 1 MHz to be allowed for each i All probes should be electronic transducers and multi frequency preferably three frequencies and should give aperture amp depths of scanning ii Controls for Depth gain compensation body markers with transducers position iii Real time continuous dynamic focus iv Auto annotation facility anywhere
339. sources with dual control having 02 halogen lamps of minimum 175 watts Facility to automatically switching on spare lamp in case of failure of one lamp without any delay 24 V rating each operatable on 220 240 V and 50 Hz supply with suitable transformer Rechargeable battery backup light source compatible with SP laproscope is also to be provided Handy LED battery light source which can be mounted directly on to the laproscope or rechargeable battery backup light source more than 5 working hours The unit should comply with relevant IEC safety standards Should have white light with digital display of intensity and time Minimum 30 000 Hrs life of LED guarantee Fiber optic light cable Minimum 2300 mm length minimum 4 8 mm diameter compatible with cold light source amp the commonly available telescopes necessary adaptors may be provided System Configuration Accessories spares and consumables Spare washer for trocar and cannula i Sealing Cap 10mm ii Tappet for multifunctional valve iii Seal for Automatic Valve Spare Part for Ring Applicator amp Veress Needle Spring for Ring Applicator Finger ring thumb for ring applicator iii Knurled screw for ring applicator Inner sheath of ring applicator Tension Rod with grasper Prone insert for ring applicator vi Adapter for fiber optic light cable for Telescope of same make vii Stopcock for cannula gas inlet viii Spring cap for stopcock Cleaning Kit i Telescope cleansing brus
340. specific to the device type Local and or international gt Should be FDA European CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 certification for quality standards gt Electrical safety conforms to the standards for electrical safety IEC 60601 1 General requirements or equivalent BIS Standard gt Shall meet internationally recognised standard for Electromagnetic Compatibility EMI EMC for electromedical equipment 61326 1 gt Certified to be compliant with IEC 61010 1 3 IEC 61010 1 2 IEC 61010 2 54 IEC 61010 1 6 and IEC 62304 gt AERB type approved 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND IN STALLATION 8 1 Pre installation requirements nature values quality tolerance Three phase stable power supply 8 2 Requirements for sign off Certificate of calibration and inspection of parts from the manufacturer E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented C ARM 1 USE System HF 1 1 Clinical purpose C arm machine is a device used by a physician surgeon to guide surgical instruments while watching the instrument being driven on a live x ray machine 1 2 Used by clinical department ward OT and Screen
341. spected at the time of installation commissioning at site i e the end user site The supplier shall provide all facilities for inspection testing free of cost Notwithstanding the fact that the authorized inspecting agency had inspected and or has approved the stores articles the procurement officer or his representative may inspect the item material as soon as it is received in the stores to ensure that the supply is in accordance with the specifications laid down in rate contract In case of doubts in inspection test same may be got inspected or tested in any laboratory If the material is not found as per specifications or defective consignee will not accept the material and shall inform the JKMSCL J amp K within 3 days Consignee may also simultaneously ask the firm for removal of defect replacement The firm shall be bound to remove the defect or replace the defective equipment item within 15 days of receipt of intimation from the consignee However the date of delivery in case of defective item shall be taken as the date on which the JKMSCL accepts the item after replacement of defective material removal of defects as the case may be Wherever defective item is replaced the inspection testing charges if any shall be borne by the supplier If required the consignee may refer inspection committee to match the specification with available reserved sample with the corporation which is submitted by the firm supplier at the time of techn
342. t Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 7 STANDAR DS AN D SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should have FDA CE BIS approved product gt The generator must be CF isolated applied device and defibilltor production must be available gt Safety IEC 60601 1 Medical electrical equipment Part 1 General requirement for basic safety and essential Performation Edition 3 1 IEC 60601 2 46 Medical electrical equipment Part 2 46 Particular requirements for the basic safety and Essential Performance Collateral Standard Usability Edition 2 0 IEC 60601 1 6 Medical Electrical Equipment Part 1 6 General Requirements for Basic Safety and Essential Performance Collateral Standard Usability Edition 2 0 EMI
343. t required 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA European CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 certification for quality standards Electrical safety conforms to the standards for electrical safety IEC 60601 1 General requirements or equivalent BIS Standard Shall meet internationally recognized standard for Electromagnetic Compatibility EMI EMC for electromedical equipment 61326 1 Certified to be compliant with IEC 61010 1 3 IEC 61010 1 2 IEC 61010 2 54 IEC 61010 1 6 and IEC 62304 gt AERB type approved 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance Three phase stable power supply 8 2 Requirements for sign off Certificate of calibration and inspection of parts from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented MC0023 Mobile X ray Machine HF 1 USE 1 1 Clinical purpose Used to get the radiographic images where patient mobility to stationary installation is compromised such as use of other life support equipment Finds great u
344. t supplies and performance under SCC 11 Annexure VD Pre stamp receipt under GCC 3 ii Annexure VIII Rate contract completion report GCC Annexure X CMC on Rs 100 Non Judicial stamp Annexure XI CMC rates in BOQ To be electronically uploaded on website Declaration regarding acceptance of bid terms and conditions Annexure XIV Memorandum of appeal Annexure XM Declaration by the bidder regarding qualifications Annexure XIV uploaded on e portal Declaration of manufacturer direct Importer Annexure XV Authorisation from foreign principal manufacturer Annexure XVI applicable in case of direct importer only Authorisation of the bidder by the firm Annexure XVII Corrigendum modification clarification to be submitted with bid document Pan card along with Income tax return for the assessment year 2015 16 Financial bid submission sheet Annexure IT Name photograph amp specimen signature of the bidder or designated officer person who is authorized by the firm to bid and make correspondence with the JKMSCL Also attach photo ID Mobile Noi eee e mail address Name and signature of bidder with seal Note 1 The documents submitted at the time of registration of firm need not to be re submitted Only the documents wherever the validity of the submitted documents has expired shall be uploaded in the technical bid 2 The Annexure
345. t this bid together with your written acceptance thereof included in your notification of award shall constitute a binding contract between us until a formal contract is prepared and executed I We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive I We agree to permit the JKMSCL or its representative to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors appointed by the JKMSCL My our quoted items Name of item fully comply with the technical specifications as per bid document Section V schedule of supply The following mandatory documents attached along with this technical bid Submission Sheet The following documents certificates requirements are fulfilled i Cost of bid document and bid security processing fee scanned copies to be uploaded in the financial bid and submitted in roginal in the office of JKMSCL ii In case of Indian manufacturer valid manufacturing license from competent authority if applicable acknowledgement of EM II memorandum IEM Registration of SSI unit copy of the registration with central excise department as per provisions of central excise act E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 In case of direct Importer Import export code IEC certificate and permission authorisation for sale from the foreign principal manufacturer In case of distribut
346. tation catheter Indwelling Catheterizatio n kit 1 USE 1 1 Clinical purpose This simulator allows the students to feel the pressure and resistance when a catheter is passed through the urethra and sphincter into the bladder When the catheter enters the bladder artificial urine water will flow through the catheter 1 2 Used by clinical departments wards Skill labs TECHNICAL 2 TEC HNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt The material of mannequin should be of polyvinyl or silicone rubber free from any hazardous mateials gt The texture of the mannequin should be close to the feel of the baby adult skin as relevant The Internal parts of the mannequin must be realistically sculpted anatomically accurate and feel must be smooth resilient bony as relevant and suitable for simulation Should have adult female lower torso with realistic vulval area and urethral opening Female catheterization mannequin should have reservoir bladder Should have replaceable urethral valve to prevent fluid leakage Should have removable urinary assembly 2 2 Settings NA 2 3 User amp interface NA 2 4 Software and or standard of communication where ever required NA 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 heat dissipation NA
347. technology Monopolar cut in minimum 3 modes Bipolar coagulation in 3 or more modes forced coagulation spray coagulation and soft coagulation Blending of cutting and coagulation in minimum 2 levels Automatic cut off technology with self check on every start Foot and hand switch Automonitoring and display of set parameters Touch controlled interface to set parameters 4 or more programmable memory Simultaneous use of Monopolar and Bipolar Coagulation Output Power of 300 Watt Minimum Monopolar Cutting and Coagulation power adjustable from 0 300 Watt Bipolar Coagulation power adjustable from 0 50 W Micro Power Range 0 1 to 9 9 Watt increment of 0 1 Watt Macro Power range from 1 50 Watt increment of 1 Watt gt Audio Visual Alarm for disconnection of Neutral Plate 2 2 User amp interface Manual 2 3 Software and or standard of communication where VVVVVVVVVV VVVV V E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 ever required In built 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg Max 10kg 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Portable 4 ENER GY SOURCE electricity UP S solar gas water CO 2 4 1 Power Requirements Recharging unit Input voltage 220V 240V AC 50Hz 4
348. terial to the consignee In the event of any loss damage or breakage leakage or shortage in transit the bidder shall be responsible No extra cost on such account shall be admissible TERMS OF PAYMENT File for payment shall be processed only after the receipt of minimum 60 of the supply as per purchase order subject to quantity pass as AStandard QualityO wherever sample items by the technical committee constituted for the purpose by JKMSCL Payment shall be released on receipt of certificate of supply as per specifications and in good condition from the consignee along with the bill Installation commissioning of equipment and rendition of required satisfactory training to the consignee s personnel if any shall also be necessary for releasing payment In case of delayed supplies deduction of liquidated damages as per provisions shall be made from payments The firms shall have to seek time for extension from the JKMSCL before executing delayed supplies Payment shall be made by RTGS Expenses on this account if any shall be borne by the firm Payment to the authorised dealer supplier agent shall be made as per the tripartite agreement with the Corporation i e JKMSCL No advance payments towards cost of items shall be made to the bidder All bills invoices should be raised in triplicate and in the case of Excisable items the bills should be drawn as per Central Excise Rules in the name of the authority concerne
349. terminate the agreement of contract at any time without notice intimation to the successful bidder SUPPLY ORDERS i Supply order shall be placed through registered post e mail any communication medium by the JKMSCL The date of receipt of letter of communication date will be treated as the date of order for calculating the period of execution of order The successful bidder will execute the orders within a period of 60 days or as specified in the supply order The successful bidder acknowledge receipt of orders within 7 days from the date of dispatch of order failing which the procuring entity may be at liberty to initiate action to purchase the items on risk amp cost purchase provision In case of imported items 30 days shall be given in addition to above mentioned period Except for equipments machinery which requires installation commissioning all other supplies shall have to be to FOR district drug warehouse only In case of non viable size of order for supplies the corporation shall take appropriate decision on representation from the supplier on case to case basis The consignee for supplies shall be JKMSCL To ensure sustained supply without any interruption the Managing Director JKMSCL reserves the right to have more than one approved supplier from amongst the qualified bidders as matched L1 supplied at matched L1 rates In such a case the requirement may be met by dividing be quantity among the rate contract hol
350. tery operated Yes 4 3 Tolerance to variations shutdowns NA 4 4 Protection NA 4 5 Power consumption NA 5 ACCESSORIES SPARE PARTS CONSUMABLES E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system gt Replacement bulb illumination source 2 Nos gt Storage case rigid and steady BIDDING PROCUREMENT TERMS DONATI ON REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should have IEC 60601 1 IEC 60601 1 2 CE EU certificate gt Optical radiation hazards with ophthalmoscopes ISO 10942 or ISO 15004
351. the conditions of contract Gii If the Bidder fails to supply the Managing Director JKMSCL J amp K shall be free to arrange procure the items and the extra cost incurred shall be recovered from the Supplier PARALLEL RATE CONTRACT The JKMSCL may also execute parallel rate contract to with more than one firm for each item on the lowest approved rates on the same terms and conditions if the original lowest one each not in a position to supply material as per JKMSCL requirement i To ensure sustained supply without any interruption the bid inviting authority reserves the right to approve more than one supplier to supply the requirement among the qualified bidders Orders will be placed with Lowest I L 1 firm However in case of any exigency at the discretion of the bid inviting authority the orders may also be placed with the other firms in the ascending order L 2 L 3 and so on who have matched with the L 1 rates and executed agreement with corporation on same rates L1 terms and conditions After the conclusion of financial bid opening Cover B the lowest offer of the bidder is considered for negotiation and rate arrived after negotiations is declared as L 1 rate and L 1 supplier for an item for which the bid has been invited The bid who has been declared as L 1 supplier for certain item shall execute necessary agreement for the supply of the required quantity of such item on depositing the required amount performance securi
352. the dome CR 95000 Lamp life 40 000 hour Battery back up 1 hour Auto power off and over charging cut off 2 2 User amp interface Manual 2 3 Software and or standard of communication where ever required NA VVVVVVVVVVVVV VV 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg NA 3 3 Configuration NA 3 4 Noise in dBA NA 3 5 Heat dissipation Should maintain nominal Temp and the heat should be disbursed through an cooling mechanism 3 6 Mobility portability Portable 4 ENERGY SOURCE Electricity Ups Solar Gas Water Co2 4 1 Power Requirements Recharging unit Input voltage 220V 240V AC 50Hz 4 2 Battery operated Yes Rechargeable battery at the base with the frame 4 3 Tolerance to variations shutdowns NA 4 4 Protection Should have over charging cut off with visual symbol 4 5 Power consumption NA 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system NA BIDDING PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0
353. the full performance security 1 In consideration of the JKMSCL having made such a stipulation in agreement We Indicate the name of the bank here in after referred to as fthe BankOat the request of M s supplier s do hereby undertake to pay to the JKMSCL amount not exceeding Rs Rupees demand of JEMSCL indicate the name of bank do hereby undertake to pay Rs Any demur or delay merely on a demand from the JKMSCL any such demand made on the bank by the JEMSCL shall be conclusive and payable by the bank under this guarantee The bank guarantee shall be completely at the disposal of the JKMSCL and we indicate the name of bank bound ourselves with all directions given by JKMSCL regarding this bank guarantee However our liability under this guarantee shall be restricted to an amount not exceeding Rs Rupees Indicate the name of Bank undertake to pay to the JKMSCL any money So demanded notwithstanding any dispute or disputes raised by the Supplier s in any suit or proceeding pending before any Court of Tribunal or Arbitrator etc relating thereto our liability under these presents being absolute unequivocal and unconditional indicate the name of Bank further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of said agreement and that it shall continue to be enforceable till all the dues of the JKM
354. the rate contract Litigation history The information regarding all pending claims arbitration or other litigation is asked by the JKMSCL Tax clearance certificates The VAT Sales Tax and other taxes clearance certificate latest or declaration to be submitted by the bidder Bidders shall have to submit a valid amp latest VAT clearance certificate from the concerned commercial taxes officer or affidavit and the ANGissued by income tax department Declaration regarding qualifications Declaration regarding qualifications of the bidder shall be given in specified format provided in Section IV bidding forms E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 1 Evaluation Criteria Clause No Description 1 Scope 1 1 Local handling and inland transportation The cost for Inland transportation insurance related services installation commissioning demonstration and other incidental costs for delivery of goods or port of entry or supply point to consignee site schedule of supply shall be quoted in price schedule Minor omission and missing items Pursuant to the relevant clauses the cost of all quantifiable non material non conformities or omissions from the contractual and commercial conditions shall be evaluated The procuring entity will make its own assessment of the cost of any non material non conformities and omissions for the purpose of ensuring
355. tility in intensive care units 1 2 Used by clinical department ward Intensive care units and radiology department TECHNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Mobile X Ray Machine High Frequency generator of 40KHz or more Radiographic KV 40 to 110KV Rad mA 150mA or more Output power 6 0 KW mAs range to 200mAs X Ray tube head gt Mono block version X Ray Tube Head with Stationary Anode Single focus X Ray Tube The monoblock consists of Tube H V transformer filament transformer H V Rectifiers amp Capacitors all immersed in High Grade High dielectric oil E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 gt One No Manual Collimator should be provided with auto off facility Tube Stand gt Mobile Stand with 4 wheel design which ensures easy mobility and steering The Spring Balance Stand should be very light in weight with tube arm It should be very easy to maneuver amp allows smooth movements of Tube Head in vertical Plane Lead lined cassette storage box Large wheels for easy mobility should be provided The stand is designed for maximum maneuverability of the unit and is able to achieve tube focus to floor distance of minimum 75 inch and tube focus to tabletop distance of minimum 46 inches Standard Radiography Table The equipment should occupy minimum floor area amp is capable to be taken through elevators with ease
356. tings for all age groups a Tidal volume 5 ml to 1500 ml b Pressure insp 2 80 cm H2O c Pressure ramp Flow patterns d Respiratory rate 1 to 150 bpm Insp Time 0 1 to 3 sec LE Ration 5 1 to 1 5 e CPAP PEEP 0 40 cm H2O f Pressure support 2 80 cmh2O g FIO2 21 to 100 h Pause time 0 to 2 sec i Flow Trigger 0 2 to 15 lpm Should have monitoring of the following parameters a Airway Pressure Peak amp mean b Tidal volume Inspired amp Expired c Minute volume expired d Spontaneous minute volume e Total frequency f FI02 g Intrinsic PEEP h Plateau Pressure i Resistance Rinsp amp Rexp amp Compliance Cdyn amp Cstat j Use selector Alarms for all measured and monitored parameters Should have following modes or equivalent modes of ventilation a Volume controlled b Pressure Controlled c SIMV Pressure control and volume control with pressure support d CPAP PEEP PSV assured tidal volume guarantee e Advanced mode like pressure controlled volume guaranteed PR VC Autoflow f Non Invasive ventilation g MMV PSV h APRV Should have Apnea backup ventilation a Expiratory block should be autoclavable and no routine calibration required Should have monitoring of the following parameters a Occlusion Pressure P0 1 Max Inspiratory pressure Pi max b RSBI imposed work of breathing WOBi Should have integrated inbuilt nebulizer or synchronised ultrasonic nebuliser with
357. tion MC0073 Single Puncture Laproscope Telescope Telescope 0 degree with parallel straight eye piece diameter 10 12 mm Fibre optic light transmission incorporated should be compatible with the commonly available light cables necessary adapters should be provided can be sterilised by autoclaving gluteraldehyde solutions and in formaline chamber Should have inbuilt 6 mm instrument channel for ring applicator as well as CO2 gas insufflation channel with stopcock working length of 270 275mm Trocar and Cannula Cannula size 1mm more than the Telescope diameter should have multifunctional valve and automatic valve and stopcock for insufflations compatible with supplied telescope Trocar should have pyramidal tip Tip should not be so sharp that may injure the viscera The length of the trocar should be 160 170 mm 10 mm and the working length of cannula should be 100 110mm Ring Applicator Ring applicator for use with parallel straight eyepiece telescope compatible with the above telescope capable of loading two silastic rings The ring applicator has to be fully dismantable into different parts like Prone Inner tube outer tube thumb knurled ring etc to make it sterilization and service friendly Cones Suitable cones for loading rings to the above applicator Slide Guide Suitable guide slide for loading rings to the above applicator Veress Needle Veress Needle with spring loaded blunt st
358. tion amp Sterility issues The case is to be cleanable with alcohol STANDARDS AND SAFETY Certifications FDA CE IEC 60601 1 2 2007 IEC 60601 1 8 2006 IEC 60601 1 SER Ed 1 0 2011 IEC TRF 60601 1 8 Ed4 0 2010 ISO 13485 ISO 80601 2 56 2009 Thermometer ISO 80601 2 61 2011 SpO2 TRAINING AND INSTALLATION Pre installation requirements nature values quality tolerance Supplier to perform installation safety and operation checks before handover Requirements for sign off Supplier to perform installation safety and operation checks before handover Local clinical staff to affirm completion of installation Training of staff medical paramedical technicians Training of users in operation and basic maintenance shall be provided rt Different Syringe pump USE Clinical purpose Designed to precisely drive the plunger of a syringe down its barrel to infuse a solution when it must be administered with a high degree of volume accuracy and rate consistency 1 2 Used by clinical department ward Intensive care unit ICU radiology department orthopaedics emergencies 1 3 Overview of functional requirements A syringe containing medication is securely mounted on the drive arm Alarms indicate if any error situations occur The drive arm infuses the medication at a steady programmed rate CAL TECHNICAL CHARACTERISTICS Technical characteristics specific to this type of device gt Flow rate programmable r
359. tions addendum if any in the general special conditions of contract for the goods and services offered for supply by the above firm against this bid document I we also hereby confirm that we shall also be responsible for the satisfactory execution of contract placed on the authorized Firm This authorization shall be valid till the completion of rate contract period and related services i e guarantee and comprehensive maintenance obligations etc whichever is later Yours faithfully Name amp Signature verification and signature by bidder Seal and address of bidder AUTHORISED SIGNATORY Accepted by the authorized Bidder Mr E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Annexure XVII On the letterhead of manufacturer and notarized Authorisation of Bidder by the Firm The Managing Director Jammu and Kashmir Medical Supplies Corporation Limited J amp K Subject Regarding authorisation of bidder by the firm Ref Your NIB no dated Name of items Dear Sir Name of firm who are proven and reputable manufacturers Name of item having factory at Koe aii ei Address of Factory and Office hereby authorize Mr Name amp Designation of Bidder to submit a bid process the same further and enter into a contract with you against your requirement as contained in the above referred bid documents NIB for the above goods manufactured by us I we further confirm that no individual
360. to 50 deg C and relative humidity of 15 to 90 6 2 UserG care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover AI E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates premarket sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE and BIS ISO 13485 approved product gt Electrical safety conforms to the standards for electrical safety IEC 60601 1General requirements or equivalent BIS Standard gt Shall meet internationally recognised for Electromagnetic Compatibility EMC and Electromagnetic Interference EMI for electromedical equipment IEC 60601 1 2 gt Certified to be compliant with IEC 60601 2 4 for usability 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover 8 2 Requirements for signoff gt Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians
361. to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable with mild soap and water without bringing deterioration in the mannequin 7 STANDARDS AND SAFETY 7 1 Certifications BS EN ISO IEC 17050 1 2010 Conformity assessment Supplierds declaration of conformity EMC Directive 2004 108 EC 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Demonstration to user while delivering the product 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of work order Training of users in handling and basic maintenance shall be provided MC0064 Female lowertorso mannequin with normal and postpartum uterus 1 USE 1 1 Clinical purpose used for teaching practicing bi manual pelvic examination vaginal examination PPIUCD postpartum intrauterine contraceptive device 1 2 Used by Clinical Department Ward Skill labs HNICAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device gt The material of mannequin should be of polyvinyl or silicone rubber free E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 and accessories Gynaecologic trainer from any hazardous materials
362. to allow operation at 30 of local rated voltage 4 4 Protection Electrical protection provided by fuses in both live and neutral supply lines 4 5 Power consumption 4 6 Other energy supplies Mains cable to be at least 3m length 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional 12 lead ECG cable gt 5 lead ECG cable if option offered gt 100 sets of ECG connection electrodes if disposable type E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 gt 5 sets of ECG connection electrodes if reusable type 5 2 Spare parts main ones Two sets of spare fuses if non resettable fuses used 5 3 Consumables reagents open closed system 5 tubes electrode gel if required 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 in ideal circumstances 6 2 User s care Cleaning Disinfection amp Sterility issues gt The case is to be cleanable with alcohol or chlorine wipes 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE approved product Manufacturer supplier should have ISO 13485 certificate for quality standard Electrical safety conf
363. tors go Ja Ja fa Joo fry MC0008 Syringe pump LABORATORY EQUIPMENTS MC0009 Automated 3 part Differential Haematology Analyzer 10 MC0010 Automated 5 part differential Haematology analyzer 11 MC0011 Binocular Microscope 12 MC0012 Centrifuge 13 MC0013 Semi automated biochemistry analyzer 14 MC0014 Semi automated ELISA reader 15 MC0015 Semi Automated Urine Strip Analyser RADIOLOGY EQUIPMENTS 16 MC0016 300 Ma HF X Ray machine 17 MC0017 Color Doppler Machine 18 MC0018 Ultrasound system 19 MC0019 500 Ma X Ray Machine HF 20 MC0020 C ARM System HF 21 MC0021 CR System 22 MC0022 Digital Radiography System HF 23 MC0023 Mobile X ray Machine HF 24 MC0024 Mamography OPERATION THEATRE 25 MC0025 Autoclave HP Vertical single bin 26 MC0026 Autoclave HP Horizontal 27 MC0027 Autoclave HP Vertical 2 bin 28 MC0028 Operation table orthopaedic 29 MC0029 Electrosurgical Unit 30 MC0030 Operation Table Hydraulic Major 31 MC003 1 Shadowless lamp ceiling type major 32 MC0032 Sterilizer Big instruments E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 33 MC0033 Table for Obstetric labour 34 MC00
364. ts supply orders placed on them by the JKMSCL can also be recovered from any sum accrued against this bid after accounting for untied sum or due payment lying with JKMSCL against previous rate contracts supply orders Firm shall submit details of pending amount lying with JKMSCL but decision of Managing Director JKMSCL J amp K regarding authenticity of sum payable shall be final E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 3 Technical Specifications Annexure AVII General features Bidders are requested to send printed descriptive literature catalogue of the quoted items duly sealed by MD Chairman authorised signatory of the firm bidder in the office of Jammu and Kashmir Medical Supplies Corporation Ltd two days prior to last day of uploading of the bid If bidder supplied to or have rate contract of quoted items with any other Govt institutions within one year he may be asked to provide copies of purchase orders invoices and rate contract 4 Drawings if any 5 Inspection and Tests Clause No Description 5 1 INSPECTION OF EQUIPMENTS AND INSTRUMENTS 5 2 The equipments supplies shall be according to technical specifications and shall be inspected by the committee constituted by JKMSCL as mentioned in the supply order or amended thereafter by competent authority In case of BIS Items inspection shall be strictly as per relevant BIS specifications with latest amendments and have been
365. ts with high performance Czemy turner optics for high energy throughput iii Wide dynamic photometric range with ultra low stray light iv Measurement reliability with low baseline drift and photometric noise High Signal to Noise ratio due to improved baseline flatness over entire range i Complies with all Pharmacopoelal requirements EP USP BP ii Flexible and user friendly operation in stand alone mode or through windows based UV Probe software as standard Access control through password protection even in stand alone mode Built in validation programme diagnostic and security functions Standard operating modes includes Spectrum Quantitation Kinetics Multi component Photometric Multi wavelength photometric and Bio mode DNA amp Protein Quantitation Five USB parts for data storage and transfer through pen drives Saves valuable laboratory space with compact design small foot print and only 15kgs in weight Complete IQ OQ and validation support MC0085 FTIR Spectrophotome ter i Advance high end FTIR Spectrophotometer for critical R amp D and challenging QC applications Highest sensitivity in its class with Signal to Noise ratio of 40 000 1 or higher made possible by e High energy long life Ceramic light source e High throughput optics with gold coated mirrors e New high sensitivity DLATGS detector ii Maximum resolution of 0 5 cm iii Completely sealed and dessicate
366. ttles along with breast cups 10 sets gt All kinds of tubes 12 sets If applicable gt Diaphragm 100Nos gt Other accessories required for optimum functioning of the equioment BNG PROCUREMENT TERMS DONATI ON REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be CE EU FDA US approved product gt Manufacturer supplier should have ISO 13485 certificate for quality standard gt Electrical safety conforms to standards for electrical safety IEC 60601 1 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values qua
367. ty and on execution of the agreement such bidder is eligible for the placement of supply orders JKMSCL will inform the L 1 rate to the bidders who had qualified for financial bid Cover B opening inviting their consent to match with the L 1 rates for the item items quoted by them and the bidders who agree to match L 1 rate will be considered as matched L 1 The bidder who agrees to match L 1 rate shall furnish the breakup detail Rate CST VAT etc of rates L 1 rates The supplier on receipt of the supply orders deems that the purchase orders exceeds the production capacity declared in the bid documents and the delay would occur in executing the order shall inform the JKMSCL immediately without loss of time and in executing the order shall be returned within 7 days from the date of issuing order failing which the supplier would be deprived from disputing the imposition of liquidated damages and penalty for the delayed supplies viii If the L 1 supplier has failed to supply intimated JKMSCL about his inability delay in supply as per the supply order the required items within the stipulated time or as the case may be JKMSCL may also place purchase orders with the matched L 1 Bidders for E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 purchase of the items provided such matched L 1 Bidders shall execute necessary agreement indicating the production capacity as specified in the bid document on
368. ual 2 3 Software and or standard of communication where ever required NA 3 P HYSICAL CHARACTERI STICS 3 1 Dimensions metric 400 mm x 600 mm to 400 mm x 1100 mm 3 2 Weight lbs kg NA 3 3 Capacity 75 It to 138 It 3 4 Noise in dBA NA 3 5 Heat dissipation Heat Dissipation Should maintain nominal Temp and the heat should be disbursed through a cooling mechanism 3 6 Mobility portability Portable 4 ENER GY SOURCE electricity UP S solar gas water CO 2 4 1 Power Requirements Input voltage 220V 240V AC 50Hz 3 phase 4 2 Battery operated No 4 3 Tolerance to variations shutdowns 10 4 4 Pressure gauge 0 2 1 Kgf cm 4 5 Operating pressure from 15 20 psi VVVVVVVV V E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 4 6 Sterilizing pressure 1 2Kgf em 15 psi at 121 4 7 Protection Should have over charging cut off with visual symbol 4 8 Power consumption 16kW 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system gt Pressure control switch 2 no gt Low water level cut off device 2 no gt Digital timer 2 no gt Vacuum breaker 2 no gt Gaskets 2 no ppc PROCUREMENT TERMS DONATION REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously i
369. uld have ISO certificate for quality standard TRAINING AND INSTALLATION Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before handover Requirements for sign off Certificate of calibration and inspection from the manufacturer Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance gt Advanced maintenance tasks required shall be documented Automated 5 part differential haematology analyzer ENERAL USE Clinical purpose Automated differential blood count Automated haematology instruments using multiple parameters and methods such as fluorescence flow cytometry and impedance are used to count and identify the 5 major white blood cell types in blood so called 5 part differential count neutrophils lymphocytes monocytes eosinophils and basophils 1 2 Used by clinical department ward Analytical laboratories CAL 2 TECHNICAL CHARACTERISTICS 2 1 Technical characteristics specific to this type of device Five part differential 24 parameters all different WBC s should be measured directly Advanced integrated self cleaning system On screen patient results trending Stores 5 000 test results with histograms and scattergrams Integrates with common practice management systems maximum sample required 100 L sample size permits whole blood analysis from venous coll
370. umidity dust gt Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 6 2 User amp care Cleaning Disinfection amp Sterility issues Complete unit to be easily washable with mild soap and water without bringing deterioration in the mannequin 7 STANDARDS AND SAFETY gt 7 1 Certifications BS EN ISO IEC 17050 1 2010 Conformity assessment Supplier declaration of conformity gt EMC Directive 2004 108 EC 8 TRAINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance NA 8 2 Requirements for sign off Demonstration to the user while delivering the product 8 3 Training of staff medical paramedical technicians OPTIONAL Depending upon scope of work order Training of users in handling and basic maintenance shall be provided MC0060 Adult CPR Mannequin Simulators Resuscitation 1 USE 1 1 Clinical purpose It is used to demonstrate nose pinch required for ventilation techniques Head tilt chin lift and jaw thrust allowing students to currently practice all manoeuvers necessary when resuscitating a real victim E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 training model 1 2 Used by clinical department Skill lab TECHNICAL 2 TECHNICAL CHARACTERISTI
371. upply order General terms 2 1 Bids are invited from Indian manufacturers direct importers distributors authorized dealers of E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 the original manufacturer direct importer Bid shall have to uploaded as per schedule to JK e portal www jktenders gov in At any time prior to the date of uploading of bid bid inviting authority may for any reason whether on his own initiative or in response to a clarification requested by a prospective bidder modify the condition in bid document by an amendment In order to provide reasonable time to take the amendment into account in preparing their bid bid inviting authority may at his discretion extend the date and time for submission of bid Interested eligible bidders may obtain further information in this regard from the office of the bid inviting authority The bidder should have average annual turnover as per Table I for the preceding three financial years to be eligible to participate in the bid Supplies shall be made directly by the bidder to bee called as fSupplierO after finalization of rate contract and suppliers Manufacturer bidder should have permission to manufacture the item quoted as per specification given in the bid from the competent authority Direct importer should authenticate import sale license for the product quoted in the bide issued by the competent authority In c
372. ures In words st 1 year Note Note 2 year a DonG write rates here DonG write rates here 3 year 4 year 5 year No rates should be quoted in this annexure Rate quoted in the BOQ II shall be applicable ANNEXURE IID Authorised signatory of firm Signature with seal Authorised signatory of JKMSCL E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Annexure XII ON A NON JUDICIAL STAMP PAPER OF 100 DECLARATION premises at do declare that I we have carefully read all the conditions of bid no dated including all the amendments in Refernce item name for Jammu and Kashmir Medical Supplies Corporation Limited and accepts all conditions of bid including amendments if any I We agree that JKMSCL may forfeit bid security and or performance security and debar me us for a period specifying in orders if any information document furnished by us is proved to be false fabricated at the time of inspection and not complying with the terms and conditions of the bid document as presented in bid and other relevant documents Signature amp Seal of bidder Name amp Address Note To be attested by the notary E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Annexure XIII On Firm s letter head Memorandum of Appeal Appeal no Before the appellate authority Particulars of ap
373. uring range 1 10mmol I Should measure analyte Ca and minimum measuring range 0 25 5 00mmol Should measure analyte Hct and minimum measuring range 15 70 Should calculate analyte tHb and minimum measuring range 3 0 23g dL Should have feature of data storage for minimum 50 samples results Software includes printouts of Levey Jenning charts for quality control requirements Should have disposable cartridges for 300 a miminum of 300 samples no membrane maintenance or replacement is required External source of gas not required not mandatory Analyzing time should have lt 120 seconds Should provide automatic error detection YYY VY VVVV VV VVV WV E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 2 3 Settings Method to recalibrate save current calibration set sample size 2 4 User s interface Backlit display with easy viewing in all ambient light levels 2 5 Software and or standard of communication Electronic 3 PHYSICAL CHARACTERISTICS 3 1 Dimensions metric NA 3 2 Weight lbs kg Max 10 kgs excluding the cartridges 3 3 Configuration Should have compact size 3 4 Noise in dBA lt 60dB 3 5 heat dissipation heat disbursed through a exhaust fan if applicable 3 6 Mobility portability Easy and safe transport to be possible by hand stable when tabletop mounted 4 ENERGY SOURCE electricity UPS solar gas water CO2 4 1 Voltage value AC or DC monophase or triphase 220VAC
374. ve maintenance and repairs b All parts require replacement shall be supplied to the consignee by the Name of the firm company under this agreement at no additional cost during the CMC period c Safety and software updates for features that were originally purchased and forming part of the equipment during commencement of this contract d Routine cleaning lubrication replacement of rings gaskets etc for all mechanical instruments e Routine cleaning amp calibration of electronic equipments f Spare parts beyond clause no 6 are included in the CMC offer and will not be charged extra g Firms offering conditions e Response time lt 48 hours after first contact E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Service hours Mon to Sat Part for preventive maintenances all as per requirement UP time 95 346 days Breakdown all Technical amp application support session as required Demonstrations amp trainings as amp when required Note PM Includes quality assurance safety checks and calibration h Contacts details of service providing firm Full Address E mail ID Hotline Service portal Toll Free No i Exclusion of service under this contract a b c d e f Damages caused by or arising out of aggravated by fire caused by sources external to the equipment covered under this agreement theft flood earthquake war invasion act of foreign enemy hostilities or war like op
375. vice that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a single use disposable cover gt Sterilization not required 7 STANDARDS AND SAFETY 7 1 Certificates pre market sanitary Performance and safety standards specific to the device type Local and or international gt Should be FDA CE BIS approved product gt Manufacturer and Supplier should have ISO 13485 certification for quality standards gt Electrical safety conforms to the standards for electrical safety IEC 60601 General requirements or equivalent BIS Standard gt Shall meet internationally recognised for Electromagnetic Compatibility EMI EMC for electromedical equipment 61326 1 gt Certified to be compliant with IEC 61010 1 IEC 61010 2 40 for safety 7 2 Local and or international Manufacturer supplier should have ISO 13485 certificate for quality standard 8 TR AINING AND INSTALLATION 8 1 Pre installation requirements nature values quality tolerance gt Availability of 5 amp socket gt Safety and operation check before hand over gt Machine to be installed only when PNDT registration is obtained by health care facility 8 2 Requirements for sign off Certificate of calibration and inspection from the manufacturer 8 3 Training of staff medical paramedical technicians gt Training of users on operation and basic maintenance atleast for two weeks gt Advan
376. wer Requirements 220VAC 50 Hz 4 2 Battery operated with at least 6 hours battery backup 4 3 Tolerance to variations shutdowns 10 of input 4 4 Protection OVP earth leakage protection 4 5 Power consumption lt 140Watt 4 6 Other energy supplies electric battery driven 5 ACCESSORIES SPARE PARTS CONSUMABLES 5 1 Accessories mandatory standard optional Spare parts main ones Consumables reagents open closed system gt Each device should be provided with 30 nasal prongs Atleast three sizes suitable for neonates weighing lt 1000grms 1000 1500grms amp gt 1500grms gt Air and O2 hose of 3m length each along with the appropriate socket E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 BIDDING PROCUREMENT TERMS DONATI ON REQUIREMENTS 6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS 6 1 Atmosphere Ambiance air conditioning humidity dust gt Operating condition Capable of operating continuously in ambient temperature of 10 to 40 deg C and relative humidity of 15 to 90 in ideal circumstances gt Storage condition Capable of being stored continuously in ambient temperature of 0 to 50 deg C and relative humidity of 15 to 90 6 2 User s care Cleaning Disinfection amp Sterility issues gt Disinfection Parts of the Device that are designed to come into contact with the patient or the operator should either be capable of easy disinfection or be protected by a sin
377. y equipped to manufacture the above noted items Signature of the Proprietor Director Authorized signatory with rubber stamp and date E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 On firms letter head Annexure X To Jammu amp Kashmir Medical Supplies Corporation Limited J amp K Subject Regarding submission of Consolidated Contract completion report Name of the Firm Rate Contract No amp Date Name of the Item Supply Order Stipulated date of Actual supply Quantity Payment details In Rs completion of supplies remained Delivery Period unsupplied In days Consignee Qiy Actual Quantity Quantity Reasons Sanction Net Amt LD JKMSCL Total name Medical in unit date of inuni Ginunit no amp Charges Charges sanction Institution receipt date 5 amt 3 4 7 8 9 10 11 k 14 15 17 Signature of seal of firm Note 1 Column no 1 to 17 is to filled by firm and shall be submitted to G M EPM 2 The information filled in by firm shall be correct complete 3 Attach separate sheets as annexure wherever necessary ey E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015 16 Annexure XI A Non Judicial Stamp Paper of Rs 100 Comprehensive Maintenance Contract C M C This comprehensive maintenance contract CMC is made on between Name of the firm company with address here
378. y of Rupees five hundred per day varies from equipment to equipment if the firm didnd response after 48 hours from the time of receiving first complaint The complaint may be sent to firm by way of telephone fax letter or e mail The amount of liquidation damage shall be directly deducted from the security deposit of the firm at the time of refund or before by way of any adjustment order ii During breakdown of equipments machine firm will depute the engineer for immediate rectification of defect within 48 hours positively otherwise equipment may be got repaired on the risk amp cost of the firm Assistance for providing service The Procuring Officer shall give Name of firm company full access to the equipment to enable Name of firm company to provide service make available to the representative of Name of firm company appropriate procuring officer staff who are familiar with the procuring officer work and provide suitable working space and facilities Location amp location change The location amp place of installation shall be decided by the appropriate authority of Corporation with consultation with the Head of the end user institute department The consignee may transport shift any equipment or part thereof E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPMENT 2015
379. ylet with leur lock Size 100 120 amp 150 mm Carbon Dioxide insufflators Electronic CO2 insufflators with pin index connection Should have an adjustable flow rate of 0 20 litres per minute and a pressure range adjustable between 0 30mm Hg Pressure and flow rate should be displayed on the front panel provided with silicon autoclavable tubing with luer attachment Instrument should work on power supply range 100 240V with a frequency of 50Hz single phase The unit should be complied with IEC safety standards The unit should be ISI CE marked Secuvent safety system for constant monitoring of intra abdominal pressure and checking over pressure with automatic back release of CO2 gas within 05 seconds should include 1 pack 10 filter for CO2 gas 1 The machine should give an audible alarm signal in case of wrongly placed veress pneumoperitonium needle and sudden block in the CO2 flow from machine 2 The insufflators should also give audible alarm in case of overpressure and release of it automatically E BID FOR THE PROCUREMNT OF MACHINERY amp EQUIPEMNT 2015 2016 Both the preset value and actual value for pressure and flow should be displayed at the same time on the front panel of the machine CO2 Gas Micro filter should be provided with each unit High Pressure Hose High pressure Hose suitable to connect the insufflators with pin indexed CO2 cylinder Cold Light Source Cold light

Download Pdf Manuals

image

Related Search

Related Contents

POBOX1, Hamamatsu Japan  Sample Headline 1  FORMULARIO PARA PRODUCTOS ALIMENTICIOS  Quick Setup Guide Guide d`installation rapide  grabador SAM-1118  Flick 1.1 - Sight and Sound Technology  Guide d`installation et d`utilisation Régulateur de charge HYBRID  取扱説明書 保証書付  HP SB Series User's Manual  Model No. K-EF134L02E K-EF134L03E K-EF134L06E - Psn  

Copyright © All rights reserved.
Failed to retrieve file