Home
SHORT TENDER NOTICE Provision/Purchase of Medical
Contents
1. b To purchase undelivered stock or others of a similar description where others are exactly complying with the particulars in the opinion of Medical Superintendent Sheth V S General Hospital on tenderer account and at tenderer s risk Signature amp Stamp of Bidder 7 22 23 24 25 26 27 28 29 30 31 32 c To cancel the Tender Supply on the event of action being taken under a and b above and tenderer shall be liable to make payment for any loss V S Hospital sustain by reason of higher price of the stocks so purchased On the event of order being placed with the tenderer against this tender if tenderer fails to supply any stocks as per terms and conditions of acceptance of tender or fails to replace any stock rejected by the Medical Superintendent Sheth V S General Hospital are entitled to purchase from elsewhere such stocks from any other source at such price at his discretion without notice to the tenderer and if such price shall exceed the rate set out in the schedule of acceptance of tender the tenderer shall be responsible to pay the difference between the price at which such stocks have been purchased by the Medial Superintendent Sheth V S General Hospital and the price calculated at the rate setout in the schedule In the event of breakages or loss of stocks during transit against requisition order the said quantity will have to be replaced by the tenderer Delivery Period Unless specified in the te
2. 33 Inject Printer amp Thermal Printer 34 System should be provided with minimum two years warranty for entire unit including all probe Warranty Minimum two years for entire unit AMC Annual maintains contract for 3 Years after warranty charges for AMC to be given in commercial Bid CMC Comprehensive maintains contract for 3 Years after warranty charges for CMC to be given in commercial Bid e ALL THE SPECIFICATION ASKED ABOVE SHOULD BE DEMONSTRATED AUTHENTIC PROOF POWERPOINT PRESSNTATION amp DEMONSTRATION SHOULD BE GIVEN COMPANY WLL MAKE ARRANGEMENT FOR INSTOLATION OF SONOGRAPHY EQUIPMENT WITH EXISTING LASER CAMMER INCLUDING CABLING Notes Any hints about commercial value in this technical bid tenders is likely rejected INST PART III PART III TECHNICAL BID IN DUPLICATE Name of Medical Equipment Portable X Ray Machine 100 mA with High frequency generator 01 Nos Signature amp Stamp of Bidder 39 Tender No T 8 Page 38 Manufacturer Brand Model Bidder Name E M D Rs 6 000 Required Specification Specifications Tube Cureent 40 100 MAS available in offered model Tube Voltage 45 100 KVP Rectification Constant Potential X Ray tube Bel India 3 stationary anode with small focal spot Radiography 50 MA 100 mAs Power 8 KW Movement Free movement required Cassette Bo
3. Rates have been shown elsewhere than Part IV Commercial Bid Items with changes deviations in the specifications standard grade packing quality Submission of misleading contradictory false statement or information and fabricated invalid documents Tender not filled up properly hand written tender Offering a cheaper accessory not approved recommended by the manufacturer Non submission _of authority _letter_in prescribed format in case _of suppliers authorizes distributor The legible and certified copies of the following documents NOT attached annexed to Part II Valid Manufacturing license amp Product Permission as the case may be for imported products valid Manufacturing License amp Product Permission of manufacture as the case may be Valid Appropriate Drug License of manufacturer amp distributor amp Valid Import License for imported Products if applicable Valid Good manufacturing practice G M P W H O G M P D G Q A certificate for imported drug products valid G M P W H O G M P certificate of manufacturer if applicable I S O certificate If applicable Valid I S I certificate if applicable Non conviction certificate Recent Signature amp Stamp of Bidder 10 INST PART II ANNEXURE I Verification Undertaking amp Documents From M S No To Pharmacist Stores Medical Sheth V S Ge
4. 1000mm Up Down 40 45 degree 3 Horizontal adjusting range 10 degree Swivel range of Pivot Joints 1 Spring loaded arm Cardnic joint 1 gt 360 degree 2 Cardanic joint 1 Cardanic joint 2 gt 200 degree Signature amp Stamp of Bidder 45 Warranty Minimum two years for entire unit AMC Annual maintains contract for 3 Years after warranty charges for AMC to be given in commercial Bid CMC Comprehensive maintains contract for 3 Years after warranty charges for CMC to be given in commercial Bid INST PART III PART IIL TECHNICAL BID IN DUPLICATE Name of Medical Equipment Double Dome Overhead Shadow less Light ceiling 02 Nos Page 43 to 45 Tender No T 11 Manufacturer Brand Model Bidder Name E M D Rs 48 000 Required Specifications Specification available in offered model A Main Dome Light intensity in 1m distance gt 160 00 lux at min lightfield size dio 155mm at max mains voltage at ceiling flange 24 V Colour temperature 4 200K Colour rendition index R min 93 Total irradiation at max intensity 550 W m Working area within light cylinder wihtout refocussing min 700 mm Depth of illumination min 1450mm Signature amp Stamp of Bidder 46 Small lightfield diameter di0 min 155 mm Large lightfield diameter dio min 270 mm Fully facetted multiparabolic reflector more than 3
5. SHETH VADILAL SARABHAI GENERAL HOSPITAL amp SHETH CHINAI MATERNITY HOSPITAL AHMEDABAD 6 Phone 26577621 to 625 Fax 079 26577647 Ci tine afer ies SHORT TENDER NOTICE Provision Purchase of Medical Equipments Tenders are invited for the purchase of Medical Equipments for various Department of V S General Hospital Interested bidder s may download Tender with details from AMC website www egovamc com and submit the tenders T 1 to T 15 before Date 01 02 2010 by 2 00 p m at Medical Superintendent Office Sheth V S General Hospital Technical Bids of tenders T 1 to T 15 shall be opened on Date 01 02 2010 at 05 00 p m at Sheth V S Hospital NB 1 Technical bids and Commercial bids each should be in separate sealed covers Dr M H Makwana Medical Superintendent SHETH VADILAL SARABHAI GENERAL HOSPITAL AND SHETH CHINAI MATERNITY HOSPITAL ELLIS BRIDGE AHMEDABAD 380 006 Phone 265 77 621 To 625 E Mail info vshospital com Fax 079 265 77 647 Web site www vshospital org T Notice No 05 Stores Medical V S G H 2009 10 Tenders are invited in two bid system for the purchase of following Medical Equipment for the use of various Department of V S G Hospital Name of Tender Name of Medical Equipment Approxy E M D Department No Quantity Rs Swine Flu Dept T 1 Biphasic Defibrillator 06 Nos 72 000 T 2 Intensive C
6. 43 24V Colour temperature More than 4300K Colour rendition index Ra Minimum 95 Total irradiation max intensity Less than 400 W m Working area within light cylinder without refocusing Minimum 700 mm Depth of illumination Minimum 1350 mm Small lightfield diameter d10 Minimum 150 mm Large lightfield diameter d Minimum 230 mm Fully facetted multiparabolic reflector More than 3000 Light emission surface Minimum 2298 cm2 Automatic default light intensity in of max light intensity 75 Adjustment of light intensity 50 100 Should have in built battery back up without external UPS of at least 1 hr LED display for display status of Mains power or battery supply charging time Signature amp Stamp of Bidder 44 and charging status of battery should also give low battery warning signal Redundant light concept via automatic switchover to reserve bulb Identical light intensity and lightfield position Upon operation with either main bulb or reserve bulb LED indicator for bulb change in case of failure of main bulb Rotation angle gt 360 Lighthead diameter 500 mm Light source type Halogen Average lifetime of light type min 1000h Local sourcing of replacement bulb type independently from surgical light manufacturer Should have spring load arm with facilities 1 Length More than 900mm 2 vertical adjusting range
7. Brand Model Bidder Name E M D Rs 42 000 Required Specifications Specification available in offered model 1 Micro Controller based isolated Electro surgical Generator Having Both Bipolar and Monopolar output designed for all Surgical procedures 2 Smart generator should be able to monitor changes in tissue impedance Continuously and adjust power 3 Monopolar output should have three cutting modes Low Cut for delicate tissue or Laproscopics case having maximum power of 300 W at 300 ohms Pure cut for clean precise cut in general surgery having maximum power of 300 W at 300 ohms Bland mode for cutting with homeostasis having maximum power of 200 W at 300 ohms 4 It should have three Coag Modes with maximum power of 120 W at 500 ohms a Dedicated mode b Fulguration mode c Spray mode Signature amp Stamp of Bidder 51 5 It should have three bipolar Modes with maximum power of 70 W at 100 ohms a Precise b0 Standard c Macro 6 It should have patient plate monitoring facility 7 The Unit should have two hand and two foot swathing Monopolar outputs 8 It should have membrane keyboard for power setting 9 The Unit Should have temperature sensing cooling fan which should operate Automatically to protect generator from thermal damage 10 The Unit have RS232 serial port 11 The Unit Should be Software upgradeable 12 The Unit Should be compatible with
8. amp Stamp of Bidder 59
9. Drive disengaged alarm e Lightin weight lt 2 3kg Safety classification Type CF Protected against defibrillator Protection class Il IP 22 Water proof ness e Warranty Minimum two years for entire unit e AMC Annual maintains contract for 3 Years after warranty charges for AMC to be given in commercial Bid e CMC Comprehensive maintains contract for 3 Years after warranty charges for CMC to be given in commercial Bid Signature amp Stamp of Bidder 30 INST PART III PART III TECHNICAL BID IN DUPLICATE Name of Medical Equipment Pediatric Ventilator 01 Nos Page 30 to 34 Tender No T 6 Manufacturer Brand Model Bidder Name E M D Signature amp Stamp of Bidder 31 Rs 57 000 Required Specification Specifications available in offered model Advanced microprocessor based ventilator for neonatal patients from 500gms upto maximum 20 Kgs with innovative and upgradeable for additional functions e Suitable for patients from 500 gms body weight upto a maximum of 20 Kg e Upgradeable design with software hardware upgradeability for new future functions Should have inbuilt screen with display of at least one waveform from Pressure vs time or Flow Vs time Machine should have electronic High pressure sevo vlaves type 02 Air mixer The ventilator should have the following ventilation mo
10. High Rate High Tidal Volume Apnoea apnoea alarm time High low 02 automatic settings Oxygen line failure Compressed air failure Total electronic failure with error code The unit should have Online Help Manual Quality Standards and Support requirement The unit should comply with ISO 9001 standards Should have European Approval as per IEC Or FDA approval for usage in Intensive Care Area Optional features to be quoted indicating separate price 1 Non Invasive Ventilation nasal as optional gt The nasal CPAP unit should be self contained with head strap hood nasal prongs fixing unit gt Should be possible to field upgrade the same if required 2 HFOV Optional gt The unit should be Oscillatory HF ventilator gt It should be possible to combine HFOV as below Signature amp Stamp of Bidder 34 e IPPV HFOV e CPAP HFOV gt The HFOV may be offered as standard or as option gt The HFOV function should control e Frequency in Hz 5 20 Hz e Amplitude control O 100 gt It should be possible to use HFOV WITHOUT disconnecting the patient by simply switching ON OFF in the same machine gt If HFOV is offered separate patient tubings for same to be offered Pressure Support Volume Guarantee gt It should be possible to give pressure support to soontaneously breathing patients with a set volu
11. additional sheet Part IV the rates applicable taxes GST CST VAT and total rates with applicable GST CST VAT of the item should be filled in along with the item In both the cases nothing else should be written or filled in either Part III IV The rates should be distinctly stated The tax viz Sales Tax Excise etc should be clearly mentioned if nothing is stated the rate will be treated inclusive of all taxes and treated as final rate but bidder has to give split of rate if demanded from V S Hospital Authority In no case rates should be quoted anywhere except in part IV Commercial Bid The tender will be summarily rejected without any further processing or reference if the rates are quoted or written at any place except at the relevant place in Part IV Commercial Bid In no case rates for any item should be quoted in Part IV for which the technical details are not given or the items not quoted with details In that case rate quoted for that item will not be considered Signature amp Stamp of Bidder 5 14 15 16 E M D amp TENDER FEE Individual Demand draft to be paid for E M D amp Tender Fee in favor of Medical Superintendent Sheth V S General Hospital Ahmedabad Bidder has to submit separate D D as tender fee tender vise Tender Fee Rs 500 per tender is non refundable Any Tender without E M D and Tender fee would be outright rejected Earnest money deposit will be refunded to the Bidders
12. against each specification along with name of manufacturers Brand Model only in the format provided in technical bid Please note that tenderer should not write As per Literature enclosed In such a case offer shall not be considered ii The Tenderer should have to arranged demonstration of equipment offered as and when desired at their expense failing which tender shall liable to be ignored In case where samples are required to be submitted it should be kept ready and submitted as and when demanded in duly sealed pack super scribed with details of tender enquiry No due Date Name and address of tenderer make model etc failing which offer shall liable to be rejected Signature amp Stamp of Bidder 6 17 18 19 20 21 The rates quoted in part IV must be F O R destination at Sheth V S General Hospital Ellis Bridge Ahmedabad with installation per unit basis mentioned in the enquiry document and should be comprehensive incorporating the cost of the instrument equipment and accessories required as part of the equipment and shown as such in the enquiry document In case any item is required as an essential accessory for operating the equipment it must be mentioned clearly in Part II and its rates must be included in the rates for the equipment in Part IV If not mention of such essential accessories is made in Part II or if its rates are not shown in Part IV it will be presumed that the cost of essential acc
13. help feature to assist the clinical staff in system operation e The central monitoring workstation will provide a minimum of 2 hours wave forms storage It should be up gradable to 72 hours full disclosure e The central monitoring workstation will have a database to support up to 3 days of inactive discharged patient data in a first in first out method e Itshould be compatible with wired or wire less netwok e Laser printer shall provide 8 1 2 x 11 and A4 size chart ready formats a 2 Interface of Central Station Optional e Should be web based application giving access to Full Disclosure FD Event Disclosure near real time monitoring and trend patient information stored on currently installed Central Station in department remotely through HIS amp internet access e Quote min 5 concurrent web user licenses as standard Signature amp Stamp of Bidder 21 e View up to 512 patient records across multiple care units on up to 8 Central Stations e Simplify workflow by setting priority to your preferred Care Unit as default e Easily find a patient searchable by patient name ID or bed label e Get more information by displaying the patients history and demographic information e Should give a current summary of patient information over a user selectable period with an emphasis on cardiology e Should have facility to glance observe heart rate changes caliper resul
14. taken into consideration for finalization Subsequently the Commercial Bid envelope containing Part IV will be opened only of those Bidders who s Technical Bid satisfy the technical requirements of the tender and are otherwise acceptable No intimation for commercial bid would be given to Bidder whose technical bid disqualified b Technical bid and commercial bid to be submitted original copy and duplicate copy and in case of any discrepancy in original copy and duplicate copy the original copy will be final and binding c Once the tender is submitted it will be the responsibility of the Bidder not to escape half way directly or indirectly by way of raising any problems Medical Superintendent Sheth V S General Hospital reserves the right to accept similar tender quoted item equivalent to specification or other than the specified one may be accepted TERMS OF SUPPLY RISK PURCHASE If the contractor fail to deliver the stock or any part thereof within the period prescribed for delivery to Medical Superintendent Sheth V S General Hospital may take any of or more of the following steps a Recover from the contractor as liquidated damages a sum equivalent to one half percent of the price of the undelivered stock at the stipulated rate for each week or part there of during which the delivery of stock delayed subject to a maximum limit of 10 in case of order less than Rs 1 lac and 5 in case of order exceeding Rs 1 lac value
15. whose bid gets rejected If the tender is accepted bidder has to submit security deposit at the time of Supply of Medical Equipment The amount of security deposit will be 5 of the value in rounding of thousand value and it will be retained till to the complete of warranty period of medical Equipment After the certificate from the Respective Departments Bidder will have to inform to Sheth V S General Hospital Ellis Bridge Ahmedabad if their Bank details changed after submission of bid Other wise in case of E M D or Security Deposit return payment would be done on the basis of bank details they have submitted with bid The E M D Security Deposit shall liable to be forfeited in the following circumstances when the a Bidder fails to sign the agreement for entering into contract in case the offer is accepted due to any reason whatsoever b Bidder fails to replace the goods with in given stipulated time declared not of standard quality or not conforming to acceptable standards or found to be decayed infected spoiled before the date of expiry Bidder will have to submit ten valued customer s list amp Product literature of all quoted products i The detailed required specifications of the Medical equipment to be purchased are shown in technical Bid The tenderer should either confirm whether the items offered are conforming to these specifications clearly OR specifications available in offered product should shown
16. 0 P M Each Tender Fee Rs 500 NON REFUNDABLE Name amp Address Of Bidder SPECIAL IMPORTANT NOTES All Photo Copies Must Be Submitted Duly Certified True Copies No Document Will Be Accepted After Opening Of Technical Bid Medical Superintendent Sheth V S General Hospital Reserves The Right To Accept Or Reject Any Or All Tenders In Part Or Full Or Close The Tender Enquiry Without Assigning Any Reason At Any Time At Any Stage Technical Bid Must Be Submitted In Duplicate And Bidder Has To Mention Original Copy And Duplicate Copy Very Clearly The Specifications Available In The Equipment Offered Shall Be Clearly Mentioned Against Each Tender Specification For Any Imported Equipment Part Of Equipment Valid Documentary Evidence Regarding Foreign Make As Well As Import Of Goods Is To Be Provided By The Tenderer Along With Consignment Any Item Material Material Consumable Required For Installation And Commissioning Of Equipment To Be Brought By Supplier At The Time Of Installation Of Equipment Submit separate tenders for each item in separate envelop Signature amp Stamp of Bidder 3 SHETH VADILAL SARABHAI GENERAL HOSPITAL AND SHETH CHINAI MATERNITY HOSPITAL ELLIS BRIDGE AHMEDABAD 380 006 YS Phone 265 77 621 To 625 E Mail info vshospital com Stale Fax 079 265 77 647 Web site www vshospital org TENDER FORM IMPORTANT INSTRUCTIONS TE
17. 000 Light head diameter min 700 mm Light emission surface min 2298 cm Adjustment of lightfield size via sterilizable handle Sterilizable handle in two piece design Automatic default light intensity in of max light intensity 15 Adjustable of light intensity 50 100 Operation of touch panel functions of lighthead optional via wall mounted control panel Integration into central OR control systems possible via RS232 interface Redundant light concept via automatic switchover to reserve bulb Identical light intensity and lightfield position upon operation with either main bulb or reserve bulb LED indicator for bulb change Rotation angle gt 360 Light source type Halogen Average lifetime of light source min 1000h Local sourcing of replacement bulb type independently from surgical light manufacture B Satellite Doem Light intensity in 1m distance gt 90 000 lux at min lightfield size dio 150 mm at max mains voltage at ceiling flange 24 V Colour temperature More than 4200K Colour rendition index R Minimum 95 Total irradiation max intensity Less than 400 W m Working area within light cylinder without refocussing Minimum 700 mm Signature amp Stamp of Bidder 47 Depth of illumination Minimum 1350mm Small lightfield diameter dj Minimum 150 mm Large lightfield diameter dio Minimum 230 mm Fully facetted multipa
18. Argon beam Coagulator Ultrasonic Aspirator System 13 The Unit Should not have RF Leakage current more than 150 mA 14 The Unit should have RF activation pot to tell other equipments like ECG or EEG that RF current in being generated 15 It should be Compact and light weight 16 It should not required stabilizer 17 It should have safety standard of UL CUL IEC 601 2 2 e Warranty Minimum two years for entire unit e AMC Annual maintains contract for 3 Years after warranty charges for AMC to be given in commercial Bid e CMC Comprehensive maintains contract for 3 Years after warranty charges for CMC to be given in commercial Bid Signature amp Stamp of Bidder 52 INST PART II PART III TECHNICAL BID IN DUPLICATE Name of Medical Equipment Intra Aortic Balloon Pump 01 Nos T 14 Page 50 to 52 Tender No Manufacturer Brand Model Bidder Name Rs 81 000 E M D Required Specification Specifications available in offered model Latest generation IABP system Transportable Compact IABP system with minimum 31 2 Hours of Battery Backup Fast Pneumatics to provide accurate amp reliable ventricular support enhancing augmentation amp improved after load reduction Preferably a compressor based system for better drive gas shuttle Signature amp Stamp of Bidder 53 speed
19. ECG SpO2 Temp amp RR only one basic cable should be connected to Monitor Signature amp Stamp of Bidder 22 and all other sensors lying nearer to patient o To measure IBP max up to 4 and CO Cardiac Output only one basic cable should be connected to Monitor and all other sensors lying nearer to patient e The multi channel monitor should have minimum following basic parameters Standard Features o ECG Cable 6 lead to be provided in order to view 12 leads of ECG as a standard feature with monitoring of life critical arrhythmias as a standard feature o Viewing of 12 lead ECG by connecting 6 leads should be measured through conventional lead connection only No need to change lead connection or Module to view 12 lead ECG o NIBP with adult and paediatric o SpO2 Hard ware should be installed for both Nellcor and Masimo technology Only sensor need replacement not the complete module while changing from Nellcor to Masimo and vice versa o Temperature Dual temperature as a standard feature o IBP 2 numbers o Drug Dose calculation o Wired networking as standard o Should simultaneously monitor Two temperatures with Two IBP s e Itshould be possible to expand the parameters through hardware boards modules or software for Optional Invasive pressure maximum upto 4 Cardiac Output EIC 2 Calculations such as hemodynamic calculations Wireless network using WiFi standards AGM Mounted on anaesthesi
20. LUS FUNCTION On line Bolus with one key press Bolus rate adjustable from 50ml hr to 1200ml hr e KVO rate flow when selected volume is delivered e Display of Drug name with customized drug library of about 50 Drug names e Display of Infusion Line Pressure in mmHg with graphics in real time during the Infusion e Selectable Occlusion line Pressure trigger levels from 100 900 mmHg in at least 12 steps e Automatic bolus reduction after Occlusion release e Key pad locking facility for security purpose e Manual pusher with Protection to protect the syringe from any shock or from accidental bolus e PAUSE FUNCTION Pumps can retain data when disconnected from patient Time 1 minute to 24 hours e Power supply should be in built in the pump e Rechargeable Battery Type NiMH Battery operating time Min 10 hrs 5ml hr Indication of residual battery life in Hr amp min Signature amp Stamp of Bidder 29 e Vertically stackable up to 3 pumps for easy transportation with rotating stand clamp e ALARM SYSTEMS Alarm in text format for better understanding Infusion line disconnection alarm Occlusion line limit exceed Alarm End of Infusion pre alarm amp alarm Volume limit pre alarm amp alarm KVO rate flow Low battery pre alarm amp alarm AC power failure alarm Increase amp Decrease in pressure alarm Syringe incorrectly place Volume infused alarm
21. ORIZED DISTRIBUTOR IN ORIGINAL I we hereby declare that M s is our authorized distributor for our products from date and they are Date authorized to quote and follow up on our behalf and the said agreement is valid in force as on date I We undertake to supply the drugs items for which the quotations of following items are submitted by M s on our behalf in respect of Tender Enquiry Sr No Item No Name of Item 1 2 I We have read all the terms and conditions of the enquiry and the same are irrevocably binding upon us till the supply items expiry of the warranty signed amp executed on our behalf I We shall notify the medical Superintendent Sheth V S G H Ellis bridge Ahmedabad immediately if there is any change in the agreement between M s and me us regarding authorized distributorship of our products and further undertake to supply the items quoted by the distributor on my our behalf at the quoted in the tender enquiry in case of such a change of agreement This authority is applicable only for Tender Enquiry Signature amp Stamp of Bidder 13 INST PART II BANK ACCOUNT DETAILS ANNEXURE IV 1 Name of the party 2 Address 3 Telephone No Mobile No 4 Email ID 5 Pan No 6 Name of the Bank 7 Branch amp Address of Bank 8 Account Type 9 Bank Account No 10 MICR Number 11 LF C E Code No Bank 12 Amou
22. RMS CONDITIONS TO BIDDERS FORMING PART amp PARCEL OF ENQUIRY DOCUMENT INST PART D GENERAL This document comprises of FOUR parts labeled as Part I I IN IV amp Schedule as under a Part I Terms Conditions amp Important Instructions to the Bidders regarding tender supply of various items b Part Il Summary of the offer and also contains the format of certificates as applicable c Part III Offer documents for Technical Bid In duplicate d Part IV Offer document for Commercial Bid In duplicate Parts I H IH amp Schedule with the relevant documents certificates should be submitted in one sealed envelope marked Technical Bid Part IV should be submitted in a separate sealed envelope marked Commercial Bid which should contain offer as per Medical Equipment Part IV Demand draft of E M D Demand draft of Tender Fee amp Bank details as per annexure IV to be submitted with another envelope marked E M D All the envelopes should be clearly super scribed with Tender Enquiry number and the relevant part number I IJ III or E M D as the case may be All the three four envelopes as the case may be should be submitted in one envelope on which the tender enquiry name of Bidder and date of opening of tender should be clearly written Each page amp all documents submitted along with Bid must be signed and stamped by authorized signatory No tender will be accepted after pr
23. System should automatically re calibrate fiber optic sensor in vivo every two hours Fiber optic pressure signal out put should be available for external monitor to eliminates need for additional pressure monitoring site amp transducer Should have 3 modes of Operation 1 Automatic 2 Semi Automatic 3 Manual System should be capable of automatically selecting appropriate Trigger i e ECG or Pressure and also accurately select the Inflation and Deflation points in Automatic mode In Automatic mode of Operation user should be in control of the deflation point In Automatic and Semiautomatic Mode Single ECG Trigger Should be able to track various Ventricular and Atrial Arrythmia including VE s Bigeminy Trigeminy Couplets etc and Atrial Fibrillation without any user intervention and still give optimal performance In Automatic and Semiautomatic Mode Advance software should automatically adapt the timings for various rhythms and user interventions without any user intervention In Automatic and Semiautomatic Mode it should automatically identify Atrial Fibrillation amp adopt R Wave deflation mode for batter patients support without any user intervention Should be able to trigger on 7mmhg of Pulse Pressure when used in Pressure Trigger mode Single Key Start up to make it fast user friendly and easy to use Should be able to display at least 3 waveform as ECG Invasive Pressure and balloon Pressur
24. a system through an external mounting arm O JO JO JO JO JO JO Signature amp Stamp of Bidder 23 o Protected against future obsolescence by upgrades through software or field upgradeable b 2 Interface of patient monitors As Optional e Facility to view the bedside monitor s currently installed in other department with central station also if required patient waveforms and numeric values on a web browser at the PC on the Hospital network amp through internet access e Should support maximum up to 60 bedside monitors e Quote min 5 concurrent web user licenses as standard e Should have one central common server which can be accessed from the various clients installed in the Hospital network e Lincencing should be based on complete web based concurrent user s and not Citrix based technologies e The server should have optional facility to interface with HL7 Compatible HIS LAB systems ADT module of HIS Paging system server installed in the hospital e Option to connects any stat laboratory device that complies with ASTM E1381 91 E1394 91 to High end monitors e Facility to enable you to develop custom applications focused on the presentation aspects of clinical data utilizing a sophisticated Application Programming Interface API for C and C programs or a powerful utility that exports ASCII text files for legacy sys
25. actory d On breach of contract Bidders should quote product of one company only in each column failing which tender may be rejected For any clarification Bidders may contact Pharmacist Stores Medical during 3 p m 4 p m on any working day at Sheth V S General Hospital Ahmedabad Technical scrutiny of Medical Equipment will be carried out by experts which may also include of demonstration Reports of experts Scrutiny shall be final and binding up on the tenderer Rate must be quoted in Indian Rupees for all Medical Equipments even though imported medical equipments also Foreign Currency rate will not be considered and tender will be invalid This contract is subject to Ahmedabad jurisdiction only Signature amp Stamp of Bidder 9 ACCEPTANCE OF TENDER The Bid will be rejected due to any reason or reasons mentioned below 1 2 3 na A Oo ONADA 11 12 13 14 15 a b c d Non submission of tender within stipulated time Submission of tender without tender fee and E M D Bid unsigned or unstamped or not initialed on each page or with unauthenticated correction Submission of tender documents in unsealed envelope Bid not submitted in separate envelopes as per conditions and the envelopes are not super scribed with details of the tender enquiry and part enclosed Non submission of required documents Conditional and or vague offers Unsatisfactory past performance of the Bidder
26. anufacturer Brand Model Bidder Name E M D Rs 72 000 Required Specification Specifications available in offered model Light weight compact and portable Biphasic Manual amp AED for better efficiency Able to delivery shock from 2 360 joules through bi ohasic technology Have display for ECG and Cascade ECG Have size at least 5 active matrix Colour LCD screen with facility for displaying at least two waveforms simultaneously Faster charging time less than 7 sec for a maximum of 360 joules Energy charges and discharge on Paddles 3lead ECG for multi vectorial display of all leads for quick evaluation of ECG and synchronized cardio version Built in AC Power amp Battery operation User replaceable rechargeable NiMH internal battery Fully charges battery should give minimum 90 shocks of 360 Joules Battery charges time should be Signature amp Stamp of Bidder 16 less than 2 hrs Inbuilt thermal printer of paper width 50 mm with speed of 25mm sec Optional facility of Pacing or Pacing Sp02 Supplied with power cord universal cable adult cum pediatric external paddle recording paper multifunctional electrodes for monitoring defibrillator and jelly Able to Print summary report with patient data critical events and vital signs log amp waveforms Should have a infrared and direct serial port for data com
27. are Ventilator 05 Nos 1 65 000 T 3 Central Monitoring System with Multi para 01 1 53 000 Monitor 11 Nos T 4 Pulse Oxymeter 06 Nos 18 000 T 5 Infusion Pump 15 Nos 22 500 T 6 Pediatric Ventilator 01 Nos 57 000 T 7 Mobile Colour Dopplar System with Echo Facility 01Nos 48 000 Trolley Mounted T 8 Portable X Ray Machine 100 mA with High 01 Nos 6 000 frequency generator Medicine Dept T 9 Bipap Ventilator Non invasive 05 Nos 36 000 Gynac Dept T 10 Portable Shadow less O T Light 02 Nos 30 000 Orthopedic T 11 Double Dome Overhead Shadow less Light ceiling 02 Nos 48 000 Dept Minimal Access T 12 Electo Hydraulic Operating Table 01 Nos 22 500 Surgery Dept T 13 Surgical Cautery 02 Nos 42 000 C T Surgery T 14 Intra Aortic Balloon Pump 01 Nos 81 000 Dept Nephrology T 15 Hemodialysis Machine 01 Nos 21 000 Dept e Only manufacturer or authorized distributor with valid authority may apply Manufacturer or authorized distributor if interested may download the tender document from AMC website www egovamc com amp submit as per schedule given below e Tender fee each tender is Rs 500 non refundable and EMD as given in table foreach tender each item separately must be paid by D D payable to Signature amp Stamp of Bidder 1 Medical Superintendent Sheth Vadilal Sarabhai General Hospital and Sheth Chinai Maternity Hospital Ahmedabad 380006 along with tender document submitted to Sheth Vadilal Sarabhai Genera
28. ation or failure to furnish correct or true information to you or failure to comply with any contractual requirement laid down by you them will be considered as a serious breach of the terms and conditions of the tender and will invite disqualification and other penal action as deemed fit by the Authority Yours faithfully Signature amp Stamp of Bidder 11 INST PART II ANNEXURE II FORMAT OF MANUFACTURING EXPERIENCE amp MARKETING DATA I age residing at in capacity of M s here by solemnly affirm that We have manufacturing experience of tender quoted Item No for year s Sr Item Name of Item YEAR Continuance of production amp No code marketing of last three years Mfg Sold Sale Imported Qty Value Qty Rs Lac 2005 06 2006 07 2007 08 2005 06 2006 07 2007 08 2005 06 2006 07 2007 08 2005 06 2006 07 2007 08 2 That on the basis of the above facts amp figures we M s has manufactured marketed Our products prior to the due date of Tender Enquiry No as per the specifications mentioned in the tender Whatever stated above is true amp correct If required attach photocopy of sheet SIGNATURE AND STAMP OF AUTHORISED SIGNATORY Date Signature amp Stamp of Bidder 12 1 INST PART II ANNEXURE HI FORMAT OF AUTHORIZATION LETTER FOR AUTH
29. des as below IPPV Pr Control Assist Control SIMV CPAP High Frequency Ventilation HFV Optional O JO O JO JO JO Volume Guarantee o Pressure Support Should have settings for FIO2 21 100 Peak Inspiratory Pressure 10 80 cmH20 Flow independent PEEP O 15 cmH20 Inspiratory Time 0 1 2 sec Signature amp Stamp of Bidder 32 Expiratory Time 0 2 30 sec Maximum Rate based on 200 bem Insp Time and exp Time Inspiratory Flow 00 30 lpm Base flow VIVE 0 30 lom Slope control 0 2 sec Leak Adapted Flow Trigger 0 3 15 Ipm Should have real time monitoring of 1 Pressure Monitoring a Peak Pressure b Plataue Pressure c Mean Pressure d PEEp CPAP Pressure 2 Volume Monitoring a Vte b MV c Leak 3 Frequency Monitoring a F set b F total c Spont 4 Fi02 set amp measured Should have integrated Monitoring 5 Airway Temperature with active humidifier 6 Lung Mechanics a Resistance R b Compliance C Signature amp Stamp of Bidder 33 c C20 C d Time constant t e Rate Volume Ratio RVR Should have automatic alarm settings for all alarms MV alarm can be manually adjusted along with alarms for High low Pressure should be set automatically High low Minute Volume
30. e waveform Large Detachable Display for brighter amp very good visibility from a distance in any lighting conditions On screen indication for Helium level in the cylinder amp battery level for timely intervention and correction ECG Inflation marker to indicate inflation period on ECG which can be useful when arterial pressure waveform is not system being on standby On screen indication of standby time and should give alarm after 20 mins to draw user s attention on the system being on standby Systems be approved for use on pediatric patients and Pediatric Balloons should be supplied with the system Signature amp Stamp of Bidder 54 Optical Blood back detect for early indication of blood coming into the balloon lumen due to IABC leak Should have extensive Help Text available during startup to make the system easy to use even for new users Should give extensive Help messages to correct the alarm conditions that are specific to the alarm condition This should help the user to overcome the alarm problems immediately and with ease Should be capable of removing Condensation automatically without user intervention and should be maintenance free Should have Peripheral Vascular Doppler for checking Limb Ischemia which is tethered to the main equipment Should have automatic Altitude correction to make it sater for use during Air Transport Upgradable software which allows the u
31. er 93 C Automatic switch off from isolated UF to diffusion Presettable for different disinfectants 10 Disinfection History screen 11 One button one user interface concept for easy hadling 12 _ Easy calibration logging and presenting with computer interface 13 45 minutes battery back up with complete monitoring 14 _ Blood pressure monitoring 15 PH probe kit 16 Ultrasonic air detection method 17 Variable dialysis flow rate 300 700 ml min by step of 20 ml mm 18 _ Profiling Na Hco3 and UF Step and Interval for 3 patients 19 UF volume adjustable O to 10 Liter 20 Infrared Blood leakage detection system 21 Weight Approx 60 Kg 22 The Online clearance Monitor 23 _Conductively based and flow rate controlled concentrate dosing 24 Volumetric magnetic control system for less hydraulics and batter accuracy 25 Concentrate stand by mode 26 Operator night Panel for power saving and patient comfort 00 N JON O1 amp JO b O Signature amp Stamp of Bidder 57 27 Service engineers easily available service backup 28 Single pass fluid path from tap to drain 29 _Inbuilt drain program after every disinfection program 30 CE certified product Warranty Minimum two years for entire unit AMC Annual maintains contract for 3 Years after warranty charges for AMC to be given in comme
32. escribed closing time for submission of the same The delay will not be condoned for any reason whatsoever However if the last date of submission of tenders is declared as a holiday by the Sheth V S General Hospital Government the last date of submission of tenders will be extended to the next working day with the same time and venue specified in the tender Bidder should read this document very carefully and comply with the instructions terms conditions therein Any tender which does not confirm with the instructions terms conditions therein is liable to be rejected without any clarification Signature amp Stamp of Bidder 4 10 11 12 13 In case tender quoted by Distributor than authority letter of manufacturer should be submitted In case when the authority letter is submitted by subsidiary company of their foreign manufacturer the subsidiary company will have to produce documents that they are 100 subsidiary company of their foreign manufacture whose items instruments is quoted In case where item is required with ISI Mark manufacturing and selling experience of product having ISI mark will only be considered But in such a case certified copies of licenses to use ISI mark for last one year as well as latest and valid license are to be submitted with tender The license should be valid during the period of tender It will be the sole responsibility of tenderer to ensure that necessary certificate and perm
33. essories is included in Part IV and no separate payment for the same will be made thereafter under any circumstances If any accessory is demanded as mandatory in the tender enquiry under no circumstances it should be shown as an optional accessory and quoted separately The price of the product offered must include the accessories required for operation of the instrument and no separate payment will be made even if such an accessory is not included in the quotation Only those accessories which are specifically recommended by the manufacturer of the instrument equipment should be offered as part of the equipment and under no circumstances a cheaper variety of an accessory not approved recommended by the manufacturer should be offered Tenders will be opened on the date time amp venue specified in tender notice and the Bidder or his authorized agent has the liberty to be present at the time However in unavoidable circumstances the Medical Superintendent Sheth V S General Hospital can change the date time venue of opening or open the tenders in the absence of Bidders or his agent at his discretion In case the Government Sheth V S G Hospital declares the specified date as holiday the tenders will be opened on the next working day at the same time and venue specified in the tender a In the first instance only the Technical Bid envelope containing Parts I II III of the documents will be opened on the date of opening of the tender and
34. guide rail ststem below table top to allow X Ray cassette insertion 15 Inbuilt kidney elevator Manual 16 All movement of table top including height adjustment Trendelenburg lateral tilt table top sliding amd back section movement can be controlled quickly and Accurately with the help of light weight hand control unit with symbolic Soft touch button 17 The table top is slideable toeards head and leg section to facilitate Unequally Optional 18 Power supply is of 240 Volt AC and for the hand controlled unit 19 The table is suitable with all attachment for the application of UROLOGY ORTHOPEDIC GYNEACOLOGY GENERAL SURGERY OPTHOLMIC E N T SURGERY ANAL AND RECTAL ABDOMENAL GALL BLADDER PLASTIC SURGERY Neuro Surgery Cardiothoracic Surgery AND Many other major and minor surgeries 20 TABLE TOP DIMENSION 50 cm x 190 cm ADJUSTABLE HEIGHT RANGE 71 cm to 108 cm TREDLENBERG REVERSE 25 Degree Each Signature amp Stamp of Bidder 50 LATERAL TILT 20 Degree right left BACK SECTION 90 deg up 20 deg down LEG SECTION 90 deg down from horizontal 90 deg right left manual HEAD SECTION 15 deg up 90 deg down TABLE TOP SLIDING 12 To 15 inch on either side e Warranty Minimum Two years INST PART III PART III TECHNICAL BID IN DUPLICATE Name of Medical Equipment Surgical Cautery 02 Nos Page 48 to 49 Tender No T 13 Manufacturer
35. have Central monitoring connection facility It should display 4 sec real time ECG on screen It should display 4 sec real time Plethysmograph It should be supplied with all standard accessories like 3 lead ECG patient cable adult pulse oxymeter probe along with extension cable disposable electrode pkt 30 nos accessory bag and user manual Warranty Minimum two years for entire unit AMC Annual maintains contract for 3 Years after warranty charges for AMC to be given in commercial Bid CMC Comprehensive maintains contract for 3 Years after warranty charges for CMC to be given in commercial Bid Signature amp Stamp of Bidder 27 INST PART III PART III TECHNICAL BID IN DUPLICATE Name of Medical Equipment Infusion Pump 15 Nos Page 27 to 29 Tender No T 5 Manufacturer Brand Model Bidder Name E M D Rs 22 500 Required Specification Specifications available in offered model e Bottom Loading Syringe Infusion Pump e Syringes Capacities 5ml 10ml 20ml 50ml amp 60ml of any make can be used e Delivery Range 0 1 ml hr to 200 ml hr Signature amp Stamp of Bidder 28 Programmable up to 1200 ml hr 0 1 ml hr increments e Delivery Volume Pre selection 0 1 to 999 9 ml e Flow rate Accuracy 2 e Volume Time infusion Mode Volume to Infuse 0 1 to 99 9 ml Time oh 01 min to 96 h OOmin e BO
36. idder 41 Frequency 6 40 bom Inspiratory trigger 10 50LPM Expiratory trigger 15 75 LPM Inspiratory time 20 50 Pressure Ramp 0 1 sec Monitoring and Alarms Should have facility to measure Tidal volume Vt Minute volume MV and Frequency Should have facility to measure PIP amp PEEP preferably with pressure bar graph display Should have facility to display leakage disconnection apnea alarm Should have facility to activate or de activate the alarm function Scope of supply Basic unit Reusable Breathing hose set 2nos Expiratory valve Carrying bag Adult amp Pediatric mask re usable Warranty Minimum two years for entire unit AMC Annual maintains contract for 3 Years after warranty charges for AMC to be given in commercial Bid CMC Comprehensive maintains contract for 3 Years after warranty charges for CMC to be given in commercial Bid Signature amp Stamp of Bidder 42 INST PART III PART III TECHNICAL BID IN DUPLICATE Name of Medical Equipment Portable Shadow less O T Light 02 Nos Page 41 to 42 Tender No T 10 Manufacturer Brand Model Bidder Name E M D Rs 30 000 Required Specification Specifications available in offered model Light intensity in 1m distance gt 1 10 000 lux at min lightfield size dio 150mm at max mains voltage at ceiling flange Signature amp Stamp of Bidder
37. iod of the contract The maintenance contract of the above shall be made operative from any time during the first five years from the date of contract Any offer for service contract contrary to these conditions will not be accepted Tenderers will also have to guarantee regular and timely supply of all the spare parts required for the normal working of the item at a cost not exceeding the cost of such a part charged to any other Government organization Suppliers are required to impart training to operate equipment at the place of installation within seven days of its installation Replacement Clause If any stocks supplied to Sheth V S General Hospital Ahmedabad are found to be not of standard quality on inspection and or analysis the entire quantity has to be replaced within three weeks or make full payment of the entire consignment Batch against the particular invoice irrespective of the fact that part or full quantity of the Stocks Supplied have been consumed Bidders convicted of an offence under the Drugs Act 1940 the Dangerous Drugs Act 1930 and the Bombay Prohibition Act 1949 or the Bombay Opium Act 1938 or any related act in force from time to time as adopted by Gujarat State will not be eligible for being given contracts Signature amp Stamp of Bidder 8 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Bidders should submit the tender duly sealed by sealing wax and super scribed properly faili
38. ission must be valid till the expiry of the tender The certificate should be in force and valid on the last date of the tender signing of the agreement as the case maybe In case the certificates licenses permission are outdated or the validity period is over the proof of applying for renewal should also be attached Such certificates will be considered if the renewal has been applied for within the time limit prescribed for the renewal of that permission license certificate under the relevant rules and further if such application for renewal is not specifically rejected by the competent authorities In case any certificate is still awaited from the competent authority the proof of making the application should also be attached which will be considered if the application is not specifically rejected by the competent authorities Variation in the terms and conditions of the tender including deviation from standards specifications terms of supply payment will not be accepted No conditional offer _ quotation will be accepted In Part III IV no modification should be done by the Bidder in the name of item Code No and in the specifications grade quality of the item given in the enquiry document In Part III Technical bid all information asked required including specification available in offered models should be mentioned clearly Additional specifications features if any available in the offered models shall be provided in
39. l Bid Signature amp Stamp of Bidder 25 INST PART III PART III TECHNICAL BID IN DUPLICATE Name of Medical Equipment Pulse Oxymeter 06 Nos T 4 Page 25 to 26 Tender No Manufacturer Brand Model Bidder Name Rs 18 000 E M D Required Specification Specifications available in offered model e It must have facility to monitor ECG leads as well as percentage oxygen saturation and Plethysmograph e t must have LCD display The screen size should be more then 5 e It must have tilting screen facility for better view of screen e It should have two channel waveform display one for ECG and one for Plethysmograph e tshould have alarms facility for both HR and Saturation Signature amp Stamp of Bidder 26 It must have separate visual alarm indicator for ECG as well as SPO2 It should have signal strength bar It should work on both mains as well as battery It should have LILII lead selection for ECG It should have different gain option for ECG waveform It should be portable and light weight The weight of the machine should not be more then 2 Kg The monitor must have up gradation facility for NIBP It must have battery low indication in machine itself It must have 24 hours storage facility for HR and SPO2 The resolution of the LCD must be 320 x 240 pixels It should
40. l Hospital Cheque not accepted Tender Last date for Technical bid of Tender will be open Tender No floating submission up to Date 01 02 2010 at 05 00 p m date 2 00 p m Tender No Tender No T 1 to T 15 Date 01 02 2010 T 1toT 15 25 01 2010 01 02 2010 atone p M Medical Superintendent Sheth Vadilal Sarabhai General Hospital reserves the right to reject any or all tenders without assigning any reason PUBLISHED BY SHETH VADILAL SARABHAI GENERAL HOSPITAL AND SHETH CHINAI MATERNITY HOSPITAL AHMEDABAD 380006 N B Tender Conditions amp Specifications Must Be Attached Along with the each Tender separately Signature amp Stamp of Bidder 2 SHETH VADILAL SARABHAI GENERAL HOSPITAL AND SHETH CHINAI MATERNITY HOSPITAL gt j ELLIS BRIDGE AHMEDABAD 380 006 Se Tig Phone 265 77 621 To 625 E Mail info vshospital com m Fax 079 265 77 647 Web site www vshospital org TENDER FORM IMPORTANT INSTRUCTIONS TERMS CONDITIONS TO BIDDERS FORMING PART amp PARCEL OF ENQUIRY DOCUMENT PLACE OF SUBMISSION AND OPENING OF THE TENDER MEDICAL SUPERINTENDENT OFFICE SHETH VADILAL SARABHAI GENERAL HOSPITAL AND SHETH CHINAI MATERNITY HOSPITAL AHMEDABAD 380006 Tender Notice No amp Name 05 Stores Medical Medical Equipment of V S General Hospital Last Date Of Submission Of 01 02 2010 UPTO 2 00 P M Tender Date Of Opening Of Tender Technical Bid T 1 to T 15 01 02 2010 AT 05 0
41. me guarantee gt Volume guarantee should be regulated within the existing PIP Scope of Supply should include e Basic Unit with PSV VG 220 240 V e Medical Air Compressor Optional e Humidifier MR 850 Modular corrosion free Trolley Silicon Hose set reusable for neonates Flow sensor minimum 5 Nos 02 cell Temperature sensor Oxygen connecting Hose Air Connecting Hose Hinged arm for rail Support for patient circuit Instruction Manual Signature amp Stamp of Bidder 35 Warranty Minimum two years for entire unit AMC Annual maintains contract for 3 Years after warranty charges for AMC to be given in commercial Bid CMC Comprehensive maintains contract for 3 Years after warranty charges for CMC to be given in commercial Bid INST PART II PART III TECHNICAL BID IN DUPLICATE Name of Medical Equipment Mobile Colour Dopplar System with Echo Facility Trolley Mounted 01Nos Signature amp Stamp of Bidder 36 Page 35 to 37 Tender No T 7 Bidder Name Manufacturer Brand Model E M D Rs 48 000 Required Specification 01 Set Consist of Specification available in offered model The Unit Should be fully digital with 1024 or more processing Channels Electronic Convex Probe Intracavitory Probe Linear Array Probe Adult Cardiac Probe Pediat
42. munication An optional facility to connect internal paddles with discharges controls International safety standards U S FDA approved and CE approved Optional Quoted charges for Adult and Pediatric internal paddles in commercial Bid Good past service record Warranty Minimum two years for entire unit AMC Annual maintains contract for 3 Years after warranty charges for AMC to be given in commercial Bid CMC Comprehensive maintains contract for 3 Years after warranty charges for CMC to be given in commercial Bid Signature amp Stamp of Bidder 17 INST PART III PART III TECHNICAL BID IN DUPLICATE Name of Medical Equipment Intensive Care Ventilator 05 Nos Page 18 to 19 Tender No T 2 Manufacturer Brand Model Bidder Name Rs 1 65 000 E M D Required Specification Specifications available in offered model e Turbine Technology facility to connect to low pressure oxygen source through flow meter e Internal In Built Battery backup for ventilator unit Air Source Turbine and display part of minimum 5 to 6 hrs e Minimum In Built active 10 LCD pressure sensitive touch colour screen Should Signature amp Stamp of Bidder 18 have only built in screen for Monitoring of Volumes Pressure Time Fi02 loops amp real time waveforms Volume Flow amp Pressure simultaneously display Should be triple colou
43. nder or instructed by the Medical Superintendent Sheth V S General Hospital maximum delivery period shall be of four weeks The payment of the bills shall be withheld in the following circumstances The goods are found sub standard or in non acceptable conditions b Breach of any condition of tender by the tenderer The claim of price revision of finished goods will not be allowed under any reason in ordinary circumstances except government taxes excise duty justification with Govt order The installation of equipment is to also to be completed within 30 days of delivery Tenderers will have to provide free services as much require for maintenance during the warranty period In addition to provide services supplier has to attend the complaint if any for any defects within 48 hours including replacement of any defective part failing which Rs 100 day in case of item value is less than 5 lac and Rs 300 day in case of item value is more than 5 lac will be recovered and period of break down of equipment shall be excluded from the warranty period In such a case period of warranty shall be extended accordingly After completion of warranty period if the the Medical Superintendent Sheth V S General Hospital desires supplier will have to enter in to a comprehensive maintenance contract for 5 years at the rate per annum not exceeding 10 of the total contract would include free replacement of any part component if required during the per
44. neral Hospital Ellis Bridge Ahmedabad 06 Sub Supply of Medical Equipments Ref Tender Enquiry Sir I we enclose the priced tender from duly signed amp stamped Necessary documents are enclosed herewith The rates quoted against each item are inclusive of excise duties and other charges I We shall abide by all these conditions I We hereby undertake to supply the goods to the consignees as per the terms of the Tender Mentioned in the Bid documents I We certify that the copies of the certificates documents attached herewith are authentic true copies of the original certificates documents and I We undertake to produce the original certificates documents for verification on demand I We undertake to supply the attested copies of certificate documents required at the time of signing the letter of agreement if my our offer is accepted I We certify that I We are in possession of the requisite licenses permits required for the manufacturer supply sale distribution of the items and further certify that the said licenses permits have not been revoked cancelled by the issuing authorities and are valid as on date I We also certify that I We have not been blacklisted debarred stopped form supply of the items quoted in the Tender Enquiry by any Government Department Organization undertaking in India I We also take cognizance of the fact that providing misleading or questionable inform
45. ng which the tender will be rejected Validity Bidders are requested to give 180 calendar days validity period for their offers from the date of opening of the technical bid Bidder whose tender is accepted will have to execute an agreement on stamp paper at his cost In case of a partnership firm and a joint Stock company the tender must be signed by the Directors or by a person duly authorized to sign the tender for the company or firm Any kind of change in the dept like dismantling amp refixing of the fall ceiling fixing of plate on ceiling strong part of any horizontal beam etc Must be done by the tenderer without disturbing the look of the dept The payment against supply of stocks shall be made within 30 to 45 days from the date of receipt of the goods in good and acceptable conditions at the destination in case of surgical instrument after successful installation However no interest will be chargeable by the tenderer if the payment is delayed Warranty amp guarantee period should be mentioned clearly The tender will be rejected by the Medical Superintendent Sheth V S General Hospital Ahmedabad in the following circumstances a If the firm is debarred or disqualified or ceases to exist or convicted of any offense b If the quality of the item to be supplied is found not up to the standard quality and multiple samples are found to be not of standard quality c If the supply position of the firm is not satisf
46. nt Payable My above bank details are true and correct Bank details shall be providing on bidder s letter pad and to be submit in E M D Envelope only Signature amp Stamp of Bidder 14 INST PART II CHECK LIST Yes No N A Your s Page D D of tender fee submitted S S D D of E M D submitted Bid stamped and initialed on each page Submission of tender documents in sealed envelope Separate envelope of EMD Separate envelope of Technical bid Separate envelope of commercial bid slol oleate Authority letter m WO CO ALD NY BI W N e Valid Manufacturing license amp Product Permission as the case may be w For imported products valid Manufacturing License amp Product Permission of manufacture as the case may be Valid Appropriate Drug License of manufacture amp distributor amp Valid Import License for imported Products as the case may be CE certificate I S O certificate If applicable Valid I S I certificate if applicable Non conviction certificate Recent pleja jgi Each envelopes super scribed with details of tender inquiry and part enclosed Signature amp Stamp of Bidder 15 INST PART III PART III TECHNICAL BID IN DUPLICATE Name of Medical Equipment Biphasic Defibrillator 06 Nos Page 16 to 17 Tender No T 1 M
47. on Table Top Including Inbuilt Kindly Bridge Other wise four Section 2 The Eccentrically Positioned Table Top Without Cross Sections To Optimize Image Intensifier Accessibility For The Copmlete Body 3 Five Section four section Table top made of redio translucent material for Fluoroscopic capability allow excellent position for The patient 4 Tha Table top is of radio translucent materical which allows Un interrupted Use of C ARM Phylum imported material with C ARM 5 Tabel top is having dimension of 50 cm width and 90 cm of length 6 Head rest is adjustable with ratchet type and it can be Removable Signature amp Stamp of Bidder 49 7 The mattresses are of intergrated foam padding with non slippy surface It can even wash and disinfectant resistant type 8 Electrically operated Battery Operated Optional Manual Operated Optional 9 The base coloumn of table top is covered with stainless steel 10 The base of the table is incorporated with good quality castors for easy Movement of table and consisting of locking deivce 11 The table is remote control ELECTRO HYDRAULIC and Positions are adjustable with remote control 12 It has battery back up system in case of failure of power and also optional Manual operated system is available OPTIONAL ON REQUEST 13 It has side railing for attachment of any type of any make of Accessories for the table 14 The table has inbuilt intergrated
48. r 19 available in the market Should not be proprietary e All above features are to be demonstrated at time of demonstration Operating Manual to be provide J e tshould be USA FDA approved Product e Warranty Minimum two years for entire unit e AMC Annual maintains contract for 3 Years after warranty charges for AMC to be given in commercial Bid e CMC Comprehensive maintains contract for 3 Years after warranty charges for CMC to be given in commercial Bid INST PART II PART III TECHNICAL BID IN DUPLICATE Name of Medical Equipment Central Monitoring System with Multi para Monitor 01 11 Nos Page 20 to 24 Tender No T 3 Manufacturer Brand Model Signature amp Stamp of Bidder 20 Bidder Name E M D Rs 1 53 000 Required Specification Specifications available in offered model A Central Monitoring System 01 Nos a 1 e CPU should consist of 1 GHz or higher processor with minimum of 1GB of RAM e Central station should be dedicated and should operate on Linux It should not be a Microsoft Windows based e The central monitoring workstation should allow real time monitoring of up to 32 patients 8 patients view should be quoted e Ability to create patient specific clinical notes of 100 characters on the multi patient view display e The central monitoring workstation will include an online
49. r code identification for soontaneous Inspiratory and Expiratory phase of breaths no additional screen e Trends for all monitoring ventilation parameters with selectable any four monitoring parameter histograms e Portable e Pediatric amp Adult usage e Upgradeable to in built capnography Et Co2 e Should have standard in built Et Co2 port e In Built Synchronized Nebuliser with adjustable AUTO OFF timer from 1 to 60 min Should not have a requirement or necessity to remove the flow sensor at the time of nebulisation e Separate and additional Non invasive Ventilation modes with guaranteed tidal volume with mask NPPV A C SIMV PSV and CPAP PSV e Simple Humidifier with Jar which can be also used with disposable heated circuits e Minimum Modes CMV ACMV SIMV APRV with PSV on both the levels amp with adjustable patient synchrony PRVC separate selectable mode with volume limit BiPhasic with PSV on both levels amp with adjustable patient synchrony Spontaneous CPAP PSV Pressure Control Separate individual mode breath type amp Volume Control Non invasive e Advance Feature MIP NIF Inspiratory Hold Expiratory Hold 100 02 Manual breath e Flow Sensor Patient Circuits dual limb Exhalation Body Should be Reusable amp Steam Autoclavable 2 nos each e Ventilator can be used with any dual limb disposable circuits Commonly Signature amp Stamp of Bidde
50. rabolic reflector More than 3000 Light emission surface Minimum 2298 cm Automatic default light intensity in of max light intensity 75 Adjustment of light intensity 50 100 Operation of touch panel functions of light head via wall mounted control panel Integration into central OR control systems possible via RS232 interface Redundant light concept via automatic switchover to reserve bulb Identical light intensity and lightfield position upon operation with either main bulb or reserve bulb LED indicator for bulb change in case of failure of main bulb Rotation angle gt 360 Lighthead diameter 500 mm Light source type Halogen Average lifetime of light source min 1000 h Local sourcing of replacement bulb type independently from surgical light manufacturer Note 1 Necessary steel structure for hanging light and voltage stabiliser must be supplied and installed by tenderer 2 Tenderer instoled light as such for ready to use patient all accessories required for instolation light must be provided by Signature amp Stamp of Bidder 48 tenderer INST PART IID PART III TECHNICAL BID IN DUPLICATE Name of Medical Equipment Electo Hydraulic Operating Table 01 Nos Page 46 to 47 Tender No T 12 Manufacturer Brand Model Bidder Name E M D Rs 22 500 Required Specification Specification available in offered model 1 Five Secti
51. rcial Bid CMC Comprehensive maintains contract for 3 Years after warranty charges for CMC to be given in commercial Bid PART IV PART IV COMMERCIAL BID Tender No amp Name E M D Rs Name of Bidder TO BE SUBMITTED IN SEPARATE ENVELOPE MARKED COMMERCIAL BID DO NOT SUBMIT THIS PART IN THE SAME ENVELOP WITH TECHNICAL BID COVER AND E M D COVER PARTS N M Freight Ins sr Code Name of Tax Excise Dut urance Other duty N N medical Unit Mfgd By Basicrate GST CST OL Y installation taxes amp Final rate Remarks S a equipment charges charges if any IG pl specify 1 2 3 4 5 6 7 8 9 10 11 12 Signature amp Stamp of Bidder 58 ma The above commercial bid must be submitted in duplicate and bidder has to mention original copy and duplicate copy very clearly Bidder should specify if GST CST mentioned in Column 7 The above quoted rates are inclusive of Excise duty V A T Packing Forwarding and insurance charges F O R Destination at Sheth V S General Hospital If more items are quoted than attach additional photocopy sheets Rates must be quoted per unit Rates should be quoted in Indian currency even though the item is imported For Detail description attached separate sheets if required wih te ee Amin Modi V S G H Tender T 5 page 1 to 55 Signature
52. ric Cardiac Probe 01 as Optional pmd pd Lael pa amp Power Doppler which can show directional The Unit Should have B Mode Colour Doppler Pulse Wave Doppler CW Doppler Q Atleast 3 active transducer ports and transducer holder 9 Should be DICOM ready and should be able to be interfaced with any dicom device for storage and printing 10 Minimum 3 electronic Switchable independent B Mode frequency Selection should be possible with all probes 11 In all probes Color mode should be in Switchable dual frequency and in Doppler mode should be in Switchable dual frequency 12 The Unit must have Tissue Harmonic Imaging as a standard Package Variable tissue harmonic frequency preffered 13 Very High dynamic Range upto 150 DB or more should available 14 The Unit should have simultaneous real time triplex mode facility B mode Color mode Doppler tracings with realtime doppler calculations 15 Viewing of Dual Color Images B Color amp B Color together should be possible in Real Time and post Freeze modes Signature amp Stamp of Bidder 37 16 Simultaneous B BDf B Color amp B W simultaneous split screen real Time imaging should be possible 17 Built in USB ports Video Output should be available 18 Pre and Post Freeze ROI Digital pan Zoom more than 6 Times should be available read amp write zoom along with scrolling in all directions should be po
53. ser to monitor the IABP from any remote location via a modem In built Comprehensive Service Diagnostics to help the technician to locate the fault immediately System should be supplied with the following gt ECG Cable with Leadwires 1set gt Reusable Invasive Bllod Pressure Transducer 1 no gt Refillable Helium Cylinder compatible with the IABP system Qty 3 Nos gt Intra Aortic Balloon Catheter for Adult size 40cc Qty Ino gt Intra Aortic Balloon Catheter for Pediatrics Size 12cc Qty 1 no Warranty Minimum two years for entire unit AMC Annual maintains contract for 3 Years after warranty charges for AMC to be given in commercial Bid CMC Comprehensive maintains contract for 3 Years after warranty charges for CMC to be given in commercial Bid Signature amp Stamp of Bidder 55 INST PART III PART IIL TECHNICAL BID IN DUPLICATE Name of Medical Equipment Hemodialysis Machine 01 Nos Page 53 to 54 Tender No T 15 Manufacturer Brand Model Bidder Name E M D Rs 21 000 Required Specification Specifications available in offered model Signature amp Stamp of Bidder 56 Automatic self test Pre settable treatment Parameters Direct setting of Na and Hco3 Access to all treatment parameters at all times Designed for Bicart Dialysis Single needle Single pump with low recirculation Heat disinfection ov
54. ssible Zoom should be possible in stored images also 19 Unit should have CRI SONO CT Facility 20 Unit should have capability to process the stored Still Image Cine loop Image amp apply real time parameters such as TGC Gian Greymap Sweep speed Angle Correction Post Processing should be possible on 21 Cardiac Echo package should be available in machine 22 Should have comprehensive measurement packages for all applications and it should have facility to be measurements on the stored 23 The Unit must have cine loop facility for Black amp White and color 24 The Unit must have facility of storage of frames of patient images with Patient date amp Digital archive 25 Digital motion artifacts eliminator should be available 26 Minimum deflectable flow velocity should be upto 0 9 mm sec 27 Unit should have DVD Writer at least 80 GB HDD 28 Should be capable of doing M Mode in realtime and in stored cine loops and also should have post processing M Mode with 360 Degrees 29 In all probes Harmonics frequency should be in Dual Frequency 30 Machine should have Flat Panel monitor with Shival Arm so that it can be moved in any direction 31 Unit should be light in weight which can be easily use as mobile Unit Following Peripheral Devices should be provided along with the Equipment 32 2 KVA online UPS with at least 15 min Back up Signature amp Stamp of Bidder 38
55. tems e Facility to synchronizes the Time clocks for all connected devices on all the monitoring units e Facility to view ventilator data remotely if third party device ventilator connected to patient monitor e Facility to genetrate chart ready PDF reports amp excel charts e Should be compatible to currently installed bedside patient monitors if required in future Scope of Supply a e Central Monitoring server Linux based with one 19 screen 8 bed view e Online UPS amp laser network printer with Central Monitoring system e Gateway server with both the software of Patient Monitor interface and Central station interface on one server only Optional b Signature amp Stamp of Bidder 24 Basic Scope of Supply for each Monitor i ECG 6leads li NIBP Hose ii NIBP Adult amp paediatric cuffs Re usable iv Temperature dual v IBP Dual with one set of Disposable transducer vi SpO2 probe Masimo sensor original not compitible vii SpO2 probe Nellcor sensor original not compatible e Price for optional item should be quoted separately in Commercial bid only e Warranty Minimum two years for entire unit e AMC Annual maintains contract for 3 Years after warranty charges for AMC to be given in commercial Bid e CMC Comprehensive maintains contract for 3 Years after warranty charges for CMC to be given in commercia
56. ts S T deviations ventricular and supraventricular ectopics and bradycardic episodes e Compare ECG rhythms or other waveforms at the beginning and end of selection period e Display stored waves on grid with the ability to select scale and order of waveforms e Look at all available waveforms on one screen with one simple click e Review up to 1 000 events and associated vital signs per patient with the capability of analysis and documentation e Streamlines the review process of stored patient information with Patient Navigation Panel Time Anchor and ability to generate wide variety of patient chart ready PDF reports e Should be compatible to currently installed Central Station with optical fibre cable if required in future B Multi para Monitors Nos Os b 1 e Compact lightweight monitor with minimum 180 minutes battery backup e Suitable for Adult Paediatric and Neonatal Application e Should have 8 channels as a standard feature with 10 4 inch integrated display e The Multi channel monitor should be of upgradeable design software or hardware upgrades either at time of purchase or field upgrades e Should store 50 event recalls 24hours trends which can be navigated via horizontal and vertical Cursors e The Montior should have facility that minimum basic cable cluster at Machine side and all the sensor remains nearer to patient For example o To measure
57. x included Timer Solid state Electronic timer with 0 02 to 10 Sec in 24 steps Digital display of KV MA MAS amp Secs Radication Protection Conforming to AERB standards Warranty Minimum two years for entire unit AMC Annual maintains contract for 3 Years after warranty charges for AMC to be given in commercial Bid CMC Comprehensive maintains contract for 3 Years after warranty charges for CMC to be given in commercial Bid Signature amp Stamp of Bidder 40 INST PART III PART III TECHNICAL BID IN DUPLICATE Name of Medical Equipment Bipap Ventilator Non invasive 05 Nos Page 39 to 40 Tender No T 9 Manufacturer Brand Model Bidder Name E M D Rs 36 000 Required Specification Specifications Light weight amp suitable for ventilation of Pediatric amp Adult patients User adjustable latency period soft start function of 5 30 sec available in offered model Leakage compensation Should have following ventilator modes CPAP Spontaneous breathing with continuous positive pressure CPAP ASB of PS Soontaneous breathing with pressure support BiLevel PCV Pressure controlled ventilation PSV Pressure controlled ventilation with inspiratory synchronization AV Apnea back up ventilation Settings Inspiratory pressure PIP 5 30 cmH20 Expiratory pressure PEEP 2 20 cmH20 Signature amp Stamp of B
Download Pdf Manuals
Related Search
Related Contents
Philips Composite A/V to scart cable SWV3633W SoundStructure Design Guide - Support Norstone Arken Table MANUAL DO USUÁRIO - Plantec Distribuidora Dossier : Le tiers de confiance - Mode d`emploi ニュースリリース(20080908) 198KB Behringer Eurolive VS1220 Quick Start Guide Copyright © All rights reserved.
Failed to retrieve file