Home
Tender Document
Contents
1. 35 Spot Light Intensity 20000 Lux Halogen Bulb 12V 50 W Reflector Metallic Warranty for 2yrs 337 ANNEXURE XIII E SPECIFICATIONS amp DETAILS OF ITEMS GROUP _ E Specifications Qty Nos Patient s Examination Couch with Foot Step Single 688 Overall approx size should be 1830mm L x 500mm W x 820mm H minimum Fixed upholstered top 50mm thick in two sections Body frame work should be made from 20G CRCA sheet Couch should be fitted with mild steel legs Headrest adjustable by gas spring Upper section of box approx size 1200mm L x 450 mm W x 610mm H with three sliding drawers with separate doors Sliding foot step under the front side of lower middle cabinet B P apparatus tray made of 18G MS sheet of approx size 350 mm L x 120mm W x 20mm H provided on a swinging rod rotating through a bush fixed on the body of the couch Supplied with Single Foot Step All MS parts should be pre treated in Seven Tank amp Powder Coated Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs Revolving Stool 446 Overall all height adjustable Approx Size 480mm to 670mm H Tubular four legs base of 25 4 x 18g ERW tube 300mm dia SS Top Height adjustment by screw mechanism The legs should be fitted with high quality PVC shoes with nylon reinforcement All MS Parts should be 7 tanks Pre treated amp powder c
2. SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE XIII A SPECIFICATIONS amp DETAILS OF ITEMS GROUP A Si No Specifications X Ray Machine 100 mA with dark room accessories gt Counter Balanced vertical movement mechanism of Tube carriage for easier positioning gt Digital Display for Input Voltage compensation X Ray ON and Overload Protection gt LCD Display for mAs Technic kVp and Body Part In case of Digital Machines gt Automatic overload Protection with visual and audible indication for longer life of theTube gt Independent kVp mAs mA techniques selection for better radiographic results gt Microprocessor based system for accurate time selection for exposure gt Expose at 220 An actual Input Voltage display indicates whether line voltage Compensation is to be increased or decreased Integrated cassette box for easier cassette handling Line Voltage Compensation from 190v to 270v Standby Circuitry in case of any Electronic Component failure thereby ensuring maximum up time gt Automatic cut off for High Input Voltage gt Soft Touch keys for Body Part Selection In Case of Digital Machines gt Beautiful Cover for Generator as a safety measures against dust gt anatomical Programme Mode through that when user selects the anatomical part kVp mA and mAs will automatically set SPECIFICATIONS Radiographic Rating 25mA 50mA 75mA amp
3. Tender documents may be obtained from the office of Tender Inviting Authority during office hours on payment of Rs 2000 non refundable in the form of Demand Draft drawn in favour of State Health Society Assam payable at Guwahati The tender documents may also be downloaded from the official website www nrhmassam in The bidder downloading the Bid document from the website will be required to deposit Rs 2000 non refundable in the form of Demand Draft drawn in favour of State Health Society Assam payable at Guwahati while submitting the Tender Tender without the fee of Rs 2000 will not be accepted All tenders must be accompanied by Earnest Money Deposit as specified in the vi VII VIII IX X relevant clause of the bid document Tenders will be opened in the presence of bidders authorized representatives who choose to attend on the specified date and time as stipulated in the bid document At any time prior to the date of submission of tender the Tender Inviting Authority may for any reason whether on his own initiative or in response to a clarification requested by a prospective Bidder modify the tender document by an amendment All prospective bidders who have received the tender document will be notified of the amendment and that will be binding on them In order to provide reasonable time to take the amendment into account in preparing their bid Tender Inviting Authority may at it
4. Waveforms and loops Scalar graphics for pressure volume and flow scale should be user selectable and adjustable for neonatal settings Loop Graphics for pressure volume flow volume pressure flow combinations scale should be user selectable and adjustable for neonatal settings Should have freezing and measuring facility for loops and curves Freeze and Analysis cursor in all loops Facility of moveable cursors to read numeric values at any point on the loop where the cursors is kept Should have adjustable inspiratory flow patterns from square wave sinusoidal and decelerating wave Ventilator Parameters and settings Should have knobs for setting following parameters Peak pressure 5 60 cmH2 Positive end expiratory pressure PEEP 0 30 cmH20 Respiratory rate 0 200 bpm Inspiratory rate 0 1 to 2 sec amp Expiratory time 0 1 to 10 sec Oxygen concentration in 1 increments or decrements tidal volume 2 ml 150 ml Should be able to monitor the following parameters Peak pressure PEEP Mean airway pressure MAP Respiratory rate FiO2 Minute volume Tidal Volume Inspired amp Expired Leak percentage Resistance Compliance Should have following settings and ranges a Inspiration time 0 1 3 sec b Expiration time 0 1 10 sec c Respiratory rate up to 300 breaths per minute in conventional modes d Flow Preset patterns Square Sinusoidal decelerating e PEEP 0 30 mbar
5. a Heater with flow resistance up to 1 cmH20 L sec b Temperature range 28 39 deg C c Warm up time less than 15 minutes d Temperature control accuracy 2 deg C e Automatic audible and visual alarms for high and low temperatures f Visual indicator and alarm for low water level and digital display for set and measured temperatures Nebulizer Should be inbuilt and preferably volume compensated with a time programmable flow mechanism to de activate nebulizer Manual oxygen key while suction user adjustable oxygen concentration delivery while this manual mode is operated Should have an adjustable mechanism relief valve for excess pressure Should be able to connected to central air line via and external compressor so that the compressor automatically switches ON when air pressure in the central line drops below the recommended level Should be able to connected to central O2 line Each unit should come with 1 set of standard oxygen amp Air hoses with hose connectors The firm should agree for periodic regular replacement of oxygen cells compressor filters and ventilator filters during warranty and CMC Accessories to be provided per ventilator Autoclavable reusable high quality neonatal specific low compliance heated ventilator circuits 04 nos Additional 4 nos of reusable patient circuit should be provided in case of separate patient circuits for HFOV application In case of standalone humidifier 4 sets each of tem
6. Chroma Color Pallate Adjustable parameters Diagnostic mode Systems upgrade through software Clinical application Standard Offered Standard Accessories Warranty for 2yrs Flexible 8 steps 8 types 8 steps 8 types dynamic range frequency GSC persistence enhancement grayscale curve left right invert up down invert image rotation angle sweep angle width zoom factor focus number and position biopsy guide line applications such as cardiac liver kidney muscular skeletal gynecological obstetric thyroid carotid breast and pancreas preset can be created by the user system upgrade General Radiology OB Gyn Urology Pediatric Musculoskeletal etc Main unit including 15 TFT display 2 probe connector 1 Convex probe 2 6 MHz 1 T V prove 4 9 MHz Trolley Servo stabilizer B W thermal printer ANNEXURE XIII C SPECIFICATIONS amp DETAILS OF ITEMS GROUP C Si No Specification Qty Nos I Ventillator Paediatric Description of Function ICU ventilators should provide artificial respiratory support to the critical patients in all the types of Intensive Care Units with altitude compensation for volume and BTPS correction for monitoring Operational Requirements It should be microprocessor Controlled ventilator with integrated facility for Ventilation monitoring suitable for Neonatal including premature to adult ventilation The u
7. B of the tender The price bids of tenderers not found technically qualified shall not be opened VALIDITY OF BID Bids shall remain valid for acceptance for a period of 90 days after opening of Technical Bid i e Cover A Bids with shorter validity shall be rejected Purchaser may solicit bidders consent to an extension of validity period A bidder may refuse extension request without forfeiting the EMD VALIDITY OF OFFER OF SUCCESSFUL BIDDER The validity of offer of the successful bidder shall be at least 02 two years from the date of finalization of the order and the successful bidder will be bound to supply the items at agreed rates and terms during this period This validity period may be further extended with mutual consent OTHER CONDITIONS A Item Details amp Quantity Specifications amp Details of Items are shown in Annexure XIll A B C D E amp F The quantity mentioned is only the tentative requirement and may increase or decrease as per requirement of Tender Inviting Authority The rates quoted should not vary with the quantum of the order or the destination B Firm Rates Firm Rates inclusive of Excise Duty Sales Tax transportation insurance PACKAGING INSTALLATION amp TRAINING CHARGES AT SITE and any incidental charges should be quoted for each of the required Hospital items on door delivery basis according to the units ordered Tender for supply of Hospital items with conditional v
8. amp spares to be quoted Should be CE ISI GMP ISO 9001 2000 amp 13485 2003 certificates Warranty for 2yrs Domestic Refrigerator Capacity Gross Total 195L Refrigerator 195L Net Total 185L Refrigerator 185L Physical Specification Weight Net 37kg Gross 41kg Dimension Net WxHxD 534 x 1 250 x 540mm Net Case Height with Hinge 1 250mm Net Case Height without Hinge 1 250mm Net Depth with Door Handle 540mm Net Depth without Door Handle 540mm Performance Energy consumption 255 watts Should be CE ISI GMP ISO 9001 2000 amp 13485 2003 certificates Warranty for 2yrs 400 Radiant Warmer 50 OPEN NEWBORN CARE SYSTEM ON TROLLEY WITH RADIANT WARMER OXYGEN PROVISION Technical Specifications Mobile newborn resuscitation table with fixed height radiant warmer Antistatic castors 2 with breaks Table surface with mattress head up down facility X Ray cassette holder Mattress padding foam density approx 21 25 kg m3 Mattress cover should be sealed and waterproof Side boards transparent acryl drop down and lockable Side rails allow for mounting of accessories with SS Height adjustable infusion rod Hood suspended above the table integrates heating element and overhead spot light Integrated support for two 10 L oxygen bottles Control unit should have flow meter Humidifier bottle and FA Valve with pressure gauge Heating element Ceramic h
9. 1800 ml b Pressure insp 2 90 cmH20 c Pressure Ramp Flow patterns d Respiratory Rate 1 to 150 bpm Insp Time 0 1 to 9 sec E Ratio 5 1 to 1 5 e Insp Flow resultant 0 3 to 180 LPM continuous Flow 2 38pm in TCPL ode f CPAP PEEP 0 45 cmH20 g Pressure support 2 80 cmh20 h FIO2 21 to 100 i Pause Time 0 to 2 sec 30 j Flow Trigger 0 2 to 12 Ipm Pressure Trigger 0 5 to 15 cmH20 k Expiratory trigger or exhalation sensitivity 5 75 of flow 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 FIO2 dynamic g Intrinsic PEEP and PEEPi Volume or trapped Volume h Plateau Pressure i Resistance Rinsp amp Rexp amp Compliance Cdyn amp Cstat j Use selector Alarms for all measured amp monitored parameters Should have following modes of ventilation a Volume controlled b Pressure Controlled c Pressure Support d SIMV Pressure Control and volume control with pressure support e CPAP PEEP PSV assured tidal volume guarantee volume support g Advanced mode like pressure controlled volume guaranteed PRVC AUTOFLOW h Non Invasive ventilation NIV Mode i Additional mode advance ASV NAVA MMV PSV j APRV k Special Neonatal modes Yime cycled pressure limited with continuous flow TCPL SI
10. 2 EMD in the form of DD furnished 3 Documentary evidence for the Constitution of the company 4 Duly attested notarized copy of License issued by the competent Licensing Authority for the products quoted 5 Attested Photocopy of Import license if any 6 The instruments such as Power of Attorney Resolution of Board etc 7 Undertaking as per Annexure 8 Manufacturer s Authorization as per Annexure II 9 Attested copy of CE US FDA Certificate 10 Attested copy of OHSAS 18001 2007 certificate for hospital equipments amp instruments 11 Attested copy of ISO 9001 2000 ISO 14001 2004 certificates for hospital equipments amp instruments 12 Attested copy of OHSAS 18001 2007 certificate for hospital furniture and fixtures 13 Attested copy of ISO 9001 2000 ISO 14001 2004 certificate for hospital furniture and fixtures 14 Attested copy of ISO 9001 2000 certificate for surgical hollow wares 15 Annual Turnover Statement for 3 years Annexure IIIA amp Annexure lll B 16 Performance Statement as per Annexure IV 17 Sales Tax Clearance Certificate as Annexure V 18 Undertaking for Embossment of logo as per Annexure VI 19 Details of Manufacturing Unit as per Annexure VII 20 List of items quoted with name of Manufacturer as per Annexure VIII A 21 Technical Compliance Statement as per Annexure VIII B 21 Undertaking on Fraud amp Corruption as per Annexure IX 22 Agreed Terms amp Conditions
11. 2 The following documents shall constitute the Contract between the Purchaser and the Supplier and each shall be read and constructed as an integral part of the Contract a This Contract Agreement b Special Conditions of Contract c General Conditions of Contract d Technical Requirements including Technical Specifications e The Supplier s bid and original Price Schedules f The Purchaser s Notification of Award g Add here any other documents 3 In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Contract 4 The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein the Contract price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract For and on behalf of the Purchaser Signed In the capacity of insert title or other appropriate designation In the presence of For and on behalf of the supplier Signed In the capacity of insert title or other appropriate designation In the presence of
12. Highly Certified US FDA Health Canada and CE Sample type should be fresh whole blood capillary Primary site should be finger tips and alternative site should be Forearm amp Palm Hematocratic range is 30 55 Individually foil wrapped test strips should be available each strip should be protected from contamination oxygen high temperature and high humidity to ensure stability and high performance Wide range operation temperature The temperature detection and compensation feature should allow ranges of 5 45 C Operating humidity range is 10 90 Meter should include lithium battery life up to 1000 measurements Glucose test range from 20 600 mg dL Great Data Management Meter should record up to 300 tests with time date Test averaging 7 14 30 days average Extended expiry period for strips up to approximately 24 months End fill strips with wicking action should make blood application as easy as touching the strip to the sample along with fast sip in action Sample just 1 Test results should be able to be obtained in only 10 seconds Code chip should allow for automatic calibration Meter automatically should powered on or off after test strip inserted removed Beep sound should occur to notify the user when test strip inserted sufficient blood sample is applied and when testing is completed Results should be plasma equivalent which can be compared 234 directly with lab analyzer res
13. additional copies available e Automatic and Manual recording modes e Dual Power Supply Mains and battery Operation e Thermal Printing on 50 mm paper e Compact design light weight amp portable Warranty for 2yrs 88 13 Ceiling OT Light _ shadowless UNITED e The multi reflector shadow less ceiling Lights should be used 88 halogen lamps with heat observe filters to give cold with light which should be ideal for modern surgeries The Lights should have incorporational safety standards like CE Mark ISO 9000 quality standards Technical Data e Intensity In Lux 130 000 e Colour Temp 4300K e Halogen Bulb 7 x 24V 50W e Light Field Diameter 120mm or more e Dome Diameter 710mm e Input Voltage AC 220 230 50 60HZ Warranty for 2yrs Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Boyles Apparatus with vaporiser and standard accessories The Anesthesia Machine should be of 2 Gases with 2 tubes Hypoxic Guard Including Circle Absorber Machine must be made of rigid amp electro statically powder coated steel with antistatic Castors with front brakes e Machine should be equipped with 2 Nos High Pressure outlets for driving ventilator e Machine must have Oxygen Flush with 32 to 59 LPM flow or better e The machine must have flow meter for oxygen and nitrous oxide supply with adjustment controls O
14. alon NOBIS Ega 12005 2012 OFFICE OF THE MISSION DIRECTOR National Rural Health Mission Assam SAIKIA COMMERCIAL COMPLEX SRINAGAR PATH CHRISTIANBASTI G S ROAD GUWHATI 781005 TENDER FOR THE SUPPLY OF HOSPITAL FURNITURE FIXTURES EQUIPMENTS amp INSTRUMENTS Sealed tenders in Two Bid System Technical Bid amp Price Bid in separate sealed envelopes affixing court fee stamp of Rs 8 25 or IPO of Rs 10 for bidders located outside the State of Assam only are invited from manufacturers or authorized distributors dealers for Supply of Hospital Furniture Fixtures Equipments amp Instruments to health institutions in different districts of Assam on turnkey basis LAST DATE FOR RECEIPT OF TENDERS Sealed Tenders in two separate covers Technical bid Cover A and Price Bid Cover B will be received up to 23 01 2014 till 2 PM by the Mission Director National Rural Health Mission Saikia Commercial Complex Srinagar path Christianbasti G S Road Guwahati 781005 Assam IMPORTANT NOTES a The bidder shall quote prices in Indian Rupees only on FOR destination basis b Delivery of the ordered items shall be affected at District Drug Ware Houses or the designated Health Institutions spread over 27 districts in Assam c Arrangement of Road Permits for despatch of consignments shall be the responsibility of the successful bidder s PRE BID MEETING A Pre Bid meeting with all the intending bidders will
15. amp ON switch Warranty for 2yrs Bowl Stand with bowl Five legs base mounted on 5cms dia castors With two approx 35 cm SS Basin Frame should be made of SS Pipe amp SS rings Should be CE ISI GMP ISO 9001 2000 amp 13485 2003 certificates Warranty for 2yrs Instruments for Normal and Epistomy Delivery Should be ISO 9001 2000 amp 13485 2003 certificates Vaccum extractor Maelstrom 1 Forceps obstetric Wrigley s 280 mm stainless steel 1 Forceps obstetric Barnes Neville with traction 390mm 1 Forceps sponge holding straight 228 mm stainless steel 4 Forceps artery Spencer Wells straight 180mm ss 2 Forceps artery Spencer Wells straight 140mm ss 2 Holder needle straight Mayo Hegar 175 mm ss 1 Scissors ligature Spencer 130 mm stainless steel 1 Scissors episiotomy angular Braun 145 mm stainless steel 1 Forceps tissue spring type 1 x 2 teeth 160 mm ss 1 Forceps tissue spring type serrated ups 160mm ss 1 Catheter urethral rubber Foley s 14 ER 1 Catheter urethral Nelaton set of five Fr 12 20 rubber 1 Forceps backhaus towel 130 mm ss 4 Speculum vaginal Sim s double ended 3 ss 1 Speculum vaginal Hamilton Bailey 1 Warranty for 2yrs Wall Clock_ Around 8 inch diameter Round type Having pointer for second Analog Type Warranty for 2yrs Nitrous Oxide Cylinder 5 Ltrs Brand New High Pressure Seamless Cylinde
16. as per Annexure X SI Cover B Yes No 1 Price Bid as per Annexure XII A XII B XII C XII D XII E amp X F ANNEXURE XII A PRICE BID FOR GROUP A ITEMS TENDER NO oriin screens CAMC charge Total F Total Total Brief Description of items Qty Basic Rate per Tax VAT per For supply for 3 years For CAMC Supply CAMC SI unit unit inclusive of al Rs Group A Nos Rs Rs Rs oe 3x7 Rs 3 x 4 5 6 8 Rs 1 2 3 4 5 6 7 8 9 1 2 3 4 5 Grand Total RSessssessesrseesee Rs in words SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE XII B PRICE BID FOR GROUP B ITEMS TENDER NO ceeececsececeeeceeceeceseeeeeeenes CAMC charge Total Total Total Brief Description of items Qty Basic Rate Rek Tax VAT per For supply for gt years For CAMC Supply CAMC SI unit unit inclusive of all Rs Group B Nos Rs Rs Rs faxes 3x7 Rs 3 x 4 5 6 8 Rs 1 2 3 4 5 6 7 8 9 1 2 3 4 5 Grand Total RSen Rs in words SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE XII C PRICE BID FOR GROUP C ITEMS TENDER NO necne Total CAMC charge Total Total Basic Rat Tax VAT for 3 For CAMC Brief Description of items Qty i S FEE ax Pe For
17. be held at Conference Hall of NRHM Office on 08 01 2014 at 4pm ELIGIBILITY CRITERIA A Bidder shall either be a manufacturer or a distributor dealer having experience of supplying Hospital Furniture amp Fixture Medical Equipments Instruments to Govt Organizations B Average Annual turnover of the bidder who is not a manufacturer in the last three financial years i e 2010 11 2011 12 2012 13 from sales of Hospital Furniture amp Fixtures Medical Equipments Instruments shall not be less than Rs 11 Eleven Crores C Manufacturer participating as bidder or manufacturer from whom the Hospital Furniture amp Fixture Medical Equipments Instruments would be sourced by the dealer should have an average Annual Turnover of Rs 15 Fifteen Crores in the last 3 financial years i e 2010 11 2011 12 2012 13 However for manufacturers of Hollow Wares the average Annual Turnover in the last three financial years shall not be less than Rs 1 One Crore Bidder should have at least 3 Three years Market Standing as supplier of Hospital Furniture amp Fixture Medical Equipments Instruments Manufacturers of Hospital Equipments Instruments shall have valid CE US FDA Certification and also have valid ISO 9001 2000 ISO 14001 2004 certificates Manufacturers of Hospital Furniture amp Fixtures shall have valid OHSAS 18001 2007 certificate as well as ISO 9001 2000 ISO 14001 2004 certificates Manufacturers of Surgical Hollow Wares shall have va
18. cmH20 f Inspiratory pressure 5 50 mbar cmH20 g Tidal volume 2 150 ml h Proximal flow trigger facility with a trigger sensitivity of at least 0 21 min i Oxygen concentration FiO2 21 to 100 Display Inspiratory time Ventilator rate Mean airway pressure Inspired oxygen concentration Tidal volume amp Minute ventilation Trends of set and measures parameters with a trend memory of at least 24 hrs Leak percentage Display of silenced alarms Alarms Limit Should have visual as well as audible alarms with user adjustable alarms levels with text message for Power failure Circuit disconnection low tidal volume Minute volume Tidal volume Peak Pressure PEEP Mean airway pressure Patient disconnection Gas failure Low amp High FiO2 Should have the facility to suspend the oxygen alarms indefinitely when oxygen cell is depleted or defective Power Supply 220 240V and 50 60 Hz Miscellaneous Complete unit should be mounted on a sturdy pedestal trolley with good quality castors for easy movement of the complete ventilator At least 2 of the four wheels should be lockable Each unit should have a circuit hanger to support the patient circuit Each unit should be supplied with a heated servo controlled humidifier Either integrated or Standalone of the latest model with temperature display for set as well as measured temperature The humidifier should have the following requirements
19. do not contain any recycled or reconditioned parts or components We hereby extend our full guarantee and warranty as per clauses of contract for the goods offered for supply against this Invitation for Bid by the above firm Attach Separate sheet if necessary SIGNATURE NAME amp DESIGNATION ANNEXURE IIIA ANNUAL TURNOVER STATEMENT OF THE BIDDER The Annual Turnover of M s for the past three financial years are given below and certified that the statement are true and correct SI No Year Turnover in Lakhs 1 2010 11 2 2011 12 3 2012 13 Total Rs Lakhs Avg Rs Lakhs Signature of Auditor Chartered Accountant Name in Capital Letters Date Seal ANNEXURE III B ANNUAL TURNOVER STATEMENT OF THE MANUFACTURER The Annual Turnover of M s for the past three financial years are given below and certified that the statement are true and correct SI No Year Turnover in Lakhs 1 2010 11 2 2011 12 3 2012 13 Total Rs Lakhs Avg Rs Lakhs Signature of Auditor Chartered Accountant Name in Capital Letters Date Seal Performance Statement of the Bidder ANNEXURE IV Tender No Sl Name of the product Year Qty supplied Value Name and full address of the only for Hospital Furniture purchaser Fixtures Equipments Instruments Hollow Wares 1 2 3 4 5 1 2 3 4 5 6 7 8 9 10 Please use additional sheets if re
20. in addition to Price Reduction for Delay in Delivery Confirm acceptance of Price Reduction Schedule for delay in delivery 0 5 of delayed value of goods per week of delay or part thereof subject to maximum of 10 of the total order value Confirm acceptance of Delivery Period as indicated under clause 17 c of the bid document 10 Confirm acceptance of relevant payment terms specified in the bid document 11 It is noted that delivery period price reduction termination etc are subject to Force Majeure Condition as stipulated in the bid document 12 Confirm that the quoted prices are in Indian Rupees and shall remain firm amp fixed till complete execution of the order 13 a In case you are a manufacturer confirm that the prices quoted are not higher in any respect than MRP b In case you are a dealer distributor authorized agent confirm that the prices quoted are as per manufacturer s price list with appropriate discount Copy of Price list to be enclosed 14 Packing forwarding transportation loading unloading and insurance are supplier s responsibility However to protect the items from physical damages and or deterioration due to weather during transit supplier to ensure proper packing amp handling arrangement Please confirm compliance 15 Confirm that security deposit of 5 of the total order value in the form of a Bank Guarantee from a nationalized Ba
21. last 2 years On sight physical demonstration of the ventilator with all standard accessories will be mandatory if demanded by the technical committee Rates of consumables and accessories should be quoted separately for the full duration of warranty and CMC W Transport Ventillator The portable ventilator is used to transport a patient with artificial respiration support for all patient category Adult pediatric and newborn Operational Requirements The portable ventilator should be light weight lt 5 kg Should be based on IPPV time cycled and portable light weight Should electronically controlled and pneumatically driven Should be able to work both with cylinders and pipeline connectors and high pressure tubing of appropriate length to be supplied Technical Specifications Should have venture jet mixing technology air oxygen mixture Should have following modes of ventilation IPPV or control Assist control Pressure Support PEEP Apnea back up should have facility to be used non invasively Should have following settings a TV 15 2000ml or minute volume setting 1 15 Ipm b PEEP CPAP 0 20cmH20 c Respiratory Rate 5 to 65bpm d E ratio 1 1 5 inspiratory time 40 of breathing cycle e Fi02 50 amp 100 f pressure support level 0 50 cmH20 Trigger Sensitivity Pressure 1 to 5 cmH20 Should have airway pressure monitoring Should have Audio visual alarms for a Low supply
22. or arrangement between two or more bidders with or without the knowledge of the purchaser designed to establish bid prices at artificial non competitive level 4 Coercive Practice means harming or threatening to harm directly or indirectly persons or their property to influence their participation in a procurement process or in execution of a contract During the process of evaluation of a bid or proposal for award of a contract if it is detected that a bidder directly or through agent has engaged in corrupt fraudulent collusive or coercive practice in competing for the contract in question then a the bid shall be rejected and b declare the firm ineligible for a specific period or indefinitely to participate in a bidding process However if any such practice is detected at any subsequent stage or during execution of the contract the Tender Inviting Authority will exercise the right to cancel the contract and make suitable alternative arrangement at the risk and cost of such offending bidder LOCAL CONDITIONS 21 22 24 It will be imperative on each bidder to fully acquaint himself of all local conditions and factors that would have any effect on performance of the Contract The Tender Inviting Authority shall not entertain any request for clarifications from the bidder regarding such local conditions nor shall accept any offer conditional to the local factors No request for any change of price or extension of time sc
23. provisions shall make the successful bidder liable to be disqualified to participate in any tender for the next 5 years in addition to forfeiture of Security Deposit and other penal actions Alternative Purchase If the successful Bidder fails to execute the order within the stipulated time the Tender Inviting Authority will be at liberty to make alternative arrangements for purchase of the items from any other source or from the open market at the risk and cost of the supplier This would be in addition to any other penalties including forfeiture of security deposit Shortage and Damage It shall be the responsibility of the successful Bidder for any shortages damages at the time of receipt in Warehouse Institution Tender Inviting Authority is not responsible for the items received for which no order is placed Comprehensive Maintenance The successful bidder Supplier for items in Group A Group B Group C amp Group D shall provide post warranty Comprehensive Annual Maintenance 18 19 20 Contract CAMC service for a period 3 years from the date the warranty is over The CAMC amount shall include cost of labour spare parts and consumables required for repair and maintenance of equipments The scope of work during the CAMC period shall include inter alia the following i To ensure 95 uptime of the equipments ii To upgrade software free of cost iii To undertake 4 preventive maintenance service in a year i
24. supply ai Years Far Supply CAMC SI unit unit inclussive of Rs Group C Nos Rs Rs Rs all taxes 3x7 ip 3 x 4 5 6 8 Rs 1 2 3 4 5 6 7 8 9 1 2 3 4 5 Grand Total RSie tAos Rs in words SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE XII D PRICE BID FOR GROUP D ITEMS TENDER NO eniinn Total CAMC charge Total Total Brief Description of items Qty Basle Rate per Tax VAT per For supply for 3 years For CAMC Supply CAMC SI unit unit inclusive of all Rs Group D Nos Rs Rs Rs ue 347 Rs 3 x 4 5 6 8 Rs 1 2 3 4 5 6 7 8 9 1 2 3 4 5 Grand Total RS ccd Sccistencniieceten Rs in words SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM Tender No ANNEXURE XII E PRICE BID FOR GROUP E ITEMS SL DESCRIPTION OF ITEM Quantity Basic Rate TAX VAT Total Amount in rupees Group E in Nos per No in Rupees 3 x 4 5 in Rupees 1 2 3 4 5 6 In Figures In Words SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM Tender No ANNEXURE XII F PRICE BID FOR GROUP F ITEMS SL DESCRIPTION OF ITEM Quantity Basic Rate TAX VAT Total Amount in rupees Group F in Nos per No in Rupees 3 x 4 5 in Rupees 1 2 3 4 5 6 In Figures In Words
25. the contract for delayed supply of the ordered items 6 We agree to accept the amount of the bill to be paid by the purchaser after completion of all formalities and should any amount of the bill found by the purchaser auditors to have been over paid the amount so found shall be refunded by me us 7 We hereby undertake to supply the items during the validity of the tender as per direction given in supply order within the stipulated period 8 The tender inviting authority has the right to accept or reject any or all the tenders without assigning any reason 9 We understand all the terms and conditions of the contract and bind myself ourselves to abide by them 10 We hereby declare that there is no vigilance CBI or court case pending contemplated against us at the moment SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE II MANUFACTURER S AUTHORIZATION FORM issued by the Manufacturer NO DATED To Mission Director National Rural Health Mission Assam Tender No Respected Sir We who are established and reputable manufacturers of having factories at registered office at possessing manufacturing License No dated Valid up to hereby authorize name and address of representative and firm to submit a bid and subsequently negotiate and sign the contract with you against the above mentioned tender for the following items quoted We hereby certify that the Machine spare parts
26. the service maintenance Warranty for 2yrs amp provision of maintenance for next 5yrs ANNEXURE XIII D SPECIFICATIONS amp DETAILS OF ITEMS GROUP D SI Specifications a i os Shadow less Light 19 dome 217 Lamp mounted on four legs heavy duty base fitted with 75mm dia castors 2 Halogen bulbs of 24V 50W are used 1 for main and other as backup Light Intensity 90000 lux 10 Color Temp 4300 k Light field diameter 120mm or more Dome Diameter 19 Power Supply AC 220 230V 50 60 HZ Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs Binocular Microscope Electric 153 Binocular Compound Microscope with Infinity Optical System IOS Illumination Koehler Illumination system with Built in 6V 20W Halogen with intensity control regulator Focusing Module COAXIAL coarse amp fine focusing mechanism with tension control ring Ergonomically designed for easy grip esp for tension control Nosepiece Inward Tilt Low friction amp fully Parfocal Quadruple Revolving nosepiece Ball bearing type Viewing Head Siedentopf Binocular tube inclined at 30 rotatable through 360 with IPD 48 75 mm and Dioptric adjustment Anti fungus treated Stage Double layer graduated mechanical rectangular stage size 142 x 133mm cross travel 75 X x 50 Y mm on ball bearing co axial controls spring clip double specimen holder Condenser Moveable ABBE
27. the supplier Pl confirm acceptance 20 Confirm acceptance of Repeat order within 12 months from the date of initial order at same price and terms amp conditions 21 In case of material having shelf life confirm that you have declared the same with the expiry date Also confirm that such materials shall be dispatched within 30 days from the date manufacture 22 It is noted that the purchaser would disown any responsibility liability towards irregularity contravention or infringement of any statutory regulations including those of patent on manufacture or supply of goods covered by the order 23 Terms amp Conditions indicated in this format shall not be repeated in the bid Terms amp Conditions indicated elsewhere and contradicting those in this format shall be ignored Confirm compliance 24 Confirm that you shall observe the highest standard of ethics during bidding and in case favoured with an order the execution of the order will be completed without resorting to any fraud corruption and or coercion 25 Confirm that the offer shall be valid for a period of 90 days from the date of bid opening SIGNATURE amp DATE NAME amp DESIGNATION NAME amp ADDRESS OF THE FIRM ANNEXURE XI CHECK LIST SI Cover A Yes No 1 Court Fee Stamp IPO amp Tender Document Fee furnished
28. 001 2000 amp 13485 2003 certificates Warranty for 2yrs 22 Vacuum Extractor 50 Should consist of 03 stainless steel plastic autoclavable cups rubber pressure tube suction pump traction handle glass jar fitted with vacuum gauge and control valve Should be supplied completely in a carrying case Should be CE ISI GMP ISO 9001 2000 amp 13485 2003 certificates Warranty for 2yrs Oxygen Cylinder A Type with Humidifier Brand New High Pressure Seamless Cylinders for Oxygen Gas duly filled with gas A type Having water Capacity 5Litres Cylinders should be ISI Marked Conforming to IS 7285 Specification Fitted with Pin Index flush type Valve painted as specified under gas cylinders rules 1981 with humidifier Warranty for 2yrs ANNEXURE XIV Form of Agreement THIS CONTRACT AGREEMENT is made BETWEEN 1 Name and Address of the Purchaser 2 Name and Address of the Supplier WHEREAS the Purchaser invited bids for certain goods and ancillary services viz insert brief description of goods and services and has accepted a bid by the Supplier for the supply of those goods and services in the sum of insert contract price in words and figures hereinafter called the Contract Price NOW THIS AGREEMENT WITNESSETH AS FOLLOWS 1 In this Agreement words and expressions shall have the same meaning as are respectively assigned to them in the Condition of Contract referred to
29. 100mA For 100mA At 45 100kVp in steps of 5kVp At 40 100kVp in steps of 2kVp Digital Model VV V Tube Current 25mA 50A 75mA amp 100mA For 100mA 25mA 40mA and 60mA For mA Tube Voltage 45 100 kVp Each Step of 5 kVp 40 100 kVp Each Step of 2kVp Digital Model Timer Automatic selection by Microprocessor Using Combination of mAs amp mA Qty Nos 10 Tube Type Stationary Anode Tube Power Requirement 220 V a c 50Hz Single Phase 4 9 KW for 60 mA 8 0 KW for 100 mA For the unit to operate safety and correctly observe the environmental conditions specified below In case of storing the unit for a long time give special consideration to ventilation at the place of storage TEMPERATURE Below 50 degrees HUMIDITY 30 to 85 Non Condensing Dark Room Accessories X ray developing tank S S 4 5 Ltrs with lid S S 9 Ltrs with lid S S 13 5 Ltrs with lid Safe light X ray dark room Size 5 x 7 Cassettes X ray Size 8 x10 Size 10 x 12 Size 12 x15 Lead Apron Full front side Intensifying screen X ray Size 8 x10 Size 10 x 12 Size 12 x15 Half Blockers Size 8 x 10 10 x 12 12 x 15 X Ray Adoption Google X Ray Lead Markers Processing Tray X Ray Film Cutter X Ray Film Hangers Size 8 x10 Size 10 x 12 Size 12 x15 Warranty for 2yrs X Ray Machine 300 mA with dark room accessories Output 24 KW Tube Voltage R
30. 50 H First Step height should be 230mm approx amp second step size 450mm approx step should be made of 18G CRCA sheet Welded on MS Tubular frame of 25 4mm x 18G fitted with aluminum treated flats of size 500mm L x 32mm W x 3 mm thick fitted by aluminum pop rivet The legs should be fitted with high quality PVC shoes with nylon reinforcement All MS parts should be 7 tank pretreated amp powder coated Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs 25 Mayo s Instrument Trolley 1000 a Overall Approx Tray Size 560L x 400W mm b Should be Adjustable height of tray Approx 760 x 1270mm through gear handle c Frame work should be made of 50 x 30 x 1 22 mm rectangular M S Tubes d Vertical Tube should be made of 50 mm x 50 mm x 1 22mm MS Tubes e Tray should be made of 0 9mm thick S S 304 Grade sheet f Tray frame should be made of 9mm SS Rod g Trolley should be mounted on 50mm dia non rusting castors h MS Parts should be pre treated in 7 tanks and powder coated i Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs 26 Field Type OT Table 50 Size 72 X 27 X 30 frame made of heavy tubular steel with Strong mechanism for height adjustment Stainless steel top in Sections Detachable leg side complete with anesthetist screen Lithotomic rods wi
31. 55 60 density Back is to be made out of mesh back fabric Arms High density height adjustable cushioned 285 polyurethane padded arms Dimensions Chair Height 900mm to 1000mm Chair Width 600mm Center arm to arm Seat Height 400mm to 500mm Arm Height 190mm to 290mm amp Seat Depth 550mm Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs 15 Hydraulic OT Table Five Section Stainless steel top S S covered base with auto locking Device Complete with all standard Accessories including water proof mattress Overall size 72 x 20 x 32 Height Fixed Range of positions Straight trendelenburg amp reverse tredlenburg chair lithotomy positions Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs 285 16 Instrument Cabinet Compact cabinet should be made of 3 sides close MS Sheet having polycarbonate door panel in the front Five adjustable 6 0mm polycarbonate shelves amp front lockable door with 4mm polycarbonate panel Pre treated and oven baked finish Size H 63 x B 24 X D 18 Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs 244 17 IV Stand Made of304 Grade SS pipes Moulded five spiked base on 50 mm castors 304 Grade S
32. 85 2003 certificates Hot Air Oven 234 Size 45 x 45 x45 cm Door Shelf Single Door with 2 shelves constructed To give uniform and adequate sterilizing temperature Range adjustable up to 200 2C with digital temperature Display stainless steel and rust free Material Door fitted on heavy brass chrome plated hinges Cabinet Cabinet double walled mild steel Insulation Minimum Thickness 5 cm of glass wool Finish Inside the cabinet heat resistant finish and Outside durable rust free Air Circulation Ventilated with internal fans to assist Circulation of air Warranty for 2yrs 234 the door Heating elements made of high grade imported nichrome wire are put inside the porcelain beads and placed at the bottom and side ribs for uniform temperature all over the space Temperature Control by imported capillary type thermostat from ambient to 80 C Temperature control knob graduated in centigrade degrees after actually observing the temperature in steady state fitted an L shaped prismatic glass Thermometer on top of the Incubator for reading the chamber temperature With Ventilation Control Panel having a thermostat control knob ON OFF switch and two pilot lamps Power Requirement Supplied with cord and plug suitable to operate on 220 V single phase 50 Hz AC supply Size of inner chamber Inner Chamber W x H x DSS 304 grade 455 x 605 x 455 mm Filled with Air Circulation Fan Optional Accessories
33. Compressor Type essees Piston Electrical Requirements 230V 50 Hz 0 7 amps Power Consumption 70 walts W CLE RE acvvebecs in incaisccvescesss 1 3 kgs In built thermal fuse for optimum safety Warranty for 2yrs Vibration free refrigerator with servo voltage stabilizer Suitable for the primary requirements of every blood bank and hospital to preserve and secure the vital supply of blood plasma and other blood derivatives Mounted on a study angle frame the inner chamber is made up of S S and outer of M S duly enamel painted The temperature should be maintainable at 4 C to 6 C for storing blood bottles or blood bags Temperature should be controlled by Solid State Digital Indicator cum controller which triggers the Audio Visual Alarm in the event of fluctuation exceeding permitted tolerance Unit should also fitted with door operated alarm and power supply failure alarm as a safety device Drawers are to be provided for 85 bags The refrigerator should be vibration free and supplied with servo voltage stabilizer Should be CE ISI GMP ISO 9001 2000 amp 13485 2003 certificates Warranty for 2yrs Patient monitor system Should be of modular type and capable of monitoring adult pediatric amp neonatal patients Monitor should have minimum 12 T S display Should be capable of 6 traces display Monitor must be capable of simultaneously monitoring the following paramet
34. Condenser NA 1 25 with aspheric lens Iris diaphragm special day light blue filter in holder Objectives IP series DIN Infinity Plan Achromatic Anti fungus treated objectives 4x 0 10 10x 0 25 20x 0 40 40x SL 0 65 100x SL Oil 1 25 Eyepieces Wide Field eyepiece WF 10x 18mm paired with eye guards Power Input 220V AC 50Hz as per ISO 9001 CE standards Standard Accessories Packed in Moulded Styrofoam box with Operation Manual Cleaning Cloth Dust cover Warranty for 2yrs 206 Haemoglobinometer Fast amp precise measure of Hemoglobin and Hematocrit in whole blood Should have an option of Hematocrit value in case of normal Hb limit Measurement at two wavelengths 570 nm amp 880nm The machine should have an option of setting the cut off range of flag the extremely higher and lower values Should have user friendly Graphical Touch Screen Panel Analyzer automatically stores up to 100 results with date time and sex Automatic self test Measuring range 0 256 g L 0 25 6 g dl 0 15 9 mmol L Measuring time Less than 60 secs Analyzer should have in built re chargeable battery with 100 hrs back up Quality control Curvettes to be provided for QA PC and printer connectivity option Calibrated against the international reference method for hemoglobin determination Warranty for 2yrs Glucometer with 100 Strips Biosensor Electrochemical Glucose Oxidised GOD method
35. ISI mark Yellow state of art of thermometer Yellow capillary glass tubing Range 352C to 422C 942F to 108 1102F Packing Blister Pack Should be CE amp ISO Certified Warranty for 2yrs jon Stethoscope Combined Adult and Pediatric Aluminum anodized finished Chest piece Ultra Sensitive Diaphragm for greater amplification Colour coordinated Non Chill bell and Snap On Ring to retain diaphragm for patient comfort Complete with an accessory case containing 2 spare diaphragms and one set of ear tips Extra thick tubing walls minimize extraneous noise Includes ID Tag Should be CE amp ISO Certified Three year warranty against any mfg defect Warranty for 2yrs Ko X Ray View Box X Ray View Box Double Film with two tubes and epoxy powder coated deluxe Should be CE amp ISO Certified Warranty for 2yrs op foe 0 N Autoclave IS Mark No 8462 with dressing drums Portable vertical sterilizer autoclave seamless made out of thick high quality stainless steel sheet deep drawn to cylindrical shape having no joints and welding seamless construction which shall allow no bacteria residue and free from dirt accumulation Size 350 mm diameter x 300 325 mm height Warranty 01 year Dressing drums ISI Mark No 3831 without any joints Size 225x225 mm 275 240mm Warranty for 2yrs Should be ISO Certified w o A 00 Electric Sterilizer Seamless shell with a
36. Inviting Authority be adjusted towards the Security Deposit payable by the Bidder Constitution of Company of Bidder Documentary evidence regarding constitution of the company concern such as Memorandum amp Articles of Association Partnership Deed etc with details like Name Address Telephone Number Fax Number E mail Address of the firm with names of the Managing Director Partners Proprietor Manufacturing License of Principal Manufacturer Attested photocopy of valid Manufacturing License duly issued by the Licensing Authority for the products quoted Import License of Bidder Attested copy of Import License if the products are imported The license must have been renewed up to date A copy of a valid license for the sale of the products imported by the firm issued by the licensing authority shall also be enclosed Power of Attorney of Bidder Attested copy of instruments such as Power of Attorney Resolution of Board etc authorizing an officer of the bidding firm to submit their bids Such authorized officer should sign the bid documents Undertaking of Bidder Undertaking in the form at Annexure l Manufacturer s Authorization Authorization letters from all the manufacturers concerned in the format at Annexure ll Bids without authorization letters will be disqualified CE US FDA ISO OHSAS Certificates i Attested copies of valid CE US FDA Certificate only of manufacturers whose products have been off
37. MV TCPL PSV N CPAP with continuous flow PRVC APRV and above mentioned mode Should have Apnea backup ventilation Back up mode should user adjustable and bi directional auto switch over from spont to control and vica versa Expiratory block should be autoclavable and no routine calibration required Should have monitoring of the following parameters a Intrinsic Peep amp Intrinsic PEEP Volume Trapped Volume b Occlusion Pressure P0 1 Max Inspiratory pressure Pi max c Non forced Slow Vital Capacity physiologic Dead space RSBI Imposed work of Breathing WOBi Expiratory Time constant Tcexp d Facility to calculate lower and upper inflection point P V Flex points e Facility for ET Tube compensation with tube diameter 4mm onward and of compensation and Patient circuit compensation Should have integratedNebulizer with capability to deliver fine particle size of to be used in On line Should have Ideal Body Weight facility Should integrated Battery backup for minimum 2 hour for main unit RS 323C interface for communications with networked devices System Configuration Accessories spares and consumables ICU Ventilator with trolley 01 Adult Pediatric Neonatal autoclavable silicone patient breathing circuits 02 each Reusable and autoclavable Flowsensor and exhalation valve expiratory cassette 4 no s each The expiratory flow sensor and valve should have 2 years replace
38. NATIONAL RURAL HEALTH MISSION ASSAM AGREED TERMS amp CONDITIONS Details of Bidder Bidder Name Offer Ref Contact Person Telephone No Signature Fax No E mail Definitions Tender No amp Date 1 Purchaser means the Mission Director National Rural Health Mission Assam or his authorized representative 2 Bidder means a person or firm or company who has made an offer for supply of goods and or service as per tender 3 Vendor or Supplier means a person or firm or company to whom the order is addressed for supply of goods and or services 4 Site means the premises of the purchaser or any other place as decided by the Purchaser NOTE The questionnaire below must be duly filled in and should be enclosed with un priced Technical Bid Cover A Clauses confirmed here under should not be repeated All commercial terms and conditions should be indicated in this format If necessary details including deviations to the terms and conditions of the bid document if any should be enclosed as annexure to this questionnaire SI No Description Vendor s Confirmation Confirmed Noted Deviation furnished separately C Technical 1 Confirm that you meet the eligibility criteria as per bid document and have furnished relevant documents 2 Confirm acceptance of Technical Specification and scope of supply as per Tender Document 3 In case of deviation
39. No For supply of Sir Shri on behalf of M s having registered office at do hereby declare that have gone through the terms and conditions mentioned for the above and undertake to comply with all tender terms and conditions The rates quoted by me us are valid and binding on me us for acceptance for a period of one year from the date of award of contract to us I We undersigned hereby bind myself ourselves to the Office of E AA ea dada ESET to SUPPLY ou eeesteteseteseeeeeeeeeee The rates quoted by me us for the items tendered for are specified against each It is certified that rates quoted are lowest quoted for any institution in India and not higher than the MRP prevailing market rate The articles shall be strictly as per specification and of the best quality as per requirement of the institution The decision of the Office of asda EELT EASE Hereinafter called the said Purchaser as regards to the quality and specification of article shall be final and binding on me us a Authorization from Manufacturer We shall furnish authorization from the manufacturer legally enforceable undertaking to the Purchaser in appropriate format obligations valid for a period years from the date of supplied equipment We agree to the conditions of the tender under which the EARNEST MONEY DEPOSIT and PERFORMANCE SECURITY DEPOSIT shall be forfeited by us We hereby undertake to pay the penalty as per the terms and conditions of
40. S adjustable rod with double hook Manufacturer should be ISO 9001 2008 amp 13485 certified and must have CE SSI Certificate and must be registered with Registrar of Firms Warranty for 2yrs 407 18 Dressing Trolley Should be made from SS 16SWG pipes having two SS Machine pressed dipped tops provided with four side side railing holder cage for bowl and bucket SS bowl and bucket push handle on 10cms castors Dimension 76 Lx 46 W x 81 H cms Manufacturer should be ISO 9001 2008 amp 13485 certified and must have CE SSI Certificate and must be registered with 230 Registrar of Firms Warranty for 2yrs 19 Hospital Bed with Mattress 2439 Frame should be made of rectangular 16 G CRCA pipes 18 G CRCA perforated sheet top SS head and foot bows should be fitted with laminated wooden boards provided with mattress guard provision for fixing IV Saline rod pre treated in 7 Tank hot processes and powder coated Dimension 203 L x 90 W x 60 Hcms 4 Supplied with Foam Mattress covered with water proof rexine Specifications of mattress uni to dme Single section Mattress with 4 thick PU Foam of 32 densities covered with PVC Rexine Mattress of the bed is made up of foam with anti microbial agent incorporated into all components for prohibiting growth of bacteria and fungi Sealed stitches and water proof zip Standard Accessories Mosquito net poles set Warranty 02 years Manuf
41. TUBE UNIT Rotating Anode Tube Unit with Focal spot 1 2 and 2 0 Sq mm THX 1 125 DRA 1 20 40 HV CABLE Pair of 6 meter High Voltages Cables Sleeving Straight STAND Floor to Ceiling Stand amp with Counter balanced movement 360 Degree rotatable mounted on floor ceiling rails for convenient movements TABLE Horizontal Table with Motorized Bucky amp Grid with ratio 6 1 HV TRANSFORMER Compact Heavy Duty transformer comprising HV Silicon Rectifiers HT Transformer Filament Transformer Federal Bushing all immersed in oil GENERATOR 500mA 125 KVP Full Wave Silicon Rectified X GENERATOR for Radiography Fluoroscopy amp Spot Filming As per IS 7620 Part I RATING RADIOGRAPHY Small Focus 100mA 40 to 125KVP 200mA 40 to 125KVP Large Focus 300mA 40 to 125KVP 400mA 40 to 125KVP 500mA 40 to 125KVP STATIC BALANCER Phase Reducing Transformer 50 KVA 3 Phase Transformer ACCESSORIES Hand switch with Flexible long cord enables the operator to keep from the Radiation area during exposure Aluminum Filters 1 5 mm COLLIMETER Light Beam Diaphragm with auto time cut off POWER SUPPLY REQUIRMENT 400 440V 3 Phase 50 Hz 50 KVA Dark Room Accessories X ray developing tank S S 4 5 Ltrs with lid S S 9 Ltrs with lid S S 13 5 Ltrs with lid Safe light X ray dark room Size 5 x 7 Cassettes X ray Size 8 x10 Size 10 x 12 Size 12 x15 Lead Apron Full front side Intensifying screen X ra
42. acturer should be ISO 9001 2008 amp 13485 certified and must have CE SSI Certificate and must be registered with Registrar of Firms Warranty for 2yrs 20 ICU Bed 300 Frame made of 16 G CRCA rectangular pipes 18G CRCA sheet four section perforated top with back rest knee rest Trendelen burg s and reverse Trendelen burg s position Hi Lo high low height adjustable positions maneuverable by four separate screw mechanisms imported ABS panels head and leg bows Aluminium Collapsible Side Rails provided with one number IV saline rod with provision for fixing IV saline rod at four corners of the bed frame 15 cms diameter swiveling castors which two with brakes The bed is pre treated in 7 tank hot process and powder coated Dimension 203L x 90Wx 60 80 H Cms approx Manufacturer should be ISO 9001 2008 amp 13485 certified and must have CE SSI Certificate and must be registered with Registrar of Firms Warranty for 2yrs 21 Fowler Bed 450 Frame made of 16 G CRCA rectangular pipes 18G CRCA sheet four section perforated top with back rest knee rest maneuverable from foot end by separate screws imported ABS panels head and leg bows provision for fixing IV saline rod at four corners of the bed frame provided with mattress guard at four locations the rod mounted on 10 cms diameter swiveling castors which two with brakes The bed pre treated in 7 tank hot process and powder coated Dimension 203 L x 90 W x 60 Hcms Approx Ma
43. adiography 40 kVp 125 kVp Each step of 2 kVp Tube Voltage Fluroscopy 40 kVp 125 kVp Each step 40 of 2 kVp Tube Current Small Focus 50mA 100 mA Large Focus 200 mA 300 mA mAs Rating 2 to 500 Each step of 2 mAs Technic 50 mA 100 mA 200 mA 300 mA Timer Automatically selected by microprocessor Tube Type Dual Focus Rotating Anod Tube Fluoroscopy Rating Optional 0 1 3 mA at 40 100 kVp Fluoroscopy Timer Optional 5 minutes cumulative with audible indication after 30 seconds Power Supply 440 V 50 60 Hz with three to single phase transformer Power Requirement 30 KVA BIS 7620 Part Approved for Mechanical amp Electrical Safety AERB Approved for Radiation Safety ISO 13485 2003 amp ISO 9001 2000 Manufacturing Facility CE Certified Dark Room Accessories X ray developing tank S S 4 5 Ltrs with lid S S 9 Ltrs with lid S S 13 5 Ltrs with lid Safe light X ray dark room Size 5 x 7 Cassettes X ray Size 8 x10 Size 10 x 12 Size 12 x15 Lead Apron Full front side Intensifying screen X ray Size 8 x10 Size 10 x 12 Size 12 x15 Half Blockers Size 8 x 10 10 x 12 12 x 15 X Ray Adoption Google X Ray Lead Markers Processing Tray X Ray Film Cutter X Ray Film Hangers Size 8 x10 Size 10 x 12 Size 12 x15 Warranty for 2yrs X Ray Machine 500 mA with dark room accessories
44. all spatula type Accessories Ergonomically designed trolley to house cautery Small Light and Portable Monopolar cord at least 6 bipolar cord at least 6 selection of handles footswitches all other standard accessories bipolar cord at least 6 selection of handles footswitches all other standard accessories Warranty for 2yrs Should be ISO Certified 17 Fumigation Machine 5 Ltr capacity Specification Max height 390 mm Weight 8 5 kg Approx Atomizing Capacity 30 50 ml min Should be available with timer Warranty for 2yrs Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 1SO 14001 2004 amp 13485 2003 certificates 101 18 Horizontal Sterilizer Inner Chamber should be made up of thick sssteel of 304 316 quality and jacket is made out of rolled s steel Single door should be made of rolled steel lined with S S sheet has radial locking system All units is to be hydraulically tested up to 40 psi The space between outer cover made of thick rolled steel sheet and the steam jacket filled with mineral wool Boiler should make of thick S S sheet and is located under the sterilizer It should be fitted with water level indicator safety valve pressure gauge and water inlet and drain valves Unit to be fitted with low water cut off device and automatic pressure control device Fitted with self locking safety door device 20 Two separate valves should be provided for e
45. amp motion condition facility Should be able to store amp display at least 24 hrs of trends Suitable for monitoring adult Pediatric amp neonatal patients able to give visual amp audible alarms Should have low battery indicator Should have optional CNS connectivity Should have Real Time clock Warranty for 2yrs 50 27 Syringe Infusion Pump Fully Microprocessor controlled Mains cum battery operated with built in battery and charger Should accept syringe size from 10ml to 60ml Should have Micro mode and continuous injection mode should be compatible with all major Indian and Foreign brand syringes Should have flow rates from 1ml HR to 1200 ml HR Should have high accuracy Should have adjustable bolus facility Bolus rate up to 1000ml HR with 50 60ml syringe Should have 3 level occlusion pressure setting Should have audio visual alarm Should have battery backup up to 4 Hrs 50 should have anti reverse function to prevent upstream should have double CPU to ensure safety and reliability of infusion Warranty for 2yrs 28 C PAP Should be suitable for neonatal patients Should provide flows of a heated and humidified Air and O2 mixture under controlled pressure by water and bubble column providing a Continuous Positive Airway Pressure in non invasive mode Should have good quality calibrated blender for mixing of Air and Oxygen US FDA approved It should have digital temperatur
46. approx 0 95 to 1 40 m Blue light 4 Compact Fluorescence Tubes CFL approx 20 W White light 2 Compact Fluorescence Tubes CFL approx 20 W Tubes are to be protected by grill Irradiance at skin level gt 25 uW cm2 nm Wavelength 420 to 500 nm with highest intensity at 470 nm Integrated cumulative Dual Digital timer for Tube light usage and Patient Power requirement 220 V 50 Hz Power consumption 250 W Device is to be produced by ISO 9001 certified manufacturer Certificate to be submitted Device should be safety certified according ISO amp CE 93 42 FDA 510k Should be supplied with 2 x spare blue CFL tubes 1 x spare white CFL tube 1 x spare set of fuses User manual with trouble shooting guidance in English Technical manual with maintenance and first line technical intervention instructions in English List of priced accessories 50 List of priced spare parts List with name and address of technical service providers in India Training and installation at end user site Proposal for full service AMC year 1 to 5 covering i 2 preventive maintenances per year ii on call technical interventions spare parts and travel Warranty for 2yrs Oxygen Concentrator 50 With in built oxygen purity sensor If the oxygen purity comes down below 85 audio visual alarm gets activated Oxygen Concentrator to provide oxygen from air with Oxygen purity monitor Sound Level lt 47 Db with best quality super
47. arge LED display readable in low light working situations display cover durable plastic e Display in kg and Ibs easy switch between kg and Ibs e Reading time max 5 seconds e Zero weighing adjustment e Temp Hold Facility e Smooth surface finishing allows for easy cleaning disinfection e All vital parts made of rust proof materials e Horizontal leveling with height adjustable feet e Splash proof and shock resistant light weight body 50 e Power requirements 220 V 50 Hz e Device is produced by ISO 9001 certified manufacturer Certificate to be submitted CE FDA BIS approved product Supplied with 1 x spare set of fuses e User manual with trouble shooting guidance in English e Technical manual with maintenance and first line technical intervention instructions in English e List of priced accessories e List of priced spare parts e Warranty for 2yrs 29 Foot Suction Max negative pressure valve gt 0 08MPa Negative Pressure Back reduction while being closed lt 0 005MPa 10 min Reservoir Capacity 1000 ml Pedal Pressure lt 245 N Warranty for 2yrs CE FDA BIS approved product 50 26 Pulse Oxymeter Baby Should have facility to display PR amp SpO2 as standard parameter and within built rechargeable battery backup of at least 2 hours of operation Color TFT display of size 7 or more Should have reliable and proven SpO2 technology to sense the SPO2 in hypotensive shivering
48. ariable rates shall not be accepted Handling clearing transport charges etc will not be paid separately The delivery should be made as stipulated in the purchase order placed with the successful bidders The rates quoted and accepted will be binding on the Bidder for the stipulated period and any increase in the price will not be entertained till completion of the tender period Unit Rate amp Total Value Each bid must contain not only the unit rate but also the total value of each item quoted for supply in the respective columns The aggregate value of all the items quoted in the tender shall also be furnished Controlled Price MRP The price quoted by the bidders shall not in any case exceed the controlled price if any fixed by the Government and the Maximum Retail Price MRP During the period of contract with the successful bidder if the price of any item is reduced due to any reason including any Law or Act of the Central State Government the bidder shall be statutorily bound to intimate the reduced rates immediately to the Tender Inviting Authority and shall charge the reduced rates The Tender Inviting Authority is empowered to unilaterally effect such reduction as is necessary in rates in case the bidder fails to notify or fail to agree to such reduction in rates No Revision Correction of Rates No Bidder shall be allowed at any time on any ground whatsoever to claim revision or modification in the rates quoted by hi
49. ax packaging charge freight Insurance etc The component of VAT Sales Tax should also be shown separately E Unit Size Rate The rate quoted in Annexure XII A B C D E amp F should be for a unit and given specification The Bidder is not permitted to change alter specification or unit size given in the Annexure XIII The above documents should be sealed in a separate cover superscribed as PRICE BID COVER B TENDER FOR SUPPLY OF HOSPITAL FURNITURE EQUIPMENTS ETC DUE ON 23 01 2014 and addressed to the Mission Director National Rural Health Mission Assam Saikia Commercial Complex Srinagar Path Christian Basti G S Road Guwahati 781005 The two separately sealed covers Technical bid Cover A and Price Bid Cover B shall be placed together inside another cover which shall be sealed and superscribed as TENDER FOR SUPPLY OF HOSPITAL FURNITURE EQUIPMENTS ETC DUE ON 23 01 2014 and addressed to the Mission Director National Rural Health Mission Assam Saikia Commercial Complex Srinagar G S Road Guwahati 781005 10 11 OPENING OF COVER A AND COVER B OF TENDER A All bidders are entitled to be present at the date and time of opening of Technical Bid Cover A B Only those bidders whose Technical Bids are found to be acceptable after technical and commercial evaluation will be invited to be present at the date and time of opening of Price Bid Cover
50. bric Colour from fabric shade card Dimensions Seat Width 440mm Seat Height 460mm amp Seat Depth 425mm Overall Height 810mm amp Overall Width 550mm Warranty for 2yrs Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Bed side screen 3 Fold 1509 Overall Size 1680mm L x 2450mm W Tubular frame work should be made from 19mm dia x 1 2mm ERW CRCA tubes Legs Base should be made from dia 25 4mm x 1 2mm tube ERW CRCA Tubes Fitted with 50mm dia non rusting castor Middle panel should be 1220mm and side panels 610mm each side Should have curtain hooks and wire Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs Invalid Wheel Chair 281 Should be Folding type made of mild steel tubular construction OD 22 mm With fixed arm rest and fixed aluminum foot rests with folding action Seat and back rest should be of superior quality leatherite Two rear solid rubber typed bicycle wheel dia 24 inch with Self propelling hoops fitted with hand brakes Two front swivel castor of 200mm chrome plated finish Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs Stretcher on trolley 274 Made of SS 304 grade SS pipes Overall approx size 2130mm L x 560mm W x 810mm H Frame work should be made of ERW CRCA tubes welded with verti
51. cal upright of 31 75 mm OD x 18G ERW tubes reinforced at bottom with 35mm OD x 18G for fitting 150mm dia swivels castors wheels all without brake All horizontal stays should be made of 25 4mm OD x 18G tube Stretcher made of 20 G sheet dished in the middle amp supported horizontally on 25 4mm OD x 18G tubes Three additional 25 x 5mm flat supports welded to support MS sheet top from underneath widthwise Pushing handle at both ends shall be made of 25 4 mm x 18G SS tube Four stump legs of 25 4mm x 14G ERW tube should be welded at the bottom of the stretcher frame Should be fitted with PVC or synthetic material having Nylon reinforced All MS parts should be 7 tank pre treated amp Powder Coated Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs Patient Waiting Chair 281 Waiting area chairs Option for 2 or 3 seater Ergonomically designed seat back Twin tube designer under structure Waterfall seat edge With without arms Dimensions Width Depth Height Seat height 3 Seater 152 46 85 46 Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs 10 Dispensing Table MS Frame with SS top 180 X 60 X 46 cm Epoxy powder coated Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs 216 11 Medic
52. case price reduction as specified under Clause No 17 E will be applicable If the supply is received in damaged condition it shall not be accepted In case of damage in the packing the supply will be accepted only after levying penalty as decided by the Tender Inviting Authority on the total value of supply to that particular warehouse institution 25 ANNULMENT OF AWARD FORFEITURE OF SECURITY DEPOSIT amp FRESH AWARD Failure of the successful bidder to comply with the requirements of signing of agreement and or submission of performance security within the time schedule as stipulated above shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security EMD Under such a situation the proposal may be reviewed for award of the contract on the next lowest evaluated technically qualified bidder or go for a fresh bid depending on the circumstance In case it is decided to go for the next lowest bidder negotiation may be considered to bring down their price nearer to the originally evaluated lowest bidder 26 NON CONFORMANCE TERMINATION amp PENALTIES A If the items do not conform to specifications the same shall be taken back by the supplier at the supplier s cost within a period of 30 days of the receipt of the letter notice from the Tender Inviting Authority If the supplier fails to take back the items within the stipulated time the Tender Inviting Authority will have the right to dispose
53. chine Mercurial 688 First grade quality virgin material used Purity of mercury 99 99 due to assured triple distillation process 0 to 300 mm of Hg scale with elegant finish fine numbering and durable background contrast paint for clear visibility Fused type permanent graduation marking on the glass tube Special control valve for perfect pressure drop Best quality cuff for getting excellent grip Surface plating adapted to all exposed metal parts to prevent corrosion Classic Hi stove painting to the body of the instrument to withstand in any climate Optimum damping effect provided for easy and fast measurement Should be CE amp ISO Certified IS Marked Warranty for 2yrs 2 Weighing Machine Adult 688 Size 30 x 23 5 x 5 5 cm Capacity 125 x 0 5 kg Weight 2 2 Kg Smartly Styled Scale with unique sunken lens Should have latest comfortable Feet Positioning design with centre parting height weight chart Should be CE amp ISO Certified Required registration from the Legal Metrology Weights amp Measures for both the manufacturer as well as dealer Warranty for 2yrs 3 Weighing Machine Baby cum Child 688 Weights amp Measures sealed with separable baby tray Epoxy powder coated with S S Pan capacity 15kg X 50gms Required registration from the Legal Metrology Weights amp Measures for both the manufacturer as well as dealer Should be CE amp ISO Certified Warranty for 2yrs 4 Thermometer 1500 Oral use with
54. der shall be of the best quality and shall comply with the specifications stipulations and conditions specified at Annexure XIll A B C D E amp F Warranty Provisions The successful bidder Supplier warrants that the goods supplied under the contract purchase order are new unused or the most recent of current models and incorporate all recent improvements in design and materials unless provided otherwise in the contract The Supplier further warrants that the goods supplied under the contract shall have no defect arising from design materials or workmanship or from any act or omission of the supplier that may develop under normal use of the supplied goods i The warranty shall be valid for the period mentioned in the Technical Specification ii Up gradation of all software shall be done free of cost during the warranty period iii The warranty should be as per the period mentioned in the Technical Specification iv The Tender Inviting Authority Purchaser shall notify the supplier in writing of any claims arising under this warranty v Upon receipt of such notice the supplier shall with all reasonable speed repair or replace the defective goods or parts thereof free of cost at the ultimate destination The Supplier shall take over the replaced parts goods at the time of their replacement No claim whatsoever shall lie on the Purchaser for the replaced parts goods thereafter If the Supplier having been no
55. during the last 3 years should be highlighted Copies of orders performance certificates including one single order of value at least Rs 2 00 Crores executed during the last 3 years should be submitted Sales Tax Clearance Certificate of Bidder Sales Tax Clearance certificate as on 31 March of last financial year as per format at Annexure V Undertaking for providing of logo of Bidder Undertaking as per Annexure VI for embossment of NRHM Assam logo on all items Details of Manufacturing Unit of manufacturer Details of Manufacturing Unit as per Annexure VIl The details containing the name amp address of the premises where the items are actually manufactured List of Items Quoted Technical Compliance Statement The List of items quoted shall be furnished as per Annexure VIII A separately for each Group The list shall specifically indicate manufacturer s name along with warranty period offered for each item Technical Compliance Statement should also be submitted as per Annexure VIII B separately for each Group Undertaking on Fraud amp Corruption of Bidder Undertaking on fraud and corruption in the format at Annexure IX Agreed Terms amp Conditions of Bidder Agreed Terms amp Conditions as per Annexure X Signature amp Seal on each page The tender document signed by the Bidder in all pages with office seal S Checklist of documents A Checklist Annexure XI for the list of documents enc
56. e indicating with at least 10 heating levels Humidifier should have water level sensor with audio visual alarms and pressure relief valves When an occlusion pressure occurs in the inspiratory branch the circuit relief valve should limit the pressure excess in the line It should be designed to operate with a pressure of 17cmH20 at flow of 5L min It should have O2 and Air pressure regulator valves with manometer to control the input pressure up to 3 5Kgf cm2 and to protect the patient circuit Blender output should be equipped with a flow meter Should have relief valve to guarantee pressure to the system Delivery system should have maximum input flow of 15l min CPAP pressure minimum should be 0 to 10 cmH20 FiO2 concentration should be adjustable from 21 to 100 All parts should be managed on a strong trolley type stand along with an IV pole Temp sensor which is to measure the temp of the humid air should not be more than 2 inches away from the patients nostrils The supply should be made with 5 kits with the BCPAP The delivery kit should contain all the consumables needed for BCPAP Each Kit should have Nasal Prong 1 no Bonnet 1 no Blue corrugated Tube 1 no Transparent Corrugated Tube ino Elbows 2 nos Should be BIS US FDA EUROPEAN CE approved Warranty for 2yrs 50 29 Baby Incubator 2 The unit shall be useful for treating premature an low birth weight babies PI The salient featu
57. east 10 inches screen size Should have an integrated electronic blender for blending Air amp Oxygen Should have based on external compressor Should have US FDA and or European CE certification for neonatal use The flow sensor should be reusable and autoclavable and should be located proximal between the Y piece and Endotracial tube Flow sensor should have replacement warranty Should have device checking mechanism where it can determine and display the compliance and resistance of the system determine leakage in the patient hose system and checking of valves gas supply system flow sensors etc Should have an automatic leak compensation facility that provide sensitive triggering even with changing ET Tube leaks Ventilation Modes required Invasive ventilation a Pressure limited SIMV Assist control SIPPV Pressure support PSV Apnea back up ventilation b Should have volume targeting or volume assured or volume gurantee function in all pressure limited modes to ensure a preset tidal volume delivery by varying the peak pressure or inspiratory time Non Invasive ventilation N CPAP and NIMV Should have apneoa backup facility with backup settings configured for neonates should have HFOV modes with active exhalation like CPAP HFOV IMV HFOV with selection for switch on Off during Insp Time should have setting for HFOV MAP 0 30 cmH20 Frequency 5 15 Hz Amplitude 0 100 o Inspiration time 33 to 50 adjustable
58. eater 650 W lifelong warranty mounted in parabolic reflector and protected by metal grid Control unit allowing air and skin temperature preset LED indicator and drives radiant heater output Skin Servo OR Air control OR manual mode Integrated timer 1 to 59 min with count up and count down feature Temperature range skin 34 to 38 C user pre settable Monitoring of skin temperature by means of sensor range 30 to 42 C Heater output 0 to 100 in increments of 5 Control unit audiovisual alarms according to timer and temperature preset avoiding overheating Should be able to display reports systems errors sensor failure with message on LCD Power requirement 220 V 50 Hz Power consumption 800 W Device should be produced by ISO 9001 certified manufacturer Certificate to be submitted Device should be safety certified according ISO amp CE 93 42 FDA 510k Should be supplied with 1 x spare skin temperature probe including connection cable 2 x empty 10 L oxygen cylinders 1 x spare set of fuses User manual with trouble shooting guidance in English Technical manual with maintenance and first line technical intervention instructions in English List of priced accessories List of priced spare parts List with name and address of technical service providers in India Training and installation at end user site Proposal for full service AMC for five years after completion of guarantee period cover
59. ered for Hospital Equipments and Instruments ii Attested copies of valid ISO 9001 2000 ISO 14001 2004 certificates of manufacturers whose products have been offered for Hospital Equipments and Instruments iii Attested copies of valid OHSAS 18001 2007 certificate of manufacturers whose products have been offered for Hospital amp Office Furniture and Fixtures iv Attested copies of valid ISO 9001 2000 ISO 14001 2004 certificate of manufacturers whose products have been offered for Hospital amp Office Furniture and Fixtures v Attested copies of valid ISO 9001 2000 certificate of manufacturers whose products have been offered for Surgical Hollow Wares Annual Turnover Annual turnover statement from sales of Hospital Furniture Fixtures Equipments Instruments for 3 years i e 2010 11 2011 12 amp 2012 13 in the format given in Annexure Ill A and Annexure lll B certified by the Auditor Chartered Accountant It is to be noted that such statement of both the bidder and the manufacturer in case the bidder is not a manufacturer must be submitted Execution of similar contracts of Bidder Details of supplies Hospital Furniture amp Fixtures Equipments amp Instruments made during the last 3 financial years with summary of Purchase Orders and Performance Certificates issued by clients in the specified format Refer Annexure IV Items supplied to Govt institutions and to programs sponsored by WHO UNICEF etc if any
60. ers which should be present as standard ECG NIBP SpO2 invasive pressures 4 temperatures 2 Should be upgradeable to monitor Cardiac output SvO2 4 channel direct EEG capnography and BIS Prices to be offered optionally ECG should have capability for 3 5 and or 10 lead monitoring and should have built in arrhythmia monitoring on all leads Inbuilt ST segment analysis and arrhythmia detection for all the leads should be possible Hemodynamic and drug dose calculations should be available Arrhythmia should be grouped based on classifications and should show no of arrhythmias occurred Respiration should be available with Cardio Vascular Artifact filter OCRG should be available for monitoring neonates ICP monitoring should be possible Alarm parameter should flash red in the presence of high priority alarms e g ventricular fibrillation and asystole and flash yellow in the presence of medium or low priority alarms e g noisy signal etc 24 hours trend data should be displayed All monitors including central station should have similar user interface for easy usage among all clinicians Monitor shall provide the capability to interact with alarms at remote bedsides Monitor shall provide the capability to receive and display real time waveforms trended data and alarm status from other bedside or telemetry units on the patient monitoring network Monitor shall provide the capability enter patient information at the bedside o
61. essful Bidder shall execute an agreement in the form at Annexure XIV on anon judicial stamp paper of value of Rs 100 stamp duty to be paid by the Bidder within 10 days from the date of the intimation from Tender Inviting Authority informing that his tender has been accepted 14 NON ASSIGNMENT The Bidder shall not at any time assign sub let or make over the contract or the benefit thereof or any part thereof to any person or persons whatsoever 15 COMMUNICATION All notices or communications relating to or arising out of an agreement or any of the terms thereof shall be considered duly served on or given to the Bidder if delivered to him or left at his premises places of business or abode 16 SECURITY DEPOSIT The successful bidder within 10 days of signing of the agreement shall be required to submit Security Deposit of 5 of the order value in the form of bank guarantee from any Indian scheduled bank in favour of the Tender Inviting Authority valid for the entire warranty period However if the supplier fails to execute the order or fails to perform the services as per agreement in addition to other penal actions the bank guarantee shall be encashed and the amount will be forfeited 17 SUPPLY amp SERVICE CONDITIONS A Purchase Order Purchase order will be placed on the successful Bidder at the discretion of the Tender Inviting Authority Specifications amp Quality The items supplied by the successful Bid
62. hedule of delivery of goods shall be entertained after acceptance of bids LOGOGRAMS A Tenders for the supply for furniture equipments etc shall be considered only if the Bidder gives undertaking in his tender that the items will be supplied with the logogram either printed or embossed or affixed as specified B Failure to supply furniture equipments etc without the logogram will be treated as breach of the terms of agreement PACKING A Packing should be sound and be able to prevent damage or deterioration during transit B In the event the items supplied are found to be damaged or defective the Tender Inviting Authority will be at liberty to make alternative purchase of the items for which the Purchase orders have been placed from any other source or from the open market at the risk and the cost of the supplier PAYMENT PROVISIONS Payments towards the supply of items will be made strictly as per rules of the Tender Inviting Authority Full payment will be released only after completion of supply installation of entire ordered quantities The payments for CAMC service will be made on yearly basis after satisfactory performance of service each year A On completion of supply of supplied quantities invoices with challans along with installation reports certified by the Head of the Health Institution and warranty certificates should be submitted in triplicate addressed to the Tender Inviting Authority For payment toward
63. ine Rack Should be made of heavy MS Sheet all three sides Heavy front door frame with glass polycarbonate panel Glass shelves removable Door with lock amp key White Spray Painted Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs 299 12 Almirah for Medicines Spray Painted Should be made of heavy MS Sheet all three sides as well as front door Shelves removable Door with lock amp key Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs 566 13 Office Table Size 1200 X 600 X 750 BEECH with 2 drawer hanging unit Size 400 X 400 X 300 Table Top Table tops should be made of 25mm minimum Pre laminated particle board of E 1 Grade of desired color with PVC edge banding All exposed edge should be sealed by 2mm minimum thick PVC Imported edge Banding Table Top Support 18 mm thick PLB gable ends amp 18 modesty Panel Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs 200 14 Office Chair Nylon base with glass filled Nylon castors gas lift with 100mm travel Synchronic Tilt Mechanism with Single Position Lock Should be Thermo set powder coating by epoxy polyester hybrids Seat should be made out of 4mm amp 15mm molded hot pressed plywood cushioned with high density pre molded foam of
64. ing i 2 preventive maintenances per year ii on call technical interventions spare parts and travel Warranty for 2yrs 10 Feotal Doppler 1 Should be portable with a carry bag 2 Should be able to work on mains as well as on 9 volt single battery 3 Should have facility for tape recording 4 Should have ear phone facility 5 Should have heart beat indicator 6 Should have totally soft touch panel 7 Should have battery indicator 8 Should possess low battery indicator Warranty for 2yrs Should be CE ISI GMP ISO 9001 2000 amp 13485 2003 certificates 50 11 Electric Suction Machine Suction machine foot cum electric model with 2 separate suction systems electric amp cabinet made of mild steel epoxy powder coated with 2 vaccum gauges 700 mm Hg Volume 25 30 Ltrs min Jar Capacity 3 Ltrs 2 graduated polycarbonate suction jars each of 1 5 Itrs capacity self sealing rubber lids with synthetic rubber lids long pressure tubing heavy vertical foot pump vacuum control automatic overflow cut off device mounted on 4 rubber castors Sound 45 db A 3 As per ISI Marked No IS 4533 SS Top Epoxy Powder Coated Finish Warranty for 2yrs Should be CE ISI GMP ISO 9001 2000 amp 13485 2003 certificates 242 E2 ECG Machine with adult paedeatric and neo natal leads Technical Specification of Single Channel Automatic ECG e Single Channel ECG Recording e Last Memorized ECG recording amp
65. ior grade molecular sieve maintenance free Rotarypopet valve Oxygen purity not less than 90 96 with oxygen output 5 Ltrs per minute and pressure 8 Psi minimum With double outlet and oxygen tubes of 2 mtrs length 2 Humidifier Bottle amp 2 Cabinet filter Power Requirement 220V 50Hz Latest ISO 9001 Certificate and FDA 510K and CE Certificate to be attached Supplied with 1 Spare set of tubing 1 x spare internal amp external bacterial filter 1 x spare set of fuse User Manual with trouble shooting guidance in English Technical Manual Training installation at user site Warranty for 2yrs 22 50 Examination Light Description of Function Mobile operating light is required for doing surgeries in an emergency environment and the system can be moved from place to place Technical Specification Mobile light for medical examination Stand with 5 anti static swivel castors Articulated arm 105 cm spring loaded with on off switch and integrated transformer Arm Moulded plastic arm Dome Unbreakable poly carbonate dome with reflector Dome rotation 360 degree Halogen bulb 12V 50W Light intensity approx 30 000 Lux at 40 cm Natural white light Eligibility Criteria Should be FDA OR CE approved product Manufacturer should be ISO certified for quality standards Should have local service facility The service provider should have the necessary equipment recommended by the manufacturer to carry o
66. issue spring type serrated tips 160 mm ss 1 Forceps artery Spencer Wells straight 180 mm ss 2 Forceps artery Spencer Wells straight 140 mm ss 2 Forceps scalp flap Willet s 190 mm ss 4 Forceps Vulsellum duplay double curved 280 mm ss 4 Forceps Vulsellum duplay double curved 240 mm ss 1 Catheter urethral 14 Fr Solid tip one eye soft rubber 3 47 Holder needle Mayo Hegar narrow jaw straight 175 mm ss 1 Speculum vaginal bi valve Cusco medium stainless steel 1 Speculum vaginal sim s double ended size 3 ss 1 Forceps Backhaustowel 130 mm stainless steel Warranty for 2yrs 20 Micropipettes 234 Single Channel Variable volume Micro pipettes a 10ul 100 ul b 100 ul 1000 ul c 5 ul 50 ul 8 Channel Micropipette a 10 ul 100 200 ul b 100 ul 300 ul Warranty for 2yrs 21 Neonatal Resuscitation Kit 50 Infant Resuscitator with 250 ml Silicone Bellow pressure release valve Silicone Face Mask Anatomical Autoclavable amp reusable in sizes 00 01 Foot Suction Compact lightweight easy to handle and operate Durable rubber bellow Long lasting stainless spring to provide friction free pumping Completely Autoclavable polycarbonate vacuum jar with lid 500ml capacity Scratch Proof power coated frame Laryngoscope Stainless Steel Straight blades of Size O amp 1 No Silicone airways Autoclavable and reusable in Size 000 amp 00 No Should be CE ISI GMP ISO 9
67. itor Warranty for 2yrs 33 Semi Auto Analyzer Specifications LIGHT SOURCE Quartz halogen lamp 12V 20W WAVELENGTH RANGE Automatic by 12 position filter wheel 6 standard interference Filters 340 405 505 546 578 amp 620 nm 6 positions for optional Filters PHOTOMETRIC RANGE 0 1 to 2 3 Absorbance DETECTOR Photo Diode 320 1000 nm BLANKING Automatic zero setting OPERATOR INTERFACE Membrane keyboard for direct function and alpha numeric entry Optional external keyboard High contrast graphical LCD display Real time clock 24 hours system LANGUAGES English MEASUREMENT PROCEDURES Kinetic with linearity check Kinetic with linearity check Sample slope blank two point kinetic with or without Reagent blank End point with or without reagent blank Bichromatic end point with or without reagent blank End point with sample blank amp with or without reagent Blank MULTIPLE TESTING Up to 9 replicates Means SD and CV MEASURING TIME Programmable 2 to 999 seconds for kinetic amp two point type of tests For end point fixed at 2 seconds DELAY TIME Programmable 0 to 999 seconds METHOD PARAMETER SETTINGS Method name Measurement mode Wavelength 1 amp 2 Aspiration volume Measurement delay Measurement Time Factor Concentration standards Reagent blankly n Sample blank y n Units of results Levels for flagging Sample blank y n Units of results Levels for flagging CALIBRATION Factor
68. le and pre use operative checklist and two closed drawer for keeping essential accessories e Machine must be supplied with twin canister circle absorber The absorber has switch control to switch between Automatic and Manual mode of ventilator e One Set of Essential Accessories with item wise rate should be quoted as option without which the quotation will be rejected e The supplier has adequate service backup with service availability of on self spares and calibration equipment in north east e Vaporizer for Halothane Isoflurane to be compulsorily quoted as optional e CE Certified and ISO 13845 Certified Warranty for 2yrs 15 Defibrillator Technical specification of Bi Phasic defibrillator with AED 1 Should have Current controlled Biphasic waveform technology 2 Should have a facility of at least 100 charge Discharge of 300j in a single charge 3 Should be equipped with AED with Voice and Visual Prompts 4 There should be facility of Voice guided CPR 5 At least 24 events storage capacity 6 Should have a facility of Momentary AED ON OFF key on front panel to enter and exit AED mode 7 Energy selection dynamic range should be 2j to 300j or above 8 Should be able to record ECG before and after shock 10 Should have thermal printer facility 11 Should have ECG R wave Synchronous or Asynchronous Mode 12 Should have charge ready indication with Display and Voice Command 13 Should have Adult and Pediatric paddle integra
69. lid ISO 9001 2000 certificate All such certificates should have been obtained and valid in the past 3 years Bidder shall have experience in supply amp installation of Hospital Furniture amp Fixture Medical Equipments Instruments in the last 3 three financial years and value of a single order for such items during this period should be at least Rs2 00 Crores Bidder should have experience amp knowledge of modes of packing distribution amp transportation of such items under any weather conditions Bidder who has been blacklisted either by the Tender Inviting Authority or by any State Government or Central Government Organization will not be allowed to participate in the tender during the period of blacklisting GENERAL CONDITIONS 1 Il 111 IV v There are six groups of items in the tender Groups A B C D E amp F A bidder must quote for all the items in a particular Group as indicated in the bid document In case a bidder does not quote for one or more items in a particular Group the bid for that Group shall be considered incomplete and shall be liable for rejection A bidder may quote for any or all the Groups A bidder quoting rates for supply of items in Group A B C amp D must also quote for Comprehensive Maintenance Contract price of such items for a period of 3 years The quantity of each item indicated in the bid document is tentative and subject to change depending on actual requirement
70. lled c Pressure Support d SIMV Pressure Control and volume control with pressure support e CPAP PEEP PSV assured tidal volume guarantee volume support g Advanced mode like pressure controlled volume guaranteed PRVC AUTOFLOW h Non Invasive ventilation NIV Mode i Additional mode advance ASV NAVA MMV PSV j APRV k Special Neonatal modes Yime cycled pressure limited with continuous flow TCPL SIMV TCPL PSV N CPAP with continuous flow PRVC APRV and above mentioned mode Should have Apnea backup ventilation Back up mode should user adjustable and bi directional auto switch over from spont to control and vica versa Expiratory block should be autoclavable and no routine calibration required Should have monitoring of the following parameters a Intrinsic Peep amp Intrinsic PEEP Volume Trapped Volume b Occlusion Pressure PO 1 Max Inspiratory pressure Pi max c Non forced Slow Vital Capacity physiologic Dead space RSBI Imposed work of Breathing WOBi Expiratory Time constant Tcexp d Facility to calculate lower and upper inflection point P V Flex points e Facility for ET Tube compensation with tube diameter 4mm onward and of compensation and Patient circuit compensation Should have integratedNebulizer with capability to deliver fine particle size of to be used in On line Should have Ideal Body Weight facility Should integrated Battery back
71. losed with their page number The documents should be serially arranged as per this Annexure XI and should be securely tied or bound The above documents should be sealed in a separate cover super scribed as TECHNICAL BID COVER A TENDER FOR SUPPLY OF HOSPITAL FURNITURE EQUIPMENTS ETC DUE ON 23 01 2014 and addressed to the Mission Director National Rural Health Mission Assam Saikia Commercial Complex Srinagar Path Christian Basti G S Road Guwahati 781005 PRICE BID COVER B Cover B shall contain the Price Bids separately for Group A Group B Group C Group D Group E amp Group F in the formats at Annexure XII A Annexure XII B Annexure XII C Annexure XII D Annexure XII E Annexure XII F respectively of the Tender A Signature amp Seal on each Page Each page of the Price Bid should be duly signed by the Bidder affixing the office seal B Signature on corrections Bid should be typewritten and every correction in the bid should be attested with full signature by the Bidder failing which the bid will be ineligible Corrections done with correction fluid should also be duly attested C Items Quoted amp Rates The Bidder shall fill up the Annexure XII A Annexure XII B Annexure XII C Annexure XII D Annexure XII E Annexure XII F for items quoted D Landed Cost The rate quoted per unit or landed price in Annexure XII shall be inclusive of excise duty sales t
72. m Representation to make correction in the tender documents on the ground of clerical error typographical error etc committed by the bidders in the Bids shall not be entertained after submission of the bids Firm Delivery Schedule Firm delivery schedule shall be mentioned in the bid Cross conditions such as SUBJECT TO AVAILABILITY SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED etc will not be considered under any circumstances and the tenders of those who have given such conditions shall be treated as incomplete and will be summarily rejected Execution of Order Unless otherwise specified supplies should be made directly by the successful bidder and not through any other agency Inspection Tender Inviting Authority or his authorized representative has the right to inspect the factories of bidders at any point of time and also has the right to reject the tender or terminate cancel the orders based on adverse reports brought out during such inspections The Bidder shall extend all facilities to the team to enable them to inspect the manufacturing process quality control measures adopted etc in the manufacture of the items quoted ordered 12 ACCEPTANCE OF TENDER A Tender Evaluation Tenders will be evaluated with reference to technical and commercial parameters to determine the technically qualified bidders for all Groups The technically qualified bidders for Group E items shall have to demonst
73. ment warranty Proximal Flow sensor for neonatal use 10 no s Hinged Support Arm 1no Air and Oxygen Hose each 1 no Medical Air Compressor with CE mark Reusable Masks Small Medium Large with each machine 01 sets ea 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 2 nos Inlet requirement Power input to be 220 240VAC 50Hz Gas input air and oxygen 50 100 psi Standards Safety and Training Should have US FDA and CE for main ventilator unit for the entire feature mentioned the specification The company should attach valid 510K and US FDA certificate along in the technical bid Demonstration of quoted equipment model is a must Should have local service facility The service provider should have the necessary equipments recommended by the manufacturer to carry out preventive maintenance test as per guidelines provided in the service maintenance manual Warranty for 2yrs and provision of CMC for next 5 years IN Ventilator Neonatal High End neonatal ventilator with HFOV General Requirement Should be able to ventilate patients with body weight from 400 grams to 25 kg Should have battery back up for the ventilator with integrated re chargeable battery for a minimum of 60 min operation Should have high resolution screen with colour display of at l
74. nit should be external compressor based for precise gas delivery not a turbine piston blower based internal compressor It should have proximal flow sensor for neonatal patient category only Demonstration of the equipment is a must Technical Specifications Hinged arm holder for holding the circuit Should have Colored Touch screen 12 Inch or more It should have inbuilt facility to measure and display for all patient category Adult to neonatal 3 waves Pressure and Time Volume and Time and Flow and Time Co2 and Time 3 loops P V F V P F with facility of saving of 4 Loops for reference Also facility to display volumetriccapnography loops Graphic display to have automatic scaling facility for waves Status indicator for Ventilator mode Battery life patient data alarm settings clock etc Simultaneous display of SET and exhaled parameter 3 waveform and 2 loops and Alarm Should have Trending facility for 72 hours Should have Automatic compliance amp Leakage compensation for circuit and ET tube with ET Tube size and of compensation Integrated in main unit Mainstream End tidal CO2 with Capnography with monitoring of PeCO2 Vmin VCO2 Curve Co2 time Alveolar ventilation expire Co2 VTCo2 Vhigh and low alarms etc external Etco2 monitor will not be accepted Mean stream EtCo2 Sensor 1no reusable Adult ped neontal adaptor each 1 Should have following settings for all age groups a Tidal Volume 5 ml to
75. nk shall be furnished which will be valid for a period of 6 months from the date of order 16 a Confirm that all inspection amp testing charges including 3 party inspection if required included in the price b Quality Control Reports and Test Certificates whenever applicable shall be handed over to the purchaser along with the equipment 17 a Confirm that erection commissioning trial run and handing over to the purchaser after successful commissioning is your responsibility at no extra cost b Specify facilities if any like water supply electric power to be provided by the purchaser for commissioning of the equipment 18 Packing forwarding transportation loading unloading and insurance are your responsibility However to protect the equipment from physical damages and or deterioration due to weather during transit you are to ensure proper packing amp lifting arrangement PI confirm compliance 19 The material equipment shall be guaranteed against any and all defects in design workmanship material amp performance for a period shown in the Technical specification from the date of commissioning and handing over to the purchaser Should any defect detected or develop during the guarantee period it shall be remedied promptly free of cost by the supplier and all expenses including transportation of goods necessitated for such repair and replacement shall be done by
76. nufacturer should be ISO 9001 2008 amp 13485 certified and must have CE SSI Certificate and must be registered with Registrar of Firms Warranty for 2yrs 22 Semi Fowler Bed 450 Frame made of 16G CRCA rectangular pipes 18G CRCA sheet two section perforated top with back rest maneuverable from foot end by screw imported ABS panels head amp Foot Bows bed mounted on rubber stumps provided with mattress guard on four locations provision for fixing IV Saline rod The bed pre treated in 7 tank hot process and powder coated Dimension 203L x 90 W x 60 H cms Approx Manufacturer should be ISO 9001 2008 amp 13485 certified and must have CE SSI Certificate and must be registered with Registrar of Firms Warranty for 2yrs 23 Bed Side Locker 2048 Approximate dimension 16 L x 16 W x 32 H Should be made of 20 G MS CRCA Sheet Should be Joint less SS top with 3 sides raise edges Should have one storage cabinet and one drawer under the top and space for keeping utilities between the drawer and cabinet Legs should be fitted with 2 non rusting castors of 50mm dia and 2 PVC Stumps on front side 2 Rubber PVC Buffer should be provided at rear side of the locker Pre treated in seven Tank and Epoxy Powder Coated Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs 24 Foot Step Double 306 Overall Approx size 510mm L X 300mm W x 230 4
77. oated amp SS parts finished with glossy polish Minimum 30 mm Cushioned top with waterproof rexine cover Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs Doctor s Table 338 Size 1200 X 750 X 750 BEECH with 2 drawer hanging unit Size 400 X 400 X 300 Table Top Table tops made of 25mm _ minimum Pre laminated particle board of E 1 Grade Conforming to IS 12823 of desired color with PVC edge banding All exposed edge sealed by 2mm minimum thick PVC Imported edge Banding Table Top Support 18 mm thick PLB gable ends amp 18 modesty Panel Warranty for 2yrs Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Doctor s Chair 200 Cushioned seat and back Pneumatic height adjustable Height adjustable and swinging back rest 5 legs chrome plated base with foot ring Base fitted with 50 mm dia castors Warranty for 2yrs Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates Visitor s Chair 400 The frame is made out of 25mm thick tube Thermo set powder coating by epoxy polyester hybrids to a thickness of 40 50 microns after 7 step pre treatment processes Seat Made of 12mm thick plywood cushioned with 37mm thick PU foam of density 32 Back Made of 10mm thick plywood cushioned with 25mm thick PU foam of density 26 Fa
78. off such ITEMS NOT CONFORMING TO SPECIFICATIONS Tender Inviting Authority may also levy storage charge calculated at the rate of 2 per week on the value of the item rejected till such disposal The decision of the Tender Inviting Authority or any officer authorized by him on the quality of the items supplied shall be final and binding In case of supply of inferior products or products not conforming to specifications the Tender Inviting Authority will be at liberty to terminate without assigning any reasons thereof the contract either wholly or in part on 30 days notice The supplier will not be entitled for any compensation whatsoever in respect of such termination For infringement of the stipulations of the contract or for other justifiable reasons the contract may be terminated by the Tender Inviting Authority and the supplier shall be liable for all losses sustained by the Tender Inviting Authority in consequence of the termination which may be recovered personally from the supplier or from his properties as per rules D Non performance of any of the contract provisions will disqualify a firm to participate in tenders issued by the Tender Inviting Authority for the next five years E In the event of making ALTERNATIVE PURCAHSE the supplier will be imposed penalty apart from forfeiture of Security Deposit The excess expenditure over and above contracted prices incurred by the Tender Inviting Authority in making such purchases f
79. one point two point multi point Automatic on 1 standard linear Mode Automatic on up to 10 standards nonlinear mode QUALITY CONTROL Two controls per test QC survey for ast 30 control measurements Levey Jennings plot High Low flags KINETIC MEASURING TIME Programmable lowest 30 seconds TIME Programmable lowest 30 seconds TEMPARATURE CONTROL By means of Peltier elements fixed temperature at 37 degree C ASPIRATION SYSTEM Internal pump of bellows type driven by stepper motor back panel Connection for waste aspiration 154 volume programmable Back panel Connection for waste aspiration volume programmable Back panel Connection for waste aspiration volume programmable QUALITY UL CE CB certificate POWER REQUIREMENTS 100 240 VAC nominal 50 60Hz Battery back up to retain data Warranty for 2yrs 34 Electricentrifuge table top The centrifuge should be suitable for high speed centrifuging applications The equipment is to be provided with speed control digital temperature control cum indicator Digital timer with a range of 0 99 minutes and alarm at automatic switching off dynamic brake Zero start interlock safety cut off in case of imbalance and lid locking switch etc General Purpose Laboratory Centrifuge Max Speed RPM20000 Max RCF x g34500 Max Tube Size100 ml Max Capacity 400 ml Warranty for 2yrs Should be CE ISI GMP ISO 9001 2000 amp 13485 2003 certificates 154
80. perature probes reusable humidifier chambers heater wire adaptors for reusable circuits and heater wire adaptors for disposable circuits with each humidifier Reusable Proximal type flow sensors for neonatal use 2 no if differential pressure transducer type or 60 nos if heated wire anemometer type In case of Heated wire anemometer sensor supplied 60 nos per year during warranty and CMC also Flow sensor cables if heated wire anemometer type 5nos Reusable Nebulization kits Cartridges with all accessories 1nos Neonatal test lung 1 no Air compressor with automatic switch over in case of failure of central air pipeline And with FDA or CE certificates 1no Manuals Operator amp Service manuals Should be FDA or European CE certified and approved The equipment should come with aWarranty for 2yrs from the date of satisfactory installation and 5 years comprehensive maintenance contract after the end of the warranty Warranty and CMC should include all parts plastic metallic glass batteries electronic electrical and rubber Warranty and CMC should cover the ventilator flow and o2 sensor compressor humidifier and the stand Warranty and CMC would include the periodic calibration of all parameters strictly as per manufacturer s recommendations and any spares gases or standards required for that The quoted model should have installed in reputed government organization and satisfactorily working since
81. pressure b High low airway pressure c Gas Supply d Power failure e Apnea f Low battery Battery back up for minimum 5 6 hour Should fix on rails of transport trolley and on stand with wheels System Configuration Accessories spares and consumables Main Ventilator unit 01 Adult Reusable Autoclavable Silicon Patient Circuit with expiratory valve 01 Pediatric neonatal Re usable Autoclavable Silicon Patient Circuit with expiratory valve 01 Oxygen Hose 01 Power supply unit battery charging unit power supply cable for 12 V DC Environmental factors The unit shall be capable of being stored continuously in ambient temperature of 0 40 C and relative humidity of 15 90 The unit shall be capable of operating continuously in ambient temperature of 10 40deg C and relative humidity of 15 90 Shall meet IEC 601 1 2 EN 1281 1 IEC 601 1 1 EEC 93 42 EN 749 3 Class 1 Type B Power Supply Power input to be 220 240VAC 50Hz Standards Safety and Training Electrical safety conforms to standards for electrical safety IEC 60601 Product should be FDA CE Manufacturer and supplier should have ISO certification for quality standards Warranty for 2yrs and provision of CMC for next 3 years Documentation User Manual in English List of Equipment available for providing calibration and routine maintenance support as per manufacturer documentation in service technical manual Ventila
82. quired SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE V CERTIFICATE OF SALE TAX VERIFICATION TO BE PRODUCED BY AN APPLICANT To be filled by the applicant 01 Name or style in which the applicant is assessed or assessable to Sales Tax Addresses or ASSESSMEME simon ath ote e eat ct eebedacevtan ewe va wre R saat stan R 02 a Name and address of all companies firms or associations or persons in which the applicant is interested in his individual or fiduciary capacity oenen e seh ena tog a aha eet ae teat ee hes aces een ct bea ogee eae os b Places of business of the applicant All places of business should be mentioned 03 The Districts taluks and divisions in which the applicant is assessed to Sales Tax All the places of business should be furnished 04 a Total contract amount in the preceding three years i 2010 11 ii 2011 12 iii 2012 13 b Particulars of Sales Tax for the preceding three years Year Total T O be Total Tax Total Tax paid Balance Due Reasons for assessed Rs Assessed Rs Rs Rs balance Rs 2010 11 2011 12 2012 13 c If there has been no assessment in any year whether returns were submitted any if there were the division in which the returns were sent d Whether any penal action or proceeding for the recovery of Sales Tax is pending e The name and address of Branches if any declare that the above mentioned information is correct and complete to the bes
83. r central monitor Alarm limit status ON OFF must be indicated on screen for each parameter and actual parameter alarm settings must be displayed on screen when alarms are on Should have internal rechargeable battery with back up of one hour Position of the displayed waveforms must be user configurable Waveform color changing should be user configurable Monitor shall permit the optional ability to receive and display information from other patient devices such as ventilators infusion pumps and other standalone devices All modules should be compatible with all monitors quoted Bed to bed communication between the monitors should be possible with out a central station Networking to central station should be possible Patient monitoring network shall use standard TCP IP protocol and be capable of residing on hospital s network infra structure Should be compatible with HIS and should be HL7 compliant Monitor should have capability to accommodate remote viewing of real time waveforms through internet Should have CE and FDA certifications Accessories and spares 1 ECG respiration 5 lead ECG cable and lead wire set 2 NIBP Adult 1 sizes and Pediatric 1 sizes and neonatal 1 size per monitor 3 SPo2 Sensor Adult sensor with cable pediatric sensor with cable 4 IBP Include 10 no s of disposable pressure transducer with bracket and interface cable per monitor 5 Temperature Skin and nasopharyngeal probes per mon
84. rate the following products for inspection and final assessment of quality Labour Table Examination Couch Hospital Bed with Mattress Hydraulic OT Table Instrument Cabinet Semi Fowler Bed Bedside Locker Foot Step Double Mayo s Instrument Trolley Field Type OT Table Instrument Trolley In the event any of the above products demonstrated by a technically qualified bidder in Group E is found to be deficient in terms of quality the offer of such bidder shall be declared as technically not acceptable Based on such assessment the final list of technically qualified bidders for Group E items shall be drawn up Price Bids of technically qualified bidders will be evaluated with reference to the quoted rates landed price of each item Conditional discounts shall not be taken into account for price comparison The total value of each item in a particular group will be added to determine the overall lowest price The bidder quoting the overall lowest price in a particular Group shall be ranked as the L1 bidder for that group B Right to Reject Tender Tender Inviting Authority reserves the right to accept the tender or to reject the whole tender for the supply of all items of Hospital Furniture Fixtures Equipments amp Instruments tendered at any point of time without assigning any reason C Tender Acceptance The acceptance of the tenders will be communicated to the successful bidders in writing 13 AGREEMENT The succ
85. res to include maintenance and control of temperature and Humidity in the baby compartment for safe neonatal care PI The design to incorporate all controls include microprocessor based servo controller for temperature control and to have digital display on the front panel with dual colour digital display for Skin and Air temperature indication separately P Temperatures setting from 302C to 39 92C 50 The unit shall be incorporated with all he safety features on any malfunction or emergencies like power failure High temperature etc P The mechanical features should include clear canopy for visibility with front door opening and four port holes all over for easy handling of the baby in the canopy flat perplex base without any dents for easy cleaning and disinfection control to be provided with a large mattress platform suitable to tilt a desired angle built in X ray cassette tray The unit shall be mounted on a trolley fitted with suitable castors with breaks for the mobility and to have utility drawers for storing the emergency kits baby needs and accessories Warranty for 2yrs Should be CE amp ISO Certification Nebuliser Nebulizer Nebulization Rate 3cc H20 8 11 minutes Maximum Compressor Pressure 25 psig by relief valve setting Maximum Operating Pressure 11 15 psig Free Air FIOW ccccccceceeceeees 10 lpm
86. rolley should be fitted with MS Base of 16G sheet All MS parts should be 7 tanks pretreated amp powder coated Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 1SO 14001 2004 amp 13485 2003 certificates Warranty for 2yrs N oO Kidney Tray SS Kidney Tray SS As Per IS 3992 1982 Heavy Quality Size 250 x 100 300 130 Warranty for 2yrs N N Instrument Tray with cover SS Instrument Tray with cover SS Seamless IS 3993 192 The finished thickness should not be less than 0 5 mm Size 350 x250 mm 450 300 mm Warranty for 2yrs A oO Needle Destroyer cum Hub Cutter 1 Compact Device that fits easily on the desktop 2 Portable safe and cost effective system which creates save environment for Doctors Nurse Pathologist Healthcare professionals and patients 3 Cutter Very high grade imported steel which does not rust or becomes blunt even after long use 4 Body should make up of ABS plastic which avoids rusting and electric shock N N o 5 Electrodes should be copper electrode Nickle plate 6 Temperature Burningdeg c should be 1600c 7 Steel Grade should be SS316L which can cut syringe hub and burn needle approx 25000 pcs to 28000pcs and life is 2 years minimum 8 Supplied with Removable discharge tray for easy disposal of needle ash and syringe hubs 9 Power consumption of continuous rating in use should be 60w 10 Shock proof fuse protection having OFF
87. rom any other source or from the open market shall be recovered from the Security Deposit or from any other money due to the supplier and in the event of such amount being insufficient the balance will be recovered personally from the supplier or from his properties as per rules F In all the above conditions the decision of the Tender Inviting Authority shall be final and binding 27 ARBITRATION Any dispute whatsoever in any way arising out of or relating to the contract shall be referred to arbitration of the Mission Director National Rural Health Mission Assam or to the sole arbitration of some person nominated by him There shall be no objection if the arbitrator so appointed happens to be an employee of National Rural Health Mission Assam The award of the arbitrator shall be final conclusive and binding on all parties 28 SAVING CLAUSE No suit prosecution or any legal proceedings shall lie against Tender Inviting Authority or any person for anything that is done in good faith or intended to be done in pursuance of tender 29 LAWS GOVERNING THE CONTRACT amp JURISDICTION The contract shall be governed by the laws in force in India In the event of any dispute arising out of the tender such dispute would be subject to the jurisdiction of the Court within the State of Assam only KK K kK K K KK K K K K K K To ANNEXURE UNDERTAKING by the Bidder Mission Director National Rural Health Mission Assam Tender
88. rs for Nitrous Oxide Gas duly filled with gas A type Having water Capacity 5Litres Cylinders should be ISI Marked Conforming to IS 7285 Specification Fitted with Pin Index flush type Valve painted as specified under Gas Cylinders Rules 1981 Warranty for 2yrs N A N Ko Oxygen Cylinder A Type Brand New High Pressure Seamless Cylinders for Oxygen Gas duly filled with gas A type Having water Capacity 5Litres Cylinders should be ISI Marked Conforming to IS 7285 Specification Fitted with Pin Index flush type Valve painted as specified under gas cylinders rules 1981 Warranty for 2yrs N oO O oO Instrument for C Section and other operations Should be CE ISO 9001 2000 amp 13485 2003 certificates a Delivery Kit Trolley dressing carriage size 76C long x 46 cm wide and 84 cm high Ref IS 4769 1968 1 1Pc Towel trolley 84 cm x 54 cm 2Pc Gown operation cotton 1Pc Cap Operation surgeon s 36 x 46 cm 2 2Pc Gauze absorbent non sterile 200 mm x 6 m as per IS 171 1985 2Pc Tray instrument with cover 450 mm L x 300 mm W x 80 mm H 1 Pc Macintosh operation plastic 2Pc Mask face surgeon s cap of rear ties B Beret type with elastic hem 2pcs Towel 2 pcs gloves 3 Pairs Cotton wool absorbent non sterilize 500G 2Pc Drum sterilizing cylindrical 275 mm Dia x 132 mm ss as per IS 3831 1979 2Pc Table instrument adjustable
89. s confirm that the same have been highlighted separately 4 Confirm that literature and technical data wherever applicable have been enclosed 5 Confirm that all certificates documents furnished 6 Confirm that Earnest Money Deposit EMD as per bid document has been furnished in Cover A D Commercial 1 It is noted that any deviations to the commercial terms and conditions shall lead to loading of prices or rejection of offer 2 Confirm that the quoted landed price is inclusive of cost of containers packing amp forwarding charges freight insurance and all duties and taxes viz Excise Duty Sales Tax VAT Confirm furnishing of price break up of each item showing basic price of item and Tax VAT on age of basic price to arrive at landed price in D2 above It is noted that the statutory variations in taxes and duties within the contractual delivery period shall be borne by the purchaser If there is any variation or fresh imposition of Excise Duty at the time of supply due to various reasons including turn over confirm that the same shall be borne by supplier If clause 5 above is not acceptable advice maximum possible rate of additional ED chargeable this shall be loaded to your price Confirm that in case any new or additional duties and taxes are imposed after the contractual delivery date due to delays attributable to the supplier the same shall be borne by the supplier This will be
90. s CAMC invoices along with quarterly service reports certified by the Joint Director Health Service of the district or an authorized official should be submitted in triplicate addressed to the Tender Inviting Authority If at any time during the period of contract the price of tendered 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 Tender Inviting Authority immediately about such reduction in the contracted prices Tender Inviting Authority is empowered to unilaterally effect such reduction as is necessary in rates in case the Bidder fails to notify or fails to agree to such reduction in rates In case of any enhancement in excise duty Tax due to notification of the Government after the date of submission of tenders and during the validity period of contract the quantum of additional excise duty so levied will be allowed to be charged extra as a separate item without any change in price structure of the items approved under the tender For claiming the additional cost on account of the increase in excise duty the bidder should produce a letter from the concerned Excise Authority for having paid additional Excise Duty on the goods supplied to Tender Inviting Authority and also must claim the same in the invoice separately Tender Inviting Authority has every right to receive supply even after expiry of contractual delivery date and in such
91. s discretion extend the date and time for submission of tenders Interested eligible bidders may obtain further information from the office of the Tender Inviting Authority Price Preference Purchase Preference to PSUs SSI Units shall not be applicable When a bidder specifies name of the manufacturers of different products in the format at Annexure VIII all required documents specifically Average Annual Turnover Statement amp quality certificates of each manufacturer should invariably be furnished failing which the bid would be summarily rejected TECHNO COMMERCIAL BID COVER A The Bidder should furnish the following documents charges in a separate cover hereinafter called Cover A Court Fee Stamp IPO and Tender Document Fee Court fee stamp of Rs 8 25 or IPO of Rs 10 for bidders located outside the State of Assam Tender document fee of Rs 2000 00 in the form of a Demand Draft in favour of State Health Society Assam payable at Guwahati Earnest Money Deposit EMD Earnest Money Deposit amounting to Rs 31 50 Lakhs Rupees Thirty One Lakhs Fifty Thousand only in the form of Demand Draft Banker s Cheque Bank Guarantee favoring State Health Society Assam In case of BG the same shall be valid for 120 days Earnest Money Deposit in any other form will not be accepted Earnest Money Deposit will not earn any interest The Earnest Money Deposit of the successful Bidder may at the discretion of Tender
92. sation for circuit and ET tube with ET Tube size and of compensation Integrated in main unit Mainstream End tidal CO2 with Capnography with monitoring of PeCO2 Vmin VCO2 Curve Co2 time Alveolar ventilation expire Co2 VTCo2 VHigh and Vlow alarms etc external Etco2 monitor will not be accepted Meanstream EtCo2 Sensor ino reusable Adult ped neonatal adaptor each 1 Should have following settings for all age groups a Tidal Volume 5 ml to 1800 ml b Pressure insp 2 90 cmH20 c Pressure Ramp Flow patterns d Respiratory Rate 1 to 150 bpm Insp Time 0 1 to 9 sec E Ratio 5 1 to 1 5 e Insp Flow resultant 0 3 to 180 LPM continuous Flow 2 38pm in TCPL ode f CPAP PEEP 0 45 cmH20 g Pressure support 2 80 cmh20 h FIO2 21 to 100 i Pause Time 0 to 2 sec j Flow Trigger 0 2 to 12 Ipm Pressure Trigger 0 5 to 15 cmH20 k Expiratory trigger or exhalation sensitivity 5 75 of flow 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 FIO2 dynamic g Intrinsic PEEP and PEEPi Volume or trapped Volume h Plateau Pressure i Resistance Rinsp amp Rexp amp Compliance Cdyn amp Cstat j Use selector Alarms for all measured amp monitored parameters Should have following modes of ventilation a Volume controlled b Pressure Contro
93. t of my knowledge and belief SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM Enclosure of ANNEXURE V To be issued by the Sales Tax Assessing Authority In my opinion the applicant M S cece cece eee eee teense eee eee eeu eeaeees has been has not been doing everything possible to pay the Tax demands promptly and regularly and to facilitate the completion of pending proceedings Date Seal Deputy Asst Commercial Tax Officer Note Separate certificates should be obtained in respect of each of the place of business of the applicant from the Deputy Commercial Tax officer or Assistant Commercial Tax Officer having jurisdiction over that place ANNEXURE VI Tender No UNDERTAKING FOR EMBOSSMENT OF LOGO We M S csssssssssstsesecssessesssassesssssssssseassecseesesesseeees GO hereby declare that if favored with an order we will supply the Hospital Furniture Fixtures Equipments Instruments Hollow Wares embossed with NRHM Logo and the words NRHM ASSAM SUPPLY or as per any other instructions given in this regard SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM LOGOGRAM ANNEXURE VII Declaration on Manufacturing Facilities by the Manufacturer Tender No For supply of 1 Name of the manufacturer 2 Full Postal Address 3 Telephone No Fax No 4 Email address 5 Date of inception of business 6 Registration no amp Da
94. te 7 Issued by 8 Valid till 9 Details of manufacturing activity amp item wise capacity 12 Name of Govt Departments Pvt Institutions As per enclosure to which the bidder already supplied the items with quantity value and supply period 18 Has the bidder ever been black listed by any govt agency If yes give details 14 Are any cases pending in the court related to any supplies If yes give details 15 Does the firm have the adequate facilities for Inspection and quality control Please give details i Prop partner Director of M s Hereby declare that the information given in this form is true and correct to the best of my knowledge amp belief I we agree to the tender Inviting Authority forfeiting the Earnest Money Deposit and or Performance Security Deposit and blacklisting us for a period of 5 years if any information furnished by us is proved to be false at the time of inspection and non compliance with terms and conditions of the contract offer to supply the items mentioned in the schedule enclosed in price bid at the rates quoted therein agree to hold this offer for one year after finalization of rate contract SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE MANUFACTURER The details of manufacturing unit shall be for the premises where items quoted are actually manufactured Annexure VIII A List of items quoted To be submitted separately for Group A Gro
95. ted into Same Handle Swipe to Expose 14 Should be ISO 13845 Certified Warranty for 2yrs 89 16 Surgical Diathermy Modular design Integrated Patient Control System PCS Independent activation of monopolar and bipolar output Should have time controlled cutting mode Should allow monopolar cutting and coagulation by using both 75 foot switching Should have bipolar coagulation option The system should automatically adjust to given tissue impedances Monopolar Pure cut should be suitable for under water cutting TURP TUVP amp TCRE with URO CUT which eliminates lag time in initiating cut especially suited for urological procedure a Three Blend modes program b Low Cut Endocut Gastrocut for G I Surgery Should have Monopolar coagulation Soft mode lap desiccation Forced mode Standard Spray mode for non contact large area a Desiccation Soft for low voltage soft coagulation suitable for laproscopic amp delicate tissue work b Fulgurate Forced non contact coagulation for minimal smoke generation c Spray for non contact large tissue area coagulation with minimum depth of necrosis Should have Bipolar Micro for delicate tissue without charring adhesion and blanching Coagulation high current low voltage pulsed bipolar also suitable for vessel sealing system Range of accessories should provide extensive selection of handles for various application e g needle b
96. th straps amp arm rest Should be CE ISI GMP ISO 9001 2000 amp 13485 2003 certificates Warranty for 2yrs 27 Instrument Trolley 230 Should be made of SS 16 SWG pipes 20 SWG two shelves provided with three side side railing on top having four side railing on bottom self on 7 5cms castors Dimension 60L x 46W x 81H cm Manufacturer should be ISO 9001 2008 amp 13485 certified and must have CE SSI Certificate and must be registered with Registrar of Firms Warranty for 2yrs 28 Labour Table 229 j Overall Approx Max Size 72 x 27 x 30 k Frame work should be made of 31mm x 18G and supporting tubes made of 25mm x 18G S S Tube l Leg should be fitted with PVC Stamps m 3 Section Top should be made of Bakelite sheet n Back rest section should be adjustable on ratchet mechanism o Leg end section should be slide under the main section by smooth mechanism p The entire table top gives trendlenburg position by screw system q Should have Height adjustable a pair of leg holders with straps r Complete with self locking traction handle at side SS IV Rod and foam mattress s MS Parts should be pre treated in 7 tanks and powder coated t Should be CE ISI GMP OHSAS 18001 2007 ISO 9001 2000 ISO 14001 2004 amp 13485 2003 certificates u Warranty for 2yrs ANNEXURE XIII F SPECIFICATIONS amp DETAILS OF ITEMS GROUP F Si Specification Qty No No 1 BPMa
97. tified fails to remedy the defect s within a reasonable period the Purchaser may proceed to take such remedial action as may be necessary at the Supplier s risk and expense and without vi prejudice to any other rights which the Purchaser may have against the Supplier under the contract vii The warranty for defective parts will begin de novo from the date of replacement Supplier will pay taxes duties and all expenses up to the destination for the replaced part viii During the warranty period the desired uptime of 95 of 365 days on a 24 hours basis shall be ensured Delivery Period The supply should commence within 30 thirty days from the date of order and should be completed within 90 days maximum unless otherwise specified in the order Delivery Point Destination The items shall be delivered at the District Drug Ware Houses or Health Institutions in different districts of Assam as per the list furnished along with the order or according to instructions given separately with reference to the order Penalty for Delayed Delivery i In case there is delay in delivery beyond the stipulated period as mentioned in the purchase order there shall be reduction in price 0 5 of the value of delayed goods per week of delay or part thereof subject to a maximum of 10 of the total order value ii Once the maximum price reduction is reached termination of the contract may be considered Non performance of the contract
98. tor Adult Description of Function ICU ventilators should provide artificial respiratory support to the critical patients in all the types of Intensive Care Units with altitude compensation for volume and BTPS correction for monitoring Operational Requirements It should be microprocessor Controlled ventilator with integrated facility for Ventilation monitoring suitable for Neonatal including premature to adult ventilation The unit should be external compressor based for precise gas delivery not a turbine piston blower based internal compressor It should have proximal flow sensor for neonatal patient category only Demonstration of the equipment is a must Technical Specifications Hinged arm holder for holding the circuit Should have Colored Touch screen 12 Inch or more It should have inbuilt facility to measure and display for all patient category Adult to neonatal 3 waves Pressure and Time Volume and Time and Flow and Time Co2 and Time 3 loops P V F V P F with facility of saving of 4 Loops for reference Also facility to display valumetericcapnography loops Graphic display to have automatic scaling facility for waves Status indicator for Ventilator mode Battery life patient data alarm settings clock etc Simultaneous display of SET and exhaled parameter 3 waveform and 2 loops and Alarm Should have Trending facility for 72 hours Should have Automatic compliance amp Leakage compen
99. type with tray ss 1Pc b Episiotomy kit Vacuum extractor Malastrom 1 1 Forceps obstetric Wrigley s 280 mm stainless steel 1 Forceps obstetric Barnes Neville with traction 390mm 1 Forceps sponge holding straight 228 mm stainless steel 4 Forceps artery Spencer Wells straight 180mm ss 2 Forceps artery Spencer Wells straight 140mm ss 2 Holder needle straight Mayo Hegar 175 mm ss 1 Scissors ligature Soencer 130 mm stainless steel 1 Scissors episiotomy angular Braun 145 mm stainless steel 1 Forceps tissue spring type 1 x 2 teeth 160 mm ss 1 Forceps tissue spring type serrated ups 160mm ss 1 Catheter urethral rubber Foley s 14 ER 1 Catheter urethral Nelaton set of five Fr 12 20 rubber 1 Forceps backhaus towel 130 mm ss 4 Speculum vaginal Sim s double ended 3 ss 1 Speculum vaginal Hamilton Bailey 1 c Forceps Delivery Kit Forceps obstetric Neville Barnes W traction 390 mm 1 m N Hook decapitation Braun 300 mm stainless steel 1 Hook crochet obstetric 300 mm Smellie stainless steel 1 Bone forceps Mesnard 280 mm stainless steel 4 Perforator Smellie 250 mm stainless steel 1 Forceps cranial Gouss straight 295 mm ss 1 Cranioclast Braun stainless steel 365 mm long 1 Scissors ligature Spencer 130 mm stainless steel 1 Forceps sponge holding 22 5 cm straight ss 1 Forceps tissue spring type 1 x 2 teeth 160 mm stainless steel 1 Forceps t
100. ults if required Lab Incubator Incubator Bacteriological Memmert type reliable day to day operation in variety of uses Drying of slides paraffin embedding tissue culture work incubation of antibody test excellent for Microbiological determinations crystallization studies and Incubation of hydroxy steroids Construction with double walled construction with complete inner chamber made of Anodized Aluminum or Highly Polished Stainless Steel Outer chamber is made of Mild Steel Sheet finished with powder coated paint 75 mm gap between the walls is filled with special grade glass wool for proper insulation and to avoid heat losses Inner chamber fabricated with ribs for adjusting shelves to convenient height Supplied with 2 or 3 removable shelves SHELVES made of fully Anodized Aluminium Sheet or Polished Stainless Steel Sheet as per chamber Door insulated amp fitted with heavy hinges Door Double glass window which facilitate inspection of samples without opening Warranty for 2yrs Water Bath 234 With electronic control LED Display Button to set nominal value in 0 12C Temperature Range 5 C above ambient room temperature to 100 2C External W 500 X D 250 X H 300 mm approx Bath Capacity 20 Ltrs Approx Temperature Accuracy 0 1 2C Body of the equipment should be of material which is rust free from both inside and outside Warranty for 2yrs Should be CE ISI GMP ISO 9001 2000 amp 134
101. up B Group C Group D Group E amp Group F Tender No List of items Group A X Ray Group B USG Group C Ventilators Group D Equipments Group E Furniture amp Fixture amp Group F Instruments Sr Description of Items Manufacturer s Warranty Price Technical No Group Name Periodin Quoted Specifications Years Not Attached Not Quoted Attached SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM Annexure VIII B Technical Compliance Statement To be submitted separately for Group A Group B Group C Group D Group E amp Group F Tender No ___ Sr Name of the Item Technical Specifications as Technical Specifications Deviations if any No Group per Tender Annexure XIII quoted by the bidder SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE IX UNDERTAKING ON FRAUD amp CORRUPTION for bidder Weinen ae do hereby undertake that in competing for and if the award is made to us in executing the subject contract for supply of Hospital Furniture Fixtures Equipments Instruments Under tender reference NO cccsesssssscseessssscssessses sescsecsesssceecaeceseesaeacsecaseneeeees we shall strictly observe the terms and conditions against fraud and corruption in force in the country SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE X
102. up for minimum 2 hour for main unit RS 323C interface for communications with networked devices System Configuration Accessories spares and consumables ICU Ventilator with trolley 01 Adult Pediatric Neonatal autoclavable silicone patient breathing circuits 02 each Reusable and autoclavable Flow sensor and exhalation valve expiratory cassette 4 nos each The expiratory flow sensor and valve should have 2 years replacement warranty Proximal Flow sensor for neonatal use 10 nos Hinged Support Arm 1no Air and Oxygen Hose each 1 no Medical Air Compressor with CE mark Reusable Masks Small Medium Large with each machine 01 sets ea 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 2 nos Inlet requirement Power input to be 220 240VAC 50Hz Gas input air and oxygen 50 100 psi Standards Safety and Training Should have US FDA and CE for main ventilator unit for all the feature mentioned the specification The company should attach valid 510K and US FDA certificate along in the technical bid Demonstration of quoted equipment model is a must Should have local service facility The service provider should have the necessary equipment service set up recommended by the manufacturer to carry out preventive maintenance test as per guidelines provided in
103. ut preventive maintenance test as per guidelines provided in the service maintenance manual Warranty for 2yrs 23 Infantometerplexi 34ft 105cm Portable baby infant length height measuring system Measures laying length of neonates and babies No need for calibration as all parts have prefixed position Reads in centimeters and inches Minimum graduation 1 mm Long lasting hard wearing ruler graduation is fully integrated with device Measuring slide wedge glides smoothly and close via ruler avoiding reading parallax Measuring slide wedge wobbles max 2 mm over full length No sharp edges or corners Long stable board width ca 30 cm Length measurement range approx 100 cm Head footplate board and slide wedge should made of quality laminated wood or plastic Wood parts should be treated and finished protected with varnish to prevent chipping of edges and allow easy cleaning all connections should screwed nailed plus glued Device is to be produced by ISO 9001 certified manufacturer Should be supplied with User manual with trouble shooting guidance in English List of priced accessories List of priced spare parts Warranty for 2yrs 50 24 Electronic Baby Weighing Machine 10 kg lt 5g gt e Electronic scale for weighing babies with Polycarbonate Pan e Measuring range 0 to approx 10 kg e Minimum graduation 5 g e With tare function e On switch and auto off e Auto calibration with each switch on e L
104. ute ne KP ate Aa TET p ees A LISE att OFFICE OF THE MISSION DIRECTOR NATIONAL RURAL HEALTH MISSION ASSAM SAIKIA COMMERCIAL COMPLEX SRINAGAR PATH CHRISTIANBASTI G S ROAD GUWHATI 781005 TENDER FOR SUPPLY OF HOSPITAL FURNITURE FIXTURES EQUIPMENTS amp INSTRUMENTS NATIONAL COMPETITIVE BIDDING OFFICE OF THE MISSION DIRECTOR NATIONAL RURAL HEALTH MISSION ASSAM SAIKIA COMMERCIAL COMPLEX SRINAGAR PATH CHRISTIANBASTI G S ROAD GUWHATI 781005 Website www nrhmassam in e mail misnrhm assam gmail com TENDER FOR SUPPLY OF HOSPITAL FURNITURE FIXTURES EQUIPMENTS amp INSTRUMENTS NATIONAL COMPETITIVE BIDDING TENDER NO NRHM PROC HOS EQP 1930 2013 14 39260 Date 23 12 2013 Date of sale of Tender Document 24 12 2013 Last Date and Time of receipt of Tender 23 01 2014 till 2 pm Pre Bid Meeting 08 01 2014 at4pm Date and Time of opening Tender 23 01 2014 at3pm Place of opening Tender Office of the Mission Director National Rural Health Mission Saikia Commercial Complex Srinagar Path Christianbasti G S Road Guwahati 781005 Assam Address for Communication Mission Director National Rural Health Mission Saikia Commercial Complex Srinagar Path Christianbasti G S Road Guwahati 781005 Assam Cost of Tender Documents in Demand Draft Rs 2000 Rupees Two Thousand only in the form of Demand Draft in favour of State Health Society Assam ORAL LES ix ATIO
105. utomatic lifting handle with tray all supplied with power cord Specifications a Electric Sterilizer Big Should be IS 5022 1989 Made of Seamless S S Sheet of grade 304 18 Cr 8 Ni Suitable for 220V 50 Hz Single Phase AC Supply L 510 W 200 H 150mm Power 2 00 Kw b Electric Sterilizer Medium Should be IS 5022 1989 Made of Seamless S S Sheet of grade 304 18 Cr 8 Ni N N Suitable for 220V 50 Hz Single Phase AC Supply L 430 W 200 H 150mm Power 1 50 Kw c Electric Sterilizer Small Should be IS 5022 1989 Made of Seamless S S Sheet of grade 304 18 Cr 8 Ni Suitable for 220V 50 Hz Single Phase AC Supply L 400 W 150 H 125mm Power 1 00 Kw Warranty for 2yrs 1o Oxygen Cylinder B Type with flowmeter and wrench The oxygen cylinder should confirming to IS 7285 Part 1 2004 and with appropriate valves confirming to IS 3224 2002 for Medical oxygen gas service Cylinders subjected to hydrostatic stretch test at pressure of 250 Bar as required under rule 35 of the Gas Cylinder Rules 2004 10 trs water capacity Supplied with Flow meter and wrench Warranty for 2yrs Co N A Oxygen Cylinder Trolley Should be suitable for 10 liter gas cylinder MS tubular frame work should be made of approx 25 4mm x 18G MS Round tube fitted with two rubber wheels 100mm dia trolley should have locking provision made of 5mm x 25mm thick MS Flats T
106. v To attend to breakdown calls within 24 hours of reporting a fault FORCE MAJUERE The above conditions of delivery period price reduction etc are subject to force majeure conditions which are beyond the control of the supplier do not involve fault or negligence of the supplier and are not anticipated Such events may include but are not limited to riots mutinies war fire storm tempest flood earthquakes epidemics or other exceptional causes like quarantine restrictions freight embargoes On specific request made by the bidder the time period of supply may be extended by the purchaser at his discretion for such period as may be considered reasonable However the condition shall not include scarcity of raw materials power cut labour dispute failure of sub vendor and increase in cost of raw material FRAUD amp CORRUPTION The bidders suppliers amp contractors shall observe the highest standard of ethics during bidding and during performance of the contract For the purposes of this provision the following acts shall be considered as corrupt and or fraudulent practices 1 Corrupt Practice means offering giving receiving or soliciting directly or indirectly of anything of value to influence the action of an official in the procurement process or in contract execution 2 Fraudulent Practice means misrepresentation or omission of facts in execution of contract 3 Collusive practice means a scheme
107. vacuating steam from inner chamber and jacket as and when desired The sterilization cycle should be controlled through multiport valve or three way valve Fitted with a dial thermometer and automatic vacuum breaker To work on 440 volts 3 phase A C supply Warranty for 2yrs Should be CE ISI GMP ISO 9001 2000 amp 13485 2003 certificates 19 Vertical Autoclave with dressing drum It is to be used for sterilization under saturated steam pressure at any selected point between 5 to 20 p s i adjustable Should have double walled units with inner chamber Boiler made of 18 S W G stainless steel and outer chamber is made of SS sheet covered with S S Lid with radial locking system Fitted with neoprene rubber gasket all systems are hydraulically tested up to 40 p s i as a safety measure All autoclaves are to be fitted with standard accessories such as water level indicator pressure gauge steam release cock spring loaded safety valve and heating element Should be supplied complete with S S basket and vacuum breaker device cord and plug to work on 220 230 volts A C Supply Capacity 22 40 50 Itr Should be Supplied with dressing drum Warranty for 2yrs Should be CE ISI GMP ISO 9001 2000 amp 13485 2003 certificates 20 20 PHOTOTHERAPY UNIT SINGLE HEAD HIGH INTENSITY Technical Specifications Heavy sturdy mobile stand phototherapy unit Antistatic castors 2 with breaks Head height adjustable
108. xygen Flow meter can be calibrated from 100 ml to 8 Liters and for Nitrous Oxide from 200 ml to 12 liters per min e Machine should have pneumatically controlled integrated Hypoxic Guard ORC ensuring that a minimum range of 25 35 oxygen can be run through the machine as per requirement 25 can be set e The machine must have inbuilt Oxygen Failure Warning Alarm e Machine has a common gas outlet Male and Female Type size to specify e Machine should have provision for connection to pipeline supply for Oxygen and Nitrous Oxide Supply Once pipeline supply is turned on machine should be able to use pipeline supply and cylinders supply be kept as reserve and incase of pipeline failure only cylinder supply can be turned on Separate indication gauges for Pipeline and Cylinder Pressure e Machine must have a system pressure relief valve to protect from backpressure The valve set at normal pressure of 200 cm of H20 e Provision for mounting 2 Nos of Bulk Cylinders on the extended rear platform amp top tray for mounting monitor at eye level e Machine has gas specific pin indexed cylinder yokes with sliding stainless steel clamping bars for easy handling Two each for oxygen and nitrous oxide cylinder with 5 liters capacity e There should be individual pressure regulator on each circuit output phase of 4 kg cm and Capable of delivering low flow Anesthesia e Provision for mounting of ventilator on the side writing tab
109. y Size 8 x10 Size 10 x 12 Size 12 x15 Half Blockers Size 8 x 10 10 x 12 12 x 15 10 X Ray Adoption Google X Ray Lead Markers Processing Tray X Ray Film Cutter X Ray Film Hangers Size 8 x10 Size 10 x 12 Size 12 x15 Warranty for 2yrs ANNEXURE XIII B SPECIFICATIONS amp DETAILS OF ITEMS GROUP B Si No Specification Qty Nos 1 USG with Servo Voltage Stabilizer 73 SPECIFICATION Imaging mode B B B 4B B M M Tissue Harmonic Scanning mode Electronic convex Linear Micro Convex Gray scale 256 Display 15 high resolution medical grade LCD display Probe frequency Broad band 5 steps frequency selection working frequency 2MHz 12MHz Probe connector 3 standard Dynamic imaging Dynamic frequency scan multi step dynamic focusing Technology Focusing method Dynamic focusing variable aperture Gain control Overall gain control 8 step TGC continuously adjustable Image reverse Left right up down Image magnification max 4 0 local zoom function in 8 steps 0 5 0 8 1 0 1 2 1 5 2 0 3 0 and 4 0 Cine loop More than 250 frames depends on probe amp mode Image storage Minimum 1000 images can be stored Connectivity Full patient database solutions 160G hard disk CD DVD righter 4 USB ports DICOM 3 0 amp AVI JPG format Line density low high Edge enhancement Gray scale curve Persistence
Download Pdf Manuals
Related Search
Related Contents
調達要求年月 日 作成年月 日 Projet d`agglomération 2007 - rapport de mesures Open Development Tool Function ID Development I User Manual Copyright © All rights reserved.
Failed to retrieve file