Home

BIDDING DOCUMENT

image

Contents

1. Bone Rongeur Stille Ruskin 23 5 cm 1 Bone Rongeur Frykholm cvd 24 5cm 1 Bone Rongeur Semb cvd 23 5 cm 1 Punch 40 3mm 18cm 1 Punch 40 5mm 18cm 1 Punch 40 6mm 20cm 1 Punch 40 3mm 23cm 1 Punch 40 5mm 23cm 1 Punch 40 6mm 23cm 1 Punch 40 2mm slim 23cm 1 Raspatory Cobbs 13 mm 28 cm 1 Raspatory Cobbs 19 mm 28 cm 1 Osteotome Lexer 15 mm 22 cm 1 Osteotome Lexer 30 mm 22 cm 1 Bone Curette Volkm oval No 1 17 cm 1 Bone Curette Volkm oval No 3 17 cm 1 Dura Dissector Toennis double 24 cm 1 Dura Dissector Olivecrona dbl 24 cm 1 Suction Tube Frazier 2 0 mm 19 5 cm 1 Suction Tube Frazier 3 3 mm 19 5 cm 1 Suction Tube Frazier 4 0 mm 19 5 cm 1 Nerve Root Retract Hess 3 mm 18 cm 1 Nerve Root Retract Hess 5 mm 18 cm 1 Nerve Root Retract Hess 7 mm 18 cm 1 Laminect Retractor Frame Scoville Hav 1 Hook blade Scoville blunt 50 mm 1 Hook blade Scoville 4 Pr 44X38 mm 2 Hook blade Scoville 4 Pr 67X44 mm 2 Rongeur Caspar str 2 mm 18 cm 1 Rongeur Caspar str 3 mm 18 cm 1 Rongeur Caspar str 4 mm 18 cm 1 Rongeur Caspar str 2 mm 20 cm 1 75 Rongeur Caspar str 3 mm 20 cm Rongeur Caspar str 4 mm 20 cm Rongeur Caspar upw 2 mm 18 cm Rongeur Caspar upw 3 mm 18 cm Rongeur Caspar upw 4 mm 18 cm Hooklet C
2. 8 4 List of important spare parts and accessories with their part number and costing 8 5 Log book with instructions for daily weekly monthly and quarterly maintenance checklist The job description of the hospital technician and company service engineer should be clearly spell out 8 6 Compliance report to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet Any point if not substantiated with authenticated catalogue manual will not be considered N B FDA CE UL or BIS Conform to IEC 60601 1 2 2005 54 17 For surgical Instrument made of stainless steel hydraulic system for lifting and lowering pedal powered height adjustable width 65cm OR MORE depth 53cm or more high 85 120 cm steel tray mounted on ball bearing75mm swivel castor with break FDA CE UL or BIS approved product Neurosurger y 55 SI Name of Items Specification Department No 1 Electrocautery For dermatological works Dermatology 56 High Freguency Low temperature Radiosurgery unit With standard accessories and electrodes with the following specifications Frequency 3 8 MHz Power Output 140 Watts No need of ground contact or skin contact Antenna plate EMC Foot switch activated Four wave forms an
3. 1 It is noted that any deviations to the commercial terms and conditions shall lead to loading of prices or rejection of offer Confirm that the quoted prices are on duly installed and commissioned at site basis including packing amp forwarding P amp F all duties and taxes viz Excise Duty Sales Tax VAT freight insurance installation amp commissioning at site Confirm furnishing of detail price break up of each item showing all components of cost separately with basic price of equipment and other costs 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 you It 5 above is not acceptable advise maximum possible rate of ED chargeable which shall be loaded to you price Confirm that in case of delay on you account any new or additional duties and taxes imposed after the contractual delivery date shall be to you account This will be 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 of value
4. Blade lateral 8 T 24x55 mm Blade lateral 8 T 24x60 mm Blade lateral 8 T 24x65 mm Blade lateral 8 T 24x70 mm Blade medial 5 T 24x30 mm Blade medial 5 T 24x35 mm Blade medial 5 T 24x40 mm Blade medial 5 T 24x45 mm Blade medial 5 T 24x50 mm Blade medial 5 T 24x55 mm Blade medial 5 T 24x60 mm Blade medial 5 T 24x65 mm Blade medial 5 T 24x70 mm Blade long blunt 24x35 mm Blade long blunt 24x40 mm Blade long blunt 24x45 mm Blade long blunt 24x50 mm Blade long blunt 24x55 mm Blade long blunt 24x60 mm Blade long blunt 24x65 mm Blade long blunt 24x70 mm Blade long blunt 24x75 mm Forceps f change of blades CONTAINER MS 60X30X14 CM HANDLE GREY Tray DIN 480x255x73 mm COLOR TAG RED CODING LABEL WITH TEXT WITHOUT HOLE NI N 85 Tender Technical Specifications for Retractor Set Lumbar Discectomy Speculum lumb Caspar 5cm Discectomy Speculum lumb Caspar 5 5cm Discectomy Speculum lumb Caspar 6cm Discectomy counter retract lumb Caspar Blade medial f 15 814 10 07 5 cm Blade medial f 15 814 10 07 5 5 cm Blade medial f 15 814 10 07 6 cm Blade lateral f 15 814 10 07 5 cm
5. Blade lateral f 15 814 10 07 5 5 cm Blade lateral f 15 814 10 07 6 cm CONTAINER MS 60X30X14 CM HANDLE GREY Tray DIN 480x255x73 mm COLOR TAG RED CODING LABEL WITH TEXT WITHOUT HOLE 86 Tender Technical Specifications for Rhoton Set RHOTON DISSECTOR LARGE 19CM NO 8 RHOTON HOOK MEDIUM SHARP 90 NO 8 RHOTON HOOK BLUNT 19CM 90 NO 10 RHOTON HOOK MEDIUM SHARP 45 NO 11 RHOTON HOOK NEEDLE STRAIGHT NO 12 RHOTON HOOK CURETTE SMALL NO 13 RHOTON HOOK CURETTE LARGE NO 14 RHOTON DISSECTOR ROUND 19CM NR 1 RHOTON DISSECTOR ROUND 19CM NR 2 RHOTON DISSECTOR ROUND 19CM NR 3 RHOTON ELEVATOR ANGLED 19CM NR 4 RHOTON ELEVATOR CVD 19CM NR 5 RHOTON DISSECTOR SMALL 19CM NR 6 RHOTON TEAR DROP DISS STR 19CM NR 15 RHOTON TEAR DROP DISS 90 19CM NR 16 RHOTON TEAR DROP DISS 90 19CM NR 17 RHOTON TEAR DROP DISS 40 19CM NR 18 RHOTON TEAR DROP DISS 40 19CM NR 19 CONTAINER MS 30X30X14 CM HANDLE GREY Tray 1 2 243x255x73 mm COLOR TAG RED CODING LABEL WITH TEXT WITHOUT HOLE Silicone mesh f tray 1 2 23x25 CM 87 Tender Technical Specifications for Shunt Set SCALPEL HANDLE NO 4 13 5 CM SCALPEL HANDLE NO 3 12 CM SCISSORS MAYO STR 14 5 CM DISSECTING SCISSORS STR 18 CM TISSUE FOR
6. Clip Mini temp cvd 7mm Clip Mini temp str 7mm 64 Tender Technical Specifications for Cranial Set Adult Scalpel Handle No 3 12 cm 1 Scalpel Handle No 4 13 5 cm 2 Operating Scissors sh bl str 14 5 cm 1 Scissors Jameson cvd 15 5 cm 1 TC Diss Sciss Toennis cvd 17 5 cm 1 TC Scissors Mayo str 17 cm 1 TC Diss Scissors fine str 14 5 cm 1 Haem Forceps Mosquito cvd 12 cm 6 Forceps Dandy cvd sidew 14 5 cm 20 Forceps Crile Rankin str 16 cm 2 Towel Forceps Backhaus sharp 11 cm 6 Forceps Foerster serr str 25 cm 2 Forceps Foerster serr cvd 24 5 cm 2 TC Needleholder Crile Wood 15 cm 2 TC Needleholder De Bakey 18 cm 2 TC Needleholder Mayo Hegar 18 5 cm 2 Dressing Forceps 14 5 cm 1 Tissue Forceps 1X2 T slim 20 5 cm 2 Forceps Gerald 1X2 T str 17 5 cm 3 Ear Dress Fcps Jansen bayo 21 5 cm 2 Retr Volkmann semish 2 Pr 22 5 cm 2 Spreader Adson Anderson 4X4 T 19 cm 2 Hooklet Cushing 8 mm 20 5 cm 1 Atr Forceps De Bakey 2 mm 16 cm 2 Atr Forceps De Bakey 2 mm 20 cm 2 Bone Rongeur Ruskin cvd 24 cm 1 Bone Rongeur Ruskin cvd 19 cm 1 Hook Handle f Wire Saws 4 Wire Saw Gigli fourfold 50 cm 1 Bone Curette Volkm oval No 0 17 cm 1 Raspatory Williger cvd 7 mm 16 cm 1 65 Raspatory Langenbeck cvd
7. Motor should be light weight preferably less than 70 gms Main motor unit should be detachable from air supply hose Straight and angles attachment of various lengths should be available for Cranial and Spinal Surgery Change of hand piece with mounted tool should be possible Motor should be converted to an angulated position with or without an adaptor Sound level should be very low No intra operative oiling of motor should be necessary Duraguard should be detachable from Craniotome hand piece so that same hand piece can be used for Pediatrics Adult and spine surgery Quick coupling attachment should be available Motor should have a safety stop Single use and reusable burrs should be available Sterilizations through Flash or Regular steam autoclave Perforator driver with cutter should be available Should be able to use the Saw hand peice with same system Optional Irrigation pump should be available Five years warranty followed by CMC quote for next five years uote all accessories including followin Neurosurger y Slr No Description Quantity A HAND PIECES 1 Straight hand piece 120 mm 01 Straight hand piece 90 mm 01 3 Straight hand piece 160 mm 01 B CRANIOTOMY ATTACHMENT 4 Craniotome hand piece 01 5 Fixed duraguard adult 01 6 Fixed duraguard pediatric 01 C CRANIOTOME CUTTER 7 Craniotome cutter pediatric 20 8 Craniotome
8. 1 Description of Function 1 1 Image Intensifier for Dynamic X Ray based studies 2 Operational Requirements 2 Amobile unit dedicated for 1 Neurosurgical procedures is required 3 Technical Specifications 3 1 GENERATOR Self contained Monoblock HF Generator with very high frequency of 40 kHz Or more Apart from manual automatic fluoroscopy pulsed fluoroscopy and Boosted Snap shot fluoroscopy facility should be there with choice of different time intervals between the pulses in pulsed fluoroscopy Rotating anode x ray tube with high thermal capacity 3 2 LLT V SYSTEM LATEST HIGH RESOLUTION LI T V SYSTEM Field size 9 Triple Field atleast Monitor Two 19 High definition monitors 100 Hz System Flicker Free with facility for continuous image clock wise and image inversion up down and left right mounted on mobile with castors and locks Automatic dose rate control facility 3 3 MEMORY DIGITAL IMAGE PROCESSOR should have the following functions Acquisition Rate Setting Range User Selectable Memory Hard Disk 300000 images or more Memory RAM 120 Frames or higher Functions 1 Road Mapping ii Digital Subtraction iii Contrast Enhancement iv Noise Reduction with recursive filter Neurosurger y 30 3 4 3 5 3 6 Post Processing Eeatures i Digital Subtraction ii Grey Scale Inversion iii Patient Data Text Annotation C ARM MOVEMENTS The
9. GOVERNMENT ASSAM PRINCIPAL CUM CHIEF SUPERINTENDENT JORHAT MEDICAL COLLEGE amp HOSPITAL JORHAT BIDDING DOCUMENT FOR EGUIPMENTS FOR THE DEPARTMENT OF NEUROSURGERY DERMATOLOGY PSYCHIATRY O amp G AND PHYSIOLOGY FOR USE IN J M C H JORHAT IFB NO SMEJ JMCH 1699 2015 4808 dated 30 07 2015 TWO BID SYSTEMS Due for opening on 21 08 2015 at 4 00 PM Bidding Document issued to M S on dated against the receipt of Rs 1 000 Rupees One Thousand only in the form of Bank Draft Bankers Cheque No MEE EE N Principal cum Chief Supdt J M C el Jorhat No SMEJ JMCH 1699 2015 Dated 01 07 2015 INVITATION FOR BIDS NATIONAL COMPETITIVE BIDDING Principal cum Chief Superintendent Jorhat Medical College amp Hospital Jorhat Assam invites sealed Tender in two bid systems for supply installation testing amp commissioning of Eguipments for the Department of Neurosurgery Dermatology Psychiatry OXG and Physiology at Jorhat Medical College amp Hospital Jorhat Assam CLOSING DATE amp TIME FOR RECEIPT OF BIDS 21 08 2015 AT 1 00 PM BIDS OPENING DATE AND TIME 21 08 2015 AT 4 00 PM 1 Bid schedule EMD SI No Name of Item Psychiatry 1 Electro Convulsive therapy ECT Machine Sophiscated Rs 5 000 2 Biofeedback Machine 3 Digital Alcohol Breath Analyzer SI No Name of Item O amp G
10. TS Comprehensive warranty for 5 years and 5 years CMC after warranty 7 6 Company should be able to supply spares for 10 years after purchase 7 1 Service centre should be present in Assam or near by areas 8 Documentation 8 1 User Technical Maintenance manuals to be supplied in English 45 8 2 Certificate of calibration and inspection 8 3 List of Equipments available for providing calibration and routine maintenance support as per manufacturer documentation in service technical manual 8 4 List of important spares and accessories with their part number and costing 8 5 Log book with instructions for daily weekly monthly and quarterly maintenance checklist The job description of the hospital technician and company service engineer should be clearly spelt out 8 6 Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet 46 14 Transcranial Doppler system Description of Function 1 1 Tran cranial Doppler TCD is used to conduct a test that measures the velocity of blood flow through the brain s blood vessels Used to help in the diagnosis of emboli stenos is vasospasm from subarachnoid hemorrhage bleeding from a ruptured aneurysm and other problems this is relatively quick and inexpensive test 2 Operational Requirements 2 1 System complete with all accessories
11. 19 cm Elevator Langenbeck 7 mm 19 5 cm 2 TC Universal Wire Sciss ang 12 5 cm 1 Hand Drill Hudson complete 28 cm 1 Burr Flat Type Cushing 14 mm Wide 2 Wire Saw Conductor De Martel 2 Dura Scissors Schmiden Taylor 16 5 cm 1 Applying Removal Forceps f Raney Clips 2 Scalp Clamp Raney 12 Dura Dissector Toennis double 24 cm 1 Suction Tube Frazier 2 3 mm 19 5 cm 1 Suction Tube Frazier 3 0 mm 19 5 cm 1 Suction Tube Frazier 4 0 mm 19 5 cm 1 Galea Retractor Hook Yasargil 30 cm 4 Brain Spatula Olivecr conc 7 9 mm 1 Brain Spatula Olivecr conc 11 13 mm 1 Brain Spatula Olivecr conc 15 18 mm 1 Brain Spatula Olivecr conc 18 22 mm 1 Brain Spatula Heifetz mall 8X155 mm 1 Brain Spatula Heifetz mall 14X155 mm 1 Brain Spatula Heifetz mall 17X155 mm 1 Woundspreader blunt 3X4 T 13 5 cm 1 Dura Hooklet 90 sharp cvd 19 cm 2 Micro Scissors Yasargil bay str 16 5cm 2 Grasp Fcps Heifetz bay 3mm 22cm 1 Septum Elevator Freer sh bl 18 cm 1 Septum Elevator Halle 3 5 mm 16 cm 1 Skin Hooklet Gillies No 1 18 cm 2 Septum Elevator Joseph 4 mm 16 5 cm 1 CONTAINER MS 60X30X 16 CM HANDLE GREY 1 Tray DIN 480 255 33 mm 1 Tray DIN 480 255 73 mm 1 COLOR TAG RED 2 CODING LABEL WITH TEXT WITHOUT HOLE 2 66 Tender Technical Specifications for Cranial Set Chi
12. 52 13 Should have interface for integrated heads up display for monocular image Injection from endoscope amp MR CT PIP Integrated HD rcorder can be operated via touch screen the foot clamp or the hand grip of the surgical microscope Flexible foldable table f 170 f 26 wireless foot contol panel 14 Intraoperative diagnostic ICG 3 2 1 Stereoscopic co observation attachment for second observer with liltable Eyepieces minimum 0 180 2 Integrated Dual Beam Splitter 3 Integrated high definition camera with c mount for connecting with the microscope 4 Integrated digital video recording facility with appropriate video editing software 5 Diploscope face to face attachment 6 Full multifunction footswitch 7 Digital still camera for attachment with microscope 4 System Configuration Accessories Spares and Consumables 4 1 System as specified 4 2 Spare xenon lamp 300 W 2 Nos 5 Environmental Factors 5 1 The unit shall be capable of being stored continuously in ambient temperature of 0 05 deg C and relative humidity of 15 90 5 2 The unit shall be capable of operating in ambient temperature of 20 30 deg and relative humidity of less than 70 6 Power Supply 6 1 Power input to be 220 240 VAC 50 Hz fitted with Indian plug 230v or 115v 100v 125 v 6 2 Resettable overcurrent breaker shall be fitted
13. 7 4 Electrical safety conforms to standards for electrical safety IEC 60601 1 General Requirements or equivalent international national standard 7 5 Comprehensive Warranty for 5 years and 5 years CMC after warranty 48 8 Documentation 8 1 User Technical Maintenance manuals to be supplied in English 8 2 Certificate of calibration and inspection 8 3 List of important spares and accessories with their part number and costing 8 4 Log book with instructions for daily weekly monthly and quarterly maintenance checklist The job description of the hospital technician and company service engineer should be clearly spelt out 8 5 Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet Any point if not substantiated with authenticated catalogue manual will not be considered 8 6 List of Equipments available for providing calibration and routine maintenance support as per manufacturer documentation in service technical manual 49 15 Image Guided Neuronavigatio n system 10 11 12 13 14 15 16 17 The System should be easy to set up user friendly intuitive and should work under Windows operating system environment Space saving high performance Image Guided Surgery platform The navigation system should have point as well as surface registration
14. 7 Suction irrigation tubing 5 meter each silicon twin tube 20 8 Autoclavable compatible instrument tray 9 Protective cover 4 pieces 5 Environmental Factors 5 1 The unit shall be capable of being stored continuously in ambient temperature of 0 50 deg C and relative humidity of 15 90 5 2 The unit shall be capable of operating in ambient temperature of 20 30 deg and relative humidity of less than 70 5 3 Shall meet IEC 60601 1 2 2001 Or Equivalent BIS General Reguirements of Safety for Electromagnetic Compatibility or should comply with 89 366 EEC EMC directive 6 Power Supply 6 1 Power input to be 220 240 VAC 50 Hz fitted with Indian plug 6 2 Resettable overcurrent breaker shall be fitted for protection 6 3 Voltage corrector stabilizer of appropriate ratings meeting ISI Specifications Input 160 260 V and output 220 240 V and 50 Hz 6 4 Suitable UPS with maintenance free batteries for minimum one hour back up should be supplied with the system 7 Standards Safety and Training 7 1 Manufactures Supplier should have ISO Certificate to Ouality Standard 7 2 Should be compliant with IEC 61010 1 any international equivalent eg EN UL 61010 covering safety requirements for electrical equipment for measurement control and laboratory use 7 3 Should be FDA CE UL amp BIS approved product 74 Comprehensive training for lab staff and support services till familiarity with the system
15. Backhaus sharp 11 cm Forceps Foerster serr str 25 cm TC Needleholder Mayo Hegar 18 5 cm TC Needleholder Mayo Hegar 16 cm N N N Dressing Forceps medium wide 14 5 cm Tissue Forceps 1X2 T slim 16 cm Tissue Forceps Adson 1X2 T 15 cm N N Tissue Forceps Waugh 1X2 T 20 cm Nasal Tampon Forceps Gruenwald 21 5 cm Retract Kocher Lang 40X11 mm 21 5cm Retractor Kocher 40X10 mm 22 cm Woundspreader sharp 3X4 T 13 5 cm Atr Forceps De Bakey 2 mm 16 cm Atr Forceps De Bakey 1 5 mm 20 cm Raspatory Sedillot 15 mm 18 5 cm Bone Rongeur Marquard 20 5 cm Punch 40 2mm 18cm Punch 40 3mm 18cm Punch 40 6mm 20cm Punch 40 3mm 23cm Punch 40 4mm 23cm Punch 40 1mm 23cm 79 Bone Curette ang down No 0 25 cm Bone Curette ang down No 1 25 cm Dura Dissector Olivecrona dbl 24 cm Suction Tube Frazier 2 7 mm 19 5 cm Suction Tube Frazier 3 3 mm 19 5 cm Suction Tube Frazier 4 0 mm 19 5 cm Nerve Root Retract Hess 3 mm 18 cm Nerve Root Retract Hess 5 mm 18 cm Nerve Root Retract Hess 7 mm 18 cm Laminect Forceps 3X10 mm down 18 cm Rongeur Caspar str bayon 2 mm 18 cm Rongeur Caspar str bayon 3 mm 18 cm Rongeur Caspar str bayon 5 mm 18 cm Rongeur Casp
16. on the bid form or 2 If the bidder having been notified of the acceptance of its bid by purchaser during the period of bid validity a fails or refuses to execute the contract form if reguired or b fails or refuses to furnish the Performance Security in accordance with the clauses of the tender We undertake to pay to the purchaser up to the above amount upon receipt of its first written demand without the purchaser having to substantiate its demand provided that in its demand the purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions specifying the occurred condition or conditions This guarantee will remain in force up to and including 90 Ninety days after the period of bid validity or as it may be extended by the purchaser notice of which extension s to the bank is hereby waived and any demand in respect thereof should reach the bank not later than the above date Signature of the bank Seal signature name and address 105 Annexure XII PERFORMANCE SECURITY FORM BANK GUARANTEE To The Director of Medical Education Ghy Assam Through the Principal cum Chief Supdt J M C amp H Jorhat WHET AS oem ea ot SI eee La ese annen name and address of the supplier hereinafter called the supplier has undertaken in pursuance of contract dated ec eee lge bek 2015 to supply description o
17. Color rendering index CRI should be 93 98 Height adjustment more than meter LED life span 40000 or more Hrs Light field adjustment by sterilisable handle Control panels on the light assembly as well as away from it for adjustment of light intensity illuminated area and for switching on and off focusing etc The light head should be so constructed as to provide optimum conditions for laminar flow It should have provision for using it during minimally invasive surgery maintaining the correct vision of the screen e Camera System CCD Camera having following features Resolution 450 lines or more Motorized 36xzoom or more Anti flicker and auto focus Minimum lux 1 5 Focal length 4 120mm Aperture F 1 6 4 5 Neurosurger y 24 aos 10 Location of the camera in the center of the light head inside the handle for easy focusing Foot switch control Having output BNC Composite USB Auto manual white balance e LCD Monitor High resolution LCD monitor compatible with the camera system and the recording system Size 19 26 inch or more diagonally Mountable on 3rd arm or wall 3rd arm to hold Monitor on a bracket which can be tilted independently on two separate axis e Recording System Multimedia Digital recording system for recording on hard disk and portable media with 17 LCD monitor System Configuration Accessories Spares and Consumables
18. Irrigation system with irrigation speed controlled by foot switch Single Motor System with variety of hand pieces Forward amp Reverse Speed control via foot switch The system must comprise of 1 Qty of each of the following Short straight hand piece Extra long curved hand piece Long straight hand piece Short curved hand piece Craniotomy handpiece with duraguard Perforator handpiece without perforator instrument Hudson Connector for use Accessories to be supplied with drill 2 adult and 2 paediatric size perforators 10 drill bits of different sizes to be supplied with drill machine 10 craniotomy blades should be supplied 4 saws to be supplied which fit in hand piece motor 2 autoclavable cords to be supplied Diamond burrs in sizes 2 3 4 Diamond course burr in size 3 4 Craniotome burrs for medium dura protector Highspeed hand piece extra long malleable slim angled 60 000 rpm for use Malleable Diamond burrs in all sizes to be used with extra slim angled handpiece Should be FDA CE approved Five years warranty with spares and five years additional CMC to be Neurosurger y 27 guoted m Service center should be present in Assam or surrounding area n UPS CVT to be supplied with drill machine Pneumatic Drill Machine Tender Technical Specifications for Pneumatic Drill Machine PD am Motor speed should be at least 100 000 rpm at 8 bar pressure
19. Pean str 22 5 cm Tampon Forceps Ulrich str 22 5 cm Forceps gross Maier str 20 5 cm TC Needleholder Mayo Hegar 16 cm TC Dissecting Scissors cvd 17 5 cm TC Scissors Lexer fine cvd 16 cm Operating Scissors sh bl str 14 5 cm strabismus Sciss bl bl cvd 11 5 cm TC Dress Forceps Potts Smith 18 5 cm Ear Dress Feps Jansen bayo 21 5 cm Tissue Forceps 1X2 T 14 5 cm Tissue Forceps Gillies 1X2 T 15 cm Nasal Speculum Cottle 85 mm No 4 Pituit Specula Papav Caspar 80X11mm Pituit Specula Papav Caspar 90X13mm 71 Punch 40 1mm 20cm Punch 40 2mm 20cm Punch 40 3mm 20cm Punch 40 4mm 20cm Rongeur Caspar str 5 mm 15 cm Rongeur Caspar str 3 mm 15 cm Rongeur Wagner strong mod 5 mm 20cm Pituitary Forceps Yasargil 2 2 mm Micro Scissors acc Tew 2 5mm straight Micro Scissors acc Tew 2 5mm curved Micro Biopsy Forceps acc Tew Micro Alligator Forceps acc Tew Suct Tube Fergusson W1 110 mm 2 5 mm Suct Tube Fergusson W1 110 mm 3 0 mm Suct Tube Fergusson W1 110 mm 4 0 mm Suct Tube Fergusson W1 110 mm 5 0 mm Suction Tube Plester 1 5 mm 19 5 cm Suction Valve Cerullo Curette acc Mikaeel 12 bay Handle for Mikaeel Instruments Hook acc Mikaeel 1 45 bay 26cm D
20. Raspatory str round 6 mm 12 5 cm 1 Raspatory Langenbeck cvd 19 cm 1 TC Universal Wire Sciss ang 12 5 cm 1 67 Hand Drill Hudson complete 28 cm 3 Burr Flat Type Cushing 14 mm Wide 2 Wire Saw Conductor De Martel 2 Dura Scissors Schmiden Taylor 16 5 cm 1 Applying Removal Forceps f Raney Clips 2 Scalp Clamp Raney 12 Dura Hooklet Frazier sharp 13 cm 2 Dura Dissector Toennis double 24 cm 1 Suction Tube Frazier 2 3 mm 19 5 cm 1 Suction Tube Frazier 3 0 mm 19 5 cm 1 Suction Tube Frazier 4 0 mm 19 5 cm 1 Galea Retractor Hook Yasargil 30 cm 4 Brain Spatula Olivecr conc 7 9 mm 1 Brain Spatula Olivecr conc 11 13 mm 1 Brain Spatula Heifetz mall 8X155 mm 1 Brain Spatula Heifetz mall 14X155 mm 1 Ultrasonic Fixation for Resorbable with complete set 1 Brain Spatula Heifetz mall 17X155 mm 1 Woundspreader blunt 3X4 T 13 5 cm 1 Micro Hooklet blunt 23cm 1 Dura Hooklet 90 sharp cvd 19 cm 2 Micro Scissors Yasargil bay cvd 20cm 1 Grasp Fcps Heifetz bay 3mm 22cm 2 Septum Elevator Freer sh bl 18 cm 1 Septum Elevator Halle 3 5 mm 16 cm 1 MICRO HOOK 230MM BLUNT 1 68 CONTAINER MS 60X30X 16 CM HANDLE GREY Tray DIN 480 255 33 mm Tray DIN 480 255 73 mm COLOR TAG RED CODING LABEL WITH TEXT WITHOUT HOLE 69 Tender Technical Specifi
21. The software should reorient the scan images along the AC PC plane The stereotactic system should be adaptable to major frames like Leksell and CRW Navigation system should have a Grid amp Deformable Atlas for better Neurosurger Y 50 18 19 20 21 22 23 24 23 26 27 28 29 30 31 32 33 34 navigation Two way wireless communication between the camera and the instruments Large field of view of camera In house developed navigation camera for compatibility with future upgrades of machine technology The system should have 3D graphics capability and software to merge CT amp MRI images of machine present at JMCH Look ahead view capability to show the images at Imm to 20mm increments of 1mm in front of the probe System should have advanced auto segmentation capabilities amp should be able to perform following segmentation Brain Tumor Vasculature Skull Skin Ventricles Custom All applications should have US FDA CE or BIS approval The bidder shall provide all updates software and hardware support for the systems and accessories during the warranty and CMC period System should have facility of virtual fluoroscopic navigation for spinal applications compatible with 9 C arm The spine application should be a unified spine application which should comprise of 3D spine Spine Navigation with Spine CT Data and virtual fluoroscopy
22. 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 The Director of Medical Education Assam hereinafter called the said Director as regards to the quality and specification of article shall be final and binding on me us We undertake to provide back up services of Trained Technical Personnel on round the clock basis for emergency problem We undertake and confirm that the equipment shall be covered by our standard warranty as shown in the requirement In case of any defect reported the defective part shall be replaced We shall organize technical seminars workshops at various locations within the State to impart education and training to the medical professionals as and when requested by the purchaser We agree to the conditions of the tender under which the EARNEST MONEY DEPOSIT and PERFORMANCE SECURITY DEPOSIT shall be forfeited by us We agree to accept the amount of the bill to be paid by the purchaser after completion of all codal formalities and should any amount of the bill found by the 97 purchaser auditors to have been over paid the amount so found shall be refunded by me us 9 We hereby undertake to supply items during the validity of the tender as direction given in
23. and reverse position 3 7 Should have a table top which can rotate towards the right and left by 20 30 deg each 3 8 Should have headboard break 100 up 850 down with manual and electrohydraulic operation 3 9 Movement should be possible by simply pressing the appropriate buttons on the Remote Control 3 10 Should necessarily be possible to shorten the table top in stages by Neurosurger x 39 back extension to 1300 mm further 265 mm when the leg plate is lowered for operating on infants to adolescents 3 11 Should have radiolucent table plate for free c arm access 4 System Configuration Accessories Spares and Consumables 4 1 System as specified 4 2 Standard Accessories 4 3 Accessories for Neurosurgery Mayfield skull clamp with necessary adapters Attachment frame for positioning the patient in sitting position e Arm Board Wristlet Body straps Anaesthesia screen Infusion bottle holders Radial setting clamp Horse shoe with connecting fixtures adults Horseshoe with connecting fixtures pediatrics Horseshoe with pulley for traction Wrist support Accessories for prone knee chest position C arm compatible and radiolucense horse shoe with connecting features with pullies for traction in 5 Environmental Factors 5 1 Shall meet JEC 60601 1 2 2001 Or Equivalent BIS General Requirements of Safety for Elect
24. and seal of the bidder Value including all taxes 90 Annexure II BID FORM AND PRICE SCHEDULES IFB No Date To The Director of Medical Education Ghy Assam Through the Principal cum Chief Supdt J M C amp H Jorhat Gentlemen Having examined the bidding documents the receipt of which is hereby duly acknowledged we the undersigned offer to supply and deliver description of goods and services in conformity with the said bidding documents for the sum of total bid amount in words and figures or such other sums as may be ascertained in accordance with the schedule of prices attached herewith and made part of this bid We undertake if our bid is accepted to commence delivery within number days and to complete delivery of all the items specified in the contract and to perform all the incidental services within number days calculated from the date of your notification of award If our bid is accepted we will obtain the guarantee of a bank in a sum not exceeding 5 Five percent of the contract price for the due Performance of the contract We agree to abide by this bid for a period 365 days from the date of opening of the bid please specify the calculated date and it shall remain bidding up on us and may be accepted at any time before the expiration of that period Until a formal contract is prepared and executed this bid together with your written acceptance thereof and your notification of award shall constitu
25. are required along with a trolley and printer 3 Technical Specifications 3 1 The system should preferably be digital with M Mode display 3 2 The System should have at least i 2 independent channels capable of any frequencies between 1 16 20 MHz ii 2 Probes simultaneous functioning iii Electronically switching form PW CW for 4 and 8 MHz Probes iv Spectra and audio recording facility v Remote to control all vital functions vi User configurable protocol for test sequences 3 3 Software should offer at least the following i 2 Channel Micro Emboli Detection Program ii M mode display in Color Spectrum iii On line display of various parameters including Depth Mean SV PI RI Power etc iv Should have database with provisions of data sort facility v Should have provision to insert new data in the same patient database vi Report Generation facility vii Bi lateral monitoring software with probe fixation on lightweight headband viii 4 8 view of spectra during monitoring 3 4 System to include the following TCD Probes and accessories i 2 MHz Probes suitable for monitoring 2Nos ii 2 MHz Hand Held probe for diagnostic use 1No Neurosurger y 47 iii 4 PW CW probe 1 NO iv Light Weight Head Band for two monitoring probes v Stereo Head Phones 1No vi Conductive Gel 24 Tubes of 200 250 ml 3 5 System should be supplied with a PC with minimum i Intel V or higher 4GB
26. bidder has been enjoying Excise Duty exemption on any criteria like turnover etc and at a later date during currency of the contract even if Excise Duty becomes chargeable on goods manufactured the same shall be to the supplier s account and shall not be borne by the purchaser Penalty for delay in delivery Non performance of the contract provisions may make the bidder liable to be disqualified to participate in any tender for the next 5 years in addition to forfeiture of EMD Performance Security and other penal provisions Force majeure The above condition of delivery period price reduction amp termination 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 epidemics or other exceptional causes like quarantine restrictions freight embargoes On specific request made by the supplier 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 contrac
27. details of the goods and services proposed to be supplied under contract to help in preparation of Comparative Statement which should be inserted in the Technical Bid Original Copy Any discrepancy between soft and hard copy the hard co rinted and signed documents shall prevail All the materials should be well packed to avoid any breakage during transit The responsibility for providing after sale service would rest on the Principal equipment supplier The Principal suppliers shall be solely responsible for warranty period and maintenance of the equipment even if there is any change in the accredited dealer during the above period Bidders shall submit their bids in two parts Bid security EMD to be furnished in favour of Jorhat Medical College Hospital Users Fund Bidders shall submit their Performance statement as per Performa along with certificate from the users and copy of the orders for the equipment quoted The quantity mentioned is only the tentative requirement and may increase or decrease as per the decision of Tender Inviting Authority The rates quoted should not vary with the quantum of the order or the destination 16 SCOPE OF INCIDENTAL SERVICES A Installation Commissioning Demonstration on site training Performance Supervision of on site assembly Start up of the supplied Goods B The bidder shall impart education and training to upgrade the skills of the medical professionals at various
28. e System as specified Environmental Factors e unit shall be capable of being stored continuously in ambient temperature of 0 50 deg C and relative humidity of 15 90 e unit shall be capable of operating continuously in ambient temperature of 10 40deg C and relative humidity of 15 90 Power Supply e Power input 220 240V 50 Hz AC Single phase fitted with appropriate Indian plugs and sockets e Electronic Voltage corrector stabilizer of appropriate ratings meeting BIS Standards Specifications Input 160 260 V and output 220 240 V and 50 Hz and UPS Standards amp Safety e Should be FDA CE UL or BIS approved product e Manufacturer should be ISO certified for quality standards e Electrical safety conforms to standards for electrical safety IEC 60601 1 General Requirements or equivalent BIS Standard e Shall meet internationally recognized standard for Electro Magnetic Compatibility EMC for electro medical equipment IEC 60601 1 2 latest edition Or Equivalent BIS or should comply with 89 366 EEC EMCdirective as amended e Certified to be compliant with IEC 60601 2 41 Particular requirements for the safety of Operation Theatre Light or equivalent if applicable Training e Comprehensive training for staff of user department and support services till familiarity with the system Warranty amp Service e Comprehensive warranty for 5 years and 5 years Comprehensive Maintenance Service after warr
29. f Stand Clips bay shaft 1 1cm Appl Fcps f Mini Clips bay turn 23cm Appl Fcps f Mini Clips bay shaft 11cm Storage Rack f Clips Clip Mini temp cvd 7mm Clip Mini temp str 7mm 63 Tender Technical Specifications for Aneurysm Clip Set Clip Stand perm str 7mm Clip Stand perm slight cvd 7mm Clip Stand perm str 9mm Clip Stand perm slight cvd 9mm Clip Stand perm str 11mm Clip Stand perm slight cvd 11mm Clip Stand perm fen 3 5mm str 7mm Clip Stand perm fen 3 5mm str 9mm Clip Stand perm fen 3 5mm ang 7mm Clip Stand perm fen 3 5mm str 12mm Clip Stand perm fen 5mm str 7mm Clip Stand perm fen 5mm ang 5mm Clip Stand perm fen Smm str 9mm Clip Stand perm fen 5mm ang 7mm Clip Stand perm fen Smm ang I I mm Clip Stand temp str 7mm Clip Stand temp str 9mm Clip Stand temp cvd 90g 9mm Clip Stand temp str 11mm Clip Mini perm used str Smm Clip Mini perm straight Smm Clip Mini perm straight 7mm Clip Mini perm curved 7mm Clip Mini temp str Smm Appl Fcps f Stand Clips bay turn 23cm Appl Fcps f Stand Clips bay shaft 1 1cm Appl Fcps f Mini Clips bay turn 23cm Appl Feps f Mini Clips bay shaft 11cm Storage Rack f Clips
30. for an EMG response Should support below mentioned screw Test capabilities Provide audio tone feedback to verify proper positioning of pedicle screws Should have program to avoid false test results should Support simultaneous 32 channle or more EP MEP SSEP VEP BAEP etc EMG and EEg monitoring built in fast charge TCeMEP with double train stimulation 2 channle Pulse O2 capability Automated pedicle screw testing Surgeon s microscope view Simultaneous muftisite remote monitoring and review General specification Vendor should provide complete range of accessories and disposables for all monitoring modalities SSEP MEP AEP BAEP VEP A user list should be enclosed with manual The system with all its applications should be FDA CE BIS approved Vendors should provide technical application specialists for application support and should be based in Eastern Region Vendor should quote prices of the entire system with all its application Vendor should quote prices for disposables for 50 surgeries indicating unit price of each item Should quote unit price separately for disposables Physical demonstration of the product with all its features and functions should be made available within one week of notice Training of the medical technical and paramedical personnel should be provided by the vendor Service centre should be present in Assam or surrounding area To quote five year warranty and five years additional CMC Bi
31. for 5 years and 5 years after warranty 8 Documentation 8 1 User Technical Maintenance manuals to be supplied in English 8 2 Certificate of calibration and inspection 8 3 List of important spares and accessories with their part number and costing 8 4 Log book with instructions for daily weekly monthly and quarterly maintenance checklist The job description of the hospital technician and company service engineer should be clearly spelt out 37 MR Compatible Stereo Tactic Frame Specification for MR compatible stereotactic frame Stereotactic head frame with localization accessories 1 BUD Coordinate stereotactic frame Stereotactic arc with clamp CT anf MR adapter with table fixation device Backward biopsy kit including accessories for fine needle biopsy spiral biopsy and aspiration kit Side cutting biopsy needle kit Haematoma evacuator kit Endoscopic adaptor Neurogenerator Brain lesion electrodes amp bipolar kit Electrodes for pain treatment Should be compatible with existing CT and MRI at JMCH N B Should be CE US FDA or BIS approved product Neurosurger y 38 10 Operating Table for Neurosurgery with standard neuro attachment 1 Description of Function 1 1 A dedicated system for Neurosurgery 2 Operational Requirements 2 1 The table should be mobile electrically controlled with battery powe
32. for protection 6 3 Voltage connector stabilizer of appropriate ratings meetings ISI Specifications Input 160 260 V and output 220 240 V and 50 Hz 60 Hz 6 4 Suitable UPS with maintenance free batteries for minimum one hour back up should be supplied with the system 7 Standard Safety and Training standardized data exchange with PRZ syatem via the integrated dicom module 7 1 Manufactures supplier should have ISO certificate to Quality Standard 7 2 Should be compliant with IEC 61010 1 or any international equivalent eg EN UL 61010 covering safety requirements for electrical 53 equipment for measurement control and laboratory use 7 3 Should be FDA CE UL or BIS approved product 74 Comprehensive training for lab staff and support services till familiarity with the system 7 5 Back to back warranty to be taken by the supplier from the principal to supply spares for a minimum period 10 years 7 6 Comprehensive warranty for 5 years and 5 years additional after warranty 7 1 Service centre should be located in Assam or surrounding area 8 Documentation 8 1 User Technical Maintenance manuals to be supplied in English 8 2 Certificate of calibration and inspection 8 3 List of eguipments available for providing calibration and routine maintenance support as per manufacturer documentation in service technical manual
33. levels for which a tentative programme shall be submitted Detailed Operations and Maintenance Manual for each appropriate unit of the supplied Goods are to be provided by the successful bidder PART III TERMS OF DELIVERY The eguipment has to be delivered at the site of the following Institutions 1 Principal cum Chief Superintendent JMC amp H Jorhat The periodic reguirement of medical college will be directly communicated to the supplier by letter fax e mail telephone and the same shall be delivered to the indenting authority without any delay 17 SCHEDULE 3 Part I Technical Specifications of Machinery Equipments SI Name of Items Specification Department No Electro Should have most advance Feature control through computer software as well Psychiatry Convulsive as switches without computer printer amp monitor Brief Pulse includes Carry therapy ECT Case 1 Head band 1 Operating manual 1 Jelly 1 Mouth gag 1 Velcro Machine electrode 1 spare fuses 1 Along with Computer Monitor amp Printer Charge Sophisticated 60 to 540 mc 9 Steps in standalone mode Parameters Standalone Mode Computer Mode Constant currentPulse 800 mA 200 to 1000 mA amplitude Pulse width 1 5 ms 0 5 to 2 ms Output Frequency 125 PPS 50 to 200 PPS Duration 0 4 to 3 6 Sec 0 1 to 20 Sec Charge 60 to 540 mC 9 Variable Steps Pulse waveform Bidirectiona
34. minimum battery service life of 6 hours Batteries should be capable of being charged easily without powering off Should have integrated battery status indicators Approx weight less than 350 gm Should be provided with 3 magnifying lenses 2dpt 3dpt and Adpt Focus should be down to 65mm Fiber Optic Bundle Should be comfortable through a removable washable headband Should be CE US FDA or BIS approved and of international safety standards Carrying Case Should be supplied with a compact case System Configuration Accessories Spares and Consumables System as specified Environmental Factors The unit shall be capable of being stored continuously in ambient ure of 0 50 deg and relative humidity of 15 90 The unit shall be capable of operating continuously in ambient temperature of 10 40 deg C and relative humidity of 15 90 Neurosurger Y 36 6 Power Supply 6 1 Power input to be 220 240VAC 50Hz fitted with Indian plug with UPS 7 Standards Safety and Training 7 1 Should be FDA CE UL or BIS approved product 7 2 Manufacturer should be ISO certified for quality standards 7 3 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 the service maintenance manual 74 Comprehensive warranty
35. navigation for spine The application should be able to memorize multiple surgeon preferences for each procedure There should be a wireless control from the sterile field in form of surgeon mouse It should be able to do a customized setup and automated functional check It should have universal instrument adaptor tracking system with active and passive option System should have facility of virtual fluoroscopic navigation for spinal applications compatible with C Arm available at JMCH Jorhat System should have the capability to be integrated with 2D C Arm of various manufactures and should provide complete list of compatible 2D C arm s of various vendors and various dimensions 9 12 The System should have Navigation instruments for Minimal invasive Spine Procedures 5 Years Warranty with spares and further 5 Years CMC with spares Should have s service centre in the Eastern Region of India 51 16 Operating Microscope for Neurosurgery 35 Undertaking to stock an inventory of all spares for 10 years Navigation software application are supported as well as integration with Endoscope Fluoroscopes and microscope Should be compatible existing CT and MRI of JMCH 1 Description of Functions 1 1 Surgeon Use operating microscopes to magnify minute structures e g nerves blood and lymphatic vessels lesions in the operating field 2 Operational Requirements
36. restriction or piezoelectric technology 3 2 The system must be compact with built in suction facility 3 3 The hand piece must be cooled if reguired to prevent overheating by flow of water 3 4 The hand pieces should be dismountable amp autoclavable 3 5 The vacuum pump should provide suction of gt 550 mm of Hg 3 6 It should have safety features like optical signal for failed hand pieces and signal for failed unit 3 7 The console should have control for power irrigation and aspiration with clearly visible large digital display 3 8 The footswitch should have a linear operation for irrigation and operation of the hand piece 3 9 It should preferably have 1 5 to 2 5 liter capacity container of unbreakable material with level sensor and anti overflow system 3 10 The hand piece should be available in the following sizes 1 Standard Size Hand Pieces Angled amp Straight 1 each 2 Micro tipped Angled hand piece 1 each 3 Long Angled hand piece 1 each 3 11 The irrigation pump should be inbuilt in the unit the irrigation output 0 150ml min 3 12 Should be able to remove bone and tough tissue 4 System Configuration Accessories Spares and Consumables Neurosurger y 44 41 Accessories 1 Trolley Assembly kit for aspirator 1 Infusion bottle holder 1 2 3 4 Double foot switch 1 5 Cleaning brush for instrument lumen 2 6 Instrument connection cables 2
37. successful bidder s EMD bid security will be discharged returned upon the bidder executing the contract and after furnishing the Performance security pursuant to clause 32 The prices must be guoted in Indian Rupees for both indigenous and imported make Bids where prices are guoted in any other way shall be treated as non responsive and rejected The bidder shall indicate on the appropriate price schedule Annexure III attached to these documents the unit prices and total bid prices of goods it proposed to supply under the contract The Purchaser will technically evaluate all bids previously determined to be responsive and compare the bids previously determined to be substantially responsive and technically acceptable The Purchaser s evaluation of a bid will include and take into account The goods manufactured indigenously or goods of foreign origin already located in India excise duty sales tax and other similar taxes and duties which will be payable on the goods if a contract is awarded to the bidder and the purchaser s evaluation of a bid will exclude and not take into account the additional features like training in India or abroad offered free or at an additional cost unless specifically asked for in the Technical Specifications The comparison shall be of F O R site and delivered and commissioned at consignee s end The purchaser s evaluation of bid will take into account in addition to the bid price and the pr
38. supply order within the stipulated period 10 We understand all the terms and conditions of the contract and bind myself ourselves to abide by them 11 We hereby declare that there is no vigilance anti corruption or court case pending against us at the moment SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM SEAL 98 ANNEXURE VIII UNDERTAKING ON FRAUD AND CORRUPTION Wes AVIS EE TER Do hereby undertake that in competing for and if the award is made to us in executing the subject contract for supply of Equipment under tender reference no Dici We shall strictly observe the laws against fraud and corruption in force in the country Sd Signature of proprietor Partner Director Designation Seal 99 Annexure IX MANUFACTURERS AUTHORISATION FORM To The Principal cum Chief Supdt J M C amp H Jorhat Dear Sir IFB No WE AE ME MR ME NT Who are established and reputable manufacturers vol Aase EO CU RD ute DR having factories at MEE adt esent EES hereby authorize Messrs EET d name and address of agents to bid negotiate and conclude the contract with you against IFB NO iese eise ese ese ee ee ee ee ee ee eek ee for the above goods manufactured by us No company or firm or individual other than Messrs are authorized to tender negotiate and conclude the contract in regard to this business agains
39. unit should have steerable wheels with locks Motorised vertical movement At least 500 mm or more Horizontal Movement At least 175 mm or more Orbital At least 125 degrees Swing At least 10 degrees Free space between X ray tube amp LI At least 700 mm or more Depth of C Arm At least 650 mm or more Source to Image Distance At least 900 mm or more Motorised Remote Collimator IRIS TYPE and Parallel Shutters type The Parallel shutter should be possible to Rotate Clockwise Anti Clockwise Footswitch with functional switches for Fluoroscopy Pulsed Fluoroscopy and Snap Shot Fluoroscopy 4 System Configuration Accessories spares and consumables 4 1 4 2 System as specified Accessories 1 Lead Aprons 06 2 Thyroid Guards 06 3 PC with TFT Monitor with table and laser printer 01 5 View Boxes 02 6 TFT Monitor 02 7 C Arm compatible table Radioluscent 5 Environmental factors 5 1 5 2 5 3 Shall meet IEC 60601 1 2 2001 Or Equivalent BIS General Requirements of Safety for Electromagnetic Compatibility or should comply with 89 366 EEC EMC directive The unit shall be capable of being stored continuously in ambient temperature of 0 50 deg C and relative humidity of 15 90 The unit shall be capable of operating continuously in ambient temperature of 10 40 deg C and relative humidity of 15 90 6 Power Supply 6 1 6 2 Power input to be 220 240VAC 50Hz fitted with Indi
40. with accuracy prediction system The navigation system must have dynamic referencing so that registration is not lost even if camera or the patient moves Should have facility for marker less registration Should have user friendly application software The system should have facility of keeping optical camera and viewing system together or separately to allow optical use of O T space The system should have two monitors one for the surgeon and the other for the OT Technical staff or navigational screen can be easily viewed from ceiling wall mounted LCD monitors The surgeon Monitor should be high resolution at least 1920 x 1200 60 Hz with a viewable size of at least 24 widescreen It should have hybrid tracking system with active and passive instrument It should have universal instrument adapter tracking system with active amp passive option The system should have image guided spinal instruments like short drill guide Awl Probe and Tap system with straight or T handles option The system should include a frameless biopsy system with needles The system should interface with all major microscope systems available at JMCH The Microscope interface should be such that the navigation system can track microscope s focal point amp trajectory plan The Microscope interface should give heads up display The navigation system should have hardware amp software for stereotactic surgery including functional stereotactic procedures
41. 1 Hysteroscopy and Set Rs 5 000 SI No Name of Item Neurosurgery 1 Head Band Mounted Operating Loupe Rs 50 000 2 Intra Operative Neuro Monitoring system 3 Operation Theatre Light with Camera 4 High speed Drill System for Neuro surgery amp Spinal Surgery 5 Pneumatic Drill Machine 6 C Arm Image Intensifier TV System of Neurosurgery 7 Endoscope system of Neurosurgery 8 Head light of Neurosurgery 9 MR Compatible Stereo Tactic Frame 10 Operating Table for Neurosurgery with standard neuro attachment Radiolucent Spinal Attachment 11 Operating Chair for Surgeon and Assistant 12 Ultrasonic Aspirator for Micro Neurosurgery 13 Transcranial Doppler system 3D 14 Image Guided neuro navigation system 15 Operating Microscope for Neurosurgery 16 Mayo Stand 17 Hand Instruments for Neurosurgery SI No Name of Item Dermatology 1 Electrocautery for dermatological use Rs 5 000 2 High Frequency Low temperature Radio surgery Surgitron FFPF EMC 3 Photo Therapy Unit 4 Microdermabrasion 5 Q Switched Nd Yag Laser SI No Name of Item Physiology 1 Computerized Autonomic amp Vascular Function Testing System Rs 5 000 Bidding documents are available for sale at this office during the office hours on all working days from 30 07 2015 till 21 08 2015 upto 01 00 p m against payment of Tender Fee non refundable as mentioned above each in the form of crossed Demand Draft in favour of the Jorhat Medical College Hospital Us
42. 2 1 Operating microscopes should be equipped with features that enable the surgeon to concentrate on the surgery rather than on the manipulation of the microscope such as powered focusing and zoom magnification capabilities as well as eyepiece tubes that permit the surgeon to see the field from a vertical perspective while keeping the head erect 3 Technical Specification 3 1 1 Motorized zoom magnification 6 1 ratio 2 Magnification from 1 8 x to 24 0 x 3 Variable working distance from 207 mm 25 mm to 510 mm 25 mm through motorized multi focal lens 4 Pair of wide field eye piece for spectacle wearers 10x 12 5X dioptric setting 5D to 8D 5 Ergonomic handles with buttons for motorized control of focus zoom axis movement video control amp still photography with programmable keys 6 Facility for adjusting speed of the focusing motor to accept for different magnifications 7 300W xenon illumination with 300W Xenon back up through fiber optic cable 8 Inclinable binocular tube inclinable over range of minimum 0 360 deg 9 Facility for spot illumination and multivision 10 Floor stand with electromagnetic breaks with freedom of movement in all axes with contrives stand 11 System should be compatible for neuronavigation 12 Complete auto balance by push at one button Intraoperative auto balance Neurosurger y
43. Attachment Radiolucent Spinal attachment for use with O T table as Jackson Table The attachment must have the following specifications and features a b c d e f g h i j Adjustable wings to fit wide variety of patients and to obtain decompressed abdomen and postural for various kinds of surgical intervention in prone and lateral positions The attachment must have height adjustable from Head end to achieve multiple positions such as flexion extension The attachment should not have any member near the floor between the table and Head end to provide unlimited and free access for arm The complete attachment should be easily portable and attached to any table and move from one OT to other The patient positing should be possible in prone face down amp in skull clamp May Field or DORO Radiolucent attachment These skull clamp adjustment should be easily possible in versatile manner as under Lateral 6 inch 150mm Height 28 inch 710 mm Extension 9 inch 230 mm Lateral tilt 15 degree The supply must include one complete Radiolucent Head Clamp system which should be compatible with Spinal attachment The supplies must include the following k D m n 0 Spinal table top radiolucent with 3 inch mattress foam pad Arm supports one pair for patient in supine position as well as in lateral position Lateral supports one pair and security straps 2 pcs for
44. CEPS ADSON 1X2 T 12 CM TISSUE FORCEPS TAYLOR 1X2 T 17 CM HAEM FORCEPS MOSQUITO STR 12 5 CM HAEM FORCEPS MOSQUITO CVD 12 CM FORCEPS KOCHER 1X2 T CVD 16 CM TOWEL FORCEPS BACKHAUS SHARP 13 CM FORCEPS FOERSTER SERR STR 25 CM SPREADER JANSEN BLUNT 3X3 T 10 CM SUCTION TUBE FRAZIER 3 3 MM 19 5 CM HAND DRILL HUDSON COMPLETE 28 CM BURR CONE SHAPE HUDSON NO 3 BURR FLAT TYPE CUSHING 14 MM WIDE BONE CURETTE BRUNS OVAL NO 2 23 CM ELEVATOR LANGENBECK 7 MM 19 5 CM CLIP APPL FORCEPS OLIVECRONA TOENNIS DAVIS NERVE SEPARATOR SEMISHARP 21 5CM DURA HOOKLET FRAZIER SHARP 13 CM CONE VENTRICULAR NEEDLE 1 2X89MM CONE VENTRICULAR NEEDLE 1 8X89MM MC KENZIE CLIP RACK FOR 20 CLIPS SKALPELLGRIFF 22 CM GERADE 7L MCKENZIE BRAIN CLIPS HOFFMAN SHUNT PASSER Long and Short CONTAINER MS 30X30X14 CM HANDLE GREY Tray 1 2 243x255x73 mm COLOR TAG RED CODING LABEL WITH TEXT WITHOUT HOLE 88 Tender Technical Specifications for Transoral Spine Set Crockard transoral retractor body 1 Crockard large tongue retractor blade 1 Crockard small tongue retractor blade 1 Crockard 90 deg retractor blade 2 Crockard curved retractor blade 2 Crockard retractor blade connector 2 Crockard suction tube holder short 1
45. Crockard suction tube holder long 1 Crockard hard palate retractor 1 Crockard pharyngeal retractor small 1 Crockard pharyngeal retractor large 1 Crockard odontoid peg grasping forceps 1 Crockard ligament grasping forceps 1 Crockard sterilizing storage case 1 CONTAINER MICROSTOP 60X30X14 CM 1 Tray DIN 480x255x73 mm 1 COLOR TAG RED 2 CODING LABEL WITH TEXT WITOUT HOLE 2 Note 1 The above instrument should confirm to all international safety slandered and certified of FDA CE UL or BIS 2 The above instrument are to be offered with 3years warranty 3 The above instrument Should come with sterilizable container 4 Comprehensive training for staff and support services till familiarity with the system 89 SCHEDULE 4 Annexure I PROFORMA FOR PERFORMANCE STATEMENT For the period of last three years IFB No SMEJ JMCH 1699 2015 4804 dated 30 07 2015 Date of opening 21 08 2015 Time 04 00 PM Name and address of the bidder Name and address of the manufacturer Order placed Order Description Value Date of completion Remarks Have the by full number and of of indicatin goods been address of and date quantity Order Contract g functioning Purchaser with of ordered Rs reasons Satisfactorily phone number goods and As per Actual for delay attach services with contract if any documentary the warranty proof period for similar nature of works Signature
46. EXT WITHOUT HOLE 77 Tender Technical Specifications for Leyla Retractor Set SPATULA MARTIN MALLEAB 13 MM 20 CM SPATULA MARTIN MALLEAB 16 MM 20 CM BRAIN SPATULA HEIFETZ MALL 8X155 MM BRAIN SPATULA HEIFETZ MALL 14X155 MM BRAIN SPATULA SUGITA MALL FIXATION ARM FLEXIBLE FIXATION BASE F 1 ARM FIXATION BASE F 2 ARMS FIXATION BASE F 1 ARM SUPPORT W ROUND SHAFT SPATULA HOLDER F FLAT SPATULAS COUPLING HEAD F LEYLA RETRACTOR HOLDING ROD F LEYLA RETRACTOR COUPLING HEAD F 1 TO 5 ARMS BRAIN SPATULA HEIFETZ MALL 11X155 MM BRAIN SPATULA HEIFETZ MALL 20X200 MM NITINOL BRAIN SPATULA 4X180MM NITINOL BRAIN SPATULA 8X180MM NITINOL BRAIN SPATULA 10X180MM NITINOL BRAIN SPATULA 14X180MM NITINOL BRAIN SPATULA 16X180MM Tray DIN 480x255x33 mm Tray DIN 480x255x73 mm COLOR TAG RED CODING LABEL WITH TEXT WITHOUT HOLE 78 Tender Technical Specifications for Micro Lumbal Discectomy Set Scalpel Handle No 3 12 cm Scalpel Handle No 3XL 26 cm Scalpel Handle No 4 13 5 cm Operating Scissors sh bl str 14 5 cm TC Diss Sciss Toennis cvd 17 5 cm TC Scissors Lexer fine str 16 cm TC Dissecting Scissors cvd 20 5 cm Forceps Pean delicate str 17 cm Forceps Crile Rankin str 16 cm Towel Forceps
47. Indicate Firm Delivery Period which shall be 102 counted from the date of placement of order and date of commissioning and acceptance of the installed equipment by purchaser s representative shall be considered as the delivery completion date 10 Confirm acceptance of relevant payment terms specified in the bid document 11 Force Majuere Delivery period price reduction termination etc are subject Force Majuere Condition as stipulated in the bid document 12 Confirm that the guoted prices shall remain firm amp fixed till complete execution of the order 13 In case you manufacturer confirm that the prices guoted are not higher in any respect than guoted agreed prices to any Govt or Public Medical Institution b In case you are a dealer distributor authorized agent confirm that the prices quoted are as per manufacturer s price list with appropriated discount Copy of Price list to be enclosed 14 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 15 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
48. Maintenance manuals to be supplied in English 8 2 Certificate of calibration and inspection 8 3 List of Eguipments available for providing calibration and routine maintenance support as per manufacturer documentation in service technical manual 8 4 List of important spares and accessories with their part number and costing 8 5 Log book with instructions for daily weekly monthly and quarterly maintenance checklist The job description of the hospital technician and company service engineer should be clearly spelt out 8 6 Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet Any point if not substantiated with authenticated catalogue manual will not be considered 35 Head light Neurosurgery of 1 1 Description of Function Surgical headlight illuminates the surgical field and is fitted on the head thus permitting hands free for operation and a clear near end vision is possible 2 2 1 3 3 1 3 2 33 3 4 4 4 1 5 5 1 temperat 5 2 Operational Requirements State of the art system is required Technical Specifications Head Light with Case Should be comfortable and mobile LED Head Light and easy to use without any cables Should have Luminous intensity max 200 000 lux Should have Color Temperature of 5000K Light Source Should have
49. OLOR TAG RED 4 CODING LABEL WITH TEXT WITHOUT HOLE 4 73 Tender Technical Specifications for Laminectomy Set Scalpel Handle No 3 12 cm 1 Scalpel Handle No 4 13 5 cm 2 Operating Scissors sh bl str 14 5 cm 1 Scissors Mayo cvd 23 5 cm 1 TC Diss Sciss Toennis cvd 17 5 cm 1 TC Scissors Lexer fine str 16 cm 2 TC Dissecting Scissors cvd 20 5 cm 1 Forceps Pean delicate str 17 cm 4 Forceps Crile Rankin str 16 cm 4 Diss Forceps Overholt No 1 20 5 cm 1 Towel Forceps Backhaus sharp 11 cm 12 Forceps Foerster serr str 25 cm 2 TC Needleholder Crile Wood 15 cm 2 TC Needleholder Mayo Hegar 18 5 cm 2 Dressing Forceps medium wide 14 5 cm 1 Tissue Forceps 1X2 T slim 16 cm 2 Tissue Forceps Adson 1X2 T 15 cm 2 Tissue Forceps Waugh 1X2 T 20 cm 1 Forceps Gerald 1X2 T str 17 5 cm 2 Nasal Tampon Forceps Gruenwald 21 5 cm 1 Suction Tube Yankauer compl 31 cm 1 Retr Volkmann semish 2 Pr 22 5 cm 2 Retractor Langenbeck 30X16 mm 22 cm 2 Retractor Kocher 40X10 mm 22 cm 4 Spreader Adson Anderson 4X4 T 19 cm 2 Hooklet Cushing 8 mm 20 5 cm 1 Hooklet Cushing 10 mm 20 5 cm 1 Atr Forceps De Bakey 2 mm 16 cm 1 Atr Forceps De Bakey 1 5 mm 20 cm 1 Raspatory Sedillot 15 mm 18 5 cm 1 Bone Cutt Forceps Stille Liston 28 cm 1 74
50. RAM 1 TB or better HDD ii 17 or higher with high resolution LED TFT active matrix color display iii Windows Operating System iv Network compatible v CD DVD Writer Drive 3 6 The system must be supplied on a sturdy trolley color Laser printer and UPS 4 System Configuration Accessories Spares and Consumables 4 1 System as specified 5 Environmental Factors 5 1 The unit shall be capable of being stored continuously in ambient temperature of 0 50deg and relative humidity of 15 90 5 2 The unit shall be capable of operating in ambient temperature of 20 30 deg C and relative humidity of less than 70 53 Shall meet IEC 60601 1 2 2001 Or Equivalent BIS General Requirements of Safety for Electromagnetic Compatibility or should comply with 89 366 EEC EMC directive 6 Power Supply 6 1 Power input to be 220 240VAC 50Hz fitted with Indian plug 6 2 Resettable over current breaker shall be fitted for protection 6 3 Voltage corrector stabilizer of appropriate ratings meeting ISI Specifications Input 160 260 V and Output 220 240 V and 50 Hz 6 4 Suitable UPS with maintenance free batteries for minimum one hour back up should be supplied with the system 7 Standards Safety and Training 7 1 Manufactures Supplier should have ISO certificate to Quality Standard 7 2 Should be FDA CE UL or BIS approved product 7 3 Comprehensive training for lab staff and support services till familiarity with the system
51. The Beat to beat Blood pressure monitor should be supplied with HCU and Finger cuffs of 3 different sizes i e small medium amp large and should have accuracy 1 of full scale max 3 mmHg zeroing automatic 9 Transducers for Pulse Plethysmograph Respiration Surface Temperature probe Non Invasive tonometer Hand dynamometer and Wireless Heart rate kit airflow GSR with other accessories as required 10 Licensed Software It should have various automatic analysis modules for ECG HRV Blood Pressure Cardiac output Peak analysis spike histogram etc 11 Should be supplied with spirometry set up including amplifier flow head disposal mouthpieces for pulmonary function test with software module for analysis 12 Online amp offline analysis with various export options for common formats 13 The software should be provided with a 5 year of free updates and upgrades 14 Electric Motorized Tilt Table with Adjustable angle dual foot boards positive and negative tilt Electric height and tilting operation with hand switch control and working load not less than 150kg Height range 47cm 101cm tilt angle from horizontal to 90 degree to be provided with the system 15 Computer System Intel Core i5 Genuine Windows 8 professional 21 inch LED Monitor 4GB RAM 500GB SATA Hard Drive DVD Facility for internet connectivity Laser printer and 2 UPS 16 Proper Demonstrations to be carried out before finalizing 17 Onsite train
52. X30X16 CM HANDLE GREY Tray DIN 480x255x33 mm Tray DIN 480x255x73 mm COLOR TAG RED CODING LABEL WITH TEXT WITHOUT HOLE PD N N Scissors Deaver str 14 5 cm Haem Forceps Mosquito cvd 12 cm Forceps Mosquito 1X2 T str 21 cm N Diss Forceps Baby Mixter cvd 18 5cm Towel Forceps f Paper Drapes 14 cm Tampon Forceps Ulrich str 22 5 cm N N Tissue Forceps 2X3 T 14 5 cm Forceps Gerald 1X2 T str 17 5 cm Guide Needle ang Knife shape 12 CH Soft Tissue Retr 80X16 mm 23 cm Spreader Adson Anderson 4X4 T 19 cm TC Micro Needleholder str w lock 22 Suction Cannula 2 0 mm 16 cm 81 Bone Cutt Forceps Stille Liston 28 cm Bone Rongeur Ruskin cvd 19 cm Punch 40 5mm 18cm Osteotome Lambotte cvd 30 mm 24 cm Bone Curette Simon ov No 3 22 5 cm Bone Curette Simon ov No 5 22 5 cm Bone Curette Simon ov No 6 22 5 cm Raspatory Langenbeck cvd 19 cm Raspatory cvd round 6 mm 18 cm Suction Tube Frazier 5 0 mm 19 5 cm Vein Cannula button ended 1 5X80 mm Spreader Williams right 1X5 cm Spreader Williams right 1X6 cm Spreader Williams right 1X7 cm Spreader Williams left 1X5 cm Spreader Williams left 1X6 cm Spreader Williams left 1X7 cm Vertebra
53. al MEP Auditory Evoked Potential AEP Brainstem Auditory Evoked Potential BAEP Visual Evoked Potential VEP should be recordable in the same system Should be capable of Electronic of hard copy screen shot storage Electronic data storage of the entire procedure including EMG audio recordable and Reviewable Electro surgery Unit ESU interference muting Built in pulse oximeter Biphasic stimulation for Transcranial electric motor evoked potentials TceMEPs More than 10 multimodality sets should be defined within a test protocol All trace parameters filter amplifilter gain artifact rejection time base display scale etc should be fully user adjustable and independent Free running averaged or signal triggered data collection modes Modules for easy EMG amp MEP testing from the sterile field Data should be saved and retrievable manually or automatically as continuous EEG free run EMG Triggered EMG EMG audio updated aceraged EP Screen snapshots and video Previously saved data should be reviewed while monitoring Should be able to review and monitor data locally or remotely via network modem or internet Standard test protocols should be provided and can be modified and saved by user All patient connections should be both software and hardware protected against faults Automatic pedicle screw integrity test mode Module for easy EMG amp MEP testing from the sterile field Independent high and low electrica
54. an plug Resettable overcurrent breaker shall be fitted for protection 31 6 3 UPS of suitable rating with voltage regulation spike protection and maintenance free batteries for 60 minutes back up 7 Standards Safety and Training 7 1 Should be CE UL or BIS approved product 12 Manufacturer should be ISO certfied for guality standards 7 3 Electrical safety conforms to standards for electrical safety IEC 60601 1 General Requirements OR EQUIVALENT international national standard 7 4 Should comply with AERB Guidelines for radiation leakage 8 Documentation 8 1 User Technical Maintenance manuals to be supplied in English 8 2 Certificate of calibration and inspection 8 3 List of important spare parts and accessories with their part number and costing 8 4 Log book with instructions for daily weekly monthly and quarterly maintenance checklist The job descriptin of the hospital technician and company service engineer should be clearly spelt out 8 5 Performance report in the last 5 years from major hospitals should be enclosed N B Should be able to archieved images in Cd R usb pen drive in dicom format Digital angiography 145 30frame good resolution it should be compatible with navigation 32 Endoscope system Neurosurgery of 1 Description of Function 1 1 Neuroendoscope is small device that allows the identification of the anato
55. anty The cost of CMC must be quoted in the price bid e Percentage of uptime guarantee of the equipment during warranty and CMC period for which commitment is to be given must be specified with acceptance of applicable penalty clauses in case of failure to do so e After sales service must be provided in the city of installation In situations requiring service repair of the unit outside the city of installation the expenditure on account of this will have to be borne by the supplier Documentation e Product Literature in original along with that of accessories and indigenous components if any Photocopies computer generated copies are not acceptable 25 Statement of compliance with tender specifications with clear and unambiguous links to relevant portions of product literature authentic document which should be highlighted Alternatives provided for noncompliant specifications with justification must be described in detail with supporting literature Certificate of compliance with standards and approvals stated above Certificate of manufacturer principal regarding authorization of service facility provided by the supplier List of Equipment available in the Service Centre for providing calibration and routine Preventive Maintenance Support as per manufacturer documentation in service technical manual List of important spare parts and accessories which are required for maintenance and repair with their p
56. ar str bayon 4 mm 18 cm Rongeur Caspar upw bayon 3 mm 18cm Rongeur Caspar upw bayon 4 mm 18cm Micro Dissect Caspar cvd dn 2 0mm 23cm Curette lumb forw str 24cm No 0 Curette lumb forw str 24cm No 1 Curette lumb forw str 24cm No 2 Curette lumb forw cvd 24cm No 0 Curette lumb forw cvd 24cm No 1 Curette lumb forw cvd 24cm No 2 Curette lumb forw downw 24cm No 0 Curette lumb forw downw 24cm No 1 Curette lumb forw downw 24cm No 2 Curette lumb backw str 24cm No 0 Curette lumb backw str 24cm No 1 Curette lumb backw str 24cm No 2 Curette lumb backw cvd 24cm No 0 Curette lumb backw cvd 24cm No 1 Curette lumb backw cvd 24cm No 2 80 Curette lumb backw downw 24cm No 0 Curette lumb backw downw 24cm No 1 Curette lumb backw downw 24cm No 2 Dissector acc Mikaeel 3 bay small Dissector acc Mikaeel 4 bay medium Dissector acc Mikaeel 5 bay large Wax Applicator acc Mikaeel 13 bay Hook acc Mikaeel 2 45 bay small Handle for Mikaeel Instruments Hooklet Caspar 90 5 mm 24 5 cm Hooklet Caspar 90 7 mm 24 5 cm Hooklet Caspar 90 9 mm 24 5 cm Micro Scissors Yasargil bay str 20cm Bone Rongeur Lempert str 19 cm CONTAINER MS 60
57. art number and costing Terms and conditions of warranty and CMC including schedules of visit by service personnel with check list of services to be carried out Commitment for supply of log book with check list for daily weekly monthly and quarterly preventive maintenance with contact details of service personnel along with the equipment The job description of the hospital technician and company service engineer should be clearly spelt out in the log book List of users of quoted model with performance certificate from major institutions 26 High speed Drill System for Neuro surgery amp Spinal Surgery Tender Technical Specifications for High Speed Drill System for Neurosurgery amp Spinal Surgery a ope Th Electrically Controlled High Speed Drill System with colored display touches screen operation two engine exits with integrated irrigation pump power supply 100 120 230 240 VAC 50 60 Hz consisting of Main unit Irrigation rod Two pedal Footswitch Silicone Tubing Set Clip Set Single use tubing set sterile 3 pieces Maintenance of the motor driven accessories motors handles shaver hand pieces should be supplied with universal Spray Motor speed should be adjustable Speed selection up to 100 000 rpm for select hand pieces Motor should be in hand piece Console should have a digital display of speed direction of rotation irrigation and switch Built in
58. aspar 90 5 mm 24 5 cm Hooklet Caspar 90 7 mm 24 5 cm Hooklet Caspar 90 9 mm 24 5 cm Micro Scissors Yasargil bay str 20cm Nst Red Fcps bay str 1 0 mm 23 cm Bip cable f Codm amp Valleyl Inst 5 m Bone Rongeur Lempert str 19 cm Bone Curette Simon ov No 6 22 5 cm CONTAINER MS 60X30X16 CM HANDLE GREY Tray DIN 480x255x33 mm Tray DIN 480x255x73 mm COLOR TAG RED CODING LABEL WITH TEXT WITHOUT HOLE 76 Tender Technical Specifications for Leyla Retractor Set SPATULA MARTIN MALLEAB 13 MM 20 CM SPATULA MARTIN MALLEAB 16 MM 20 CM BRAIN SPATULA HEIFETZ MALL 8X155 MM BRAIN SPATULA HEIFETZ MALL 14X155 MM BRAIN SPATULA SUGITA MALL FIXATION ARM FLEXIBLE FIXATION BASE F 1 ARM FIXATION BASE F 2 ARMS FIXATION BASE F 1 ARM SUPPORT W ROUND SHAFT SPATULA HOLDER F FLAT SPATULAS COUPLING HEAD F LEYLA RETRACTOR HOLDING ROD F LEYLA RETRACTOR COUPLING HEAD F 1 TO 5 ARMS BRAIN SPATULA HEIFETZ MALL 11 X155 MM BRAIN SPATULA HEIFETZ MALL 20X200 MM NITINOL BRAIN SPATULA 4X180MM NITINOL BRAIN SPATULA 8X180MM NITINOL BRAIN SPATULA 10X180MM NITINOL BRAIN SPATULA 14X180MM NITINOL BRAIN SPATULA 16X180MM Tray DIN 480x255x33 mm Tray DIN 480x255x73 mm COLOR TAG RED CODING LABEL WITH T
59. cations for Drill Set INSTR TRAY BOS SYSTEM 15X30CM COMPLETE INSERT BOS SYSTEM FOR TWIST DRILLS SUBSTITUTE COVER FOR HINGE CONTAINER TO TWIST DRILL 0 7X40X5 MM FOR BOS DRILL TWIST DRILL 1 1X40X5 MM FOR BOS DRILL TWIST DRILL 1 1X40X7 MM FOR BOS DRILL TWIST DRILL 1 5X40X5 MM FOR BOS DRILL TWIST DRILL 1 5X40X7 MM FOR BOS DRILL TWIST DRILL 1 5X50X24 MM FOR BOS DRILL TWIST DRILL 1 5X115X40 MM FOR BOS DRILL TWIST DRILL 1 9X70X40 MM FOR BOS DRILL TWIST DRILL 1 9X115X86 MM FUER BOS DRILL TWIST DRILL 2 2X115X86 MM FOR BOS DRILL Nm tal ag nm Calf nmi nai nm nai wm BOS BATTERY PACK STERILE 10 PC 70 Tender Technical Specifications for Hypophysectomy Transnasal Set SCALPEL HANDLE NO 4 13 5 CM SCALPEL HANDLE NO 3 12 CM OPERATING SCISSORS SH BL STR 14 5 CM TC SCISSORS LEXER FINE STR 16 CM TC DISS SCISSORS FINE CVD 14 5 CM TC DISS SCISS TOENNIS CVD 17 5 CM TISSUE FORCEPS 1X2 T SLIM 14 5 CM FORCEPS GERALD 1X2 T STR 17 5 CM TOWEL FORCEPS BACKHAUS SHARP 11 CM TOWEL FORCEPS BACKHAUS SHARP 11 CM FORCEPS FOERSTER SERR CVD 24 5 CM LI OR Chisel Stille 10 mm 20 5 cm Chisel Stille 12 mm 20 5 cm Chisel Tew 12 26cm Mallet Williger 140 gr 16 5 cm Hooklet Cushing 10 mm 24 cm Haemostatic Forceps
60. cessful bidder in writing by registered letter or by cable or telex or fax to be confirmed in writing by registered letter that its bid has been accepted The notification of award will constitute the formation of the contract Signing of contract At the same time the purchaser notifies the successful bidder that its bid has been accepted the purchaser will send the bidder the contract form provided in the bidding documents incorporating all agreements between the parties The successful bidder shall sign and date the contract form provided in the document A registered Power of Attorney is to be supported with the bid in favour of the person s who will sign the bid as well as contract form if contract is awarded Annexure XIII Performance Security Immediately after the receipt of notification of award from the purchaser the successful bidder shall furnish the Performance Security The supplier shall furnish Performance Security to the purchaser for an amount of 5 Five percent of the order value valid for the entire period of warranty However if the supplier fails to execute the order or fails to perform the services as per contract in addition to other panel actions the performance security shall be encased amp the amount forfeited Failure of the successful bidder to comply with the requirement of clause 31 or clause 32 shall constitute sufficient grounds for the annulment of the award and forfeiture of the EMD bid security i
61. cutter adult 60 Slr No Description Quantity D PERFORATOR 9 Perforator driver 01 10 Cranial perforator 9 X 12 mm Hudson type 01 11 Cranial perforator 6 9 mm Hudson type 01 12 Hudson chuck 1 28 13 Spare cutter for Perforator 9 X 12 mm 1 14 Spare cutter for Perforator 6 X 9 mm 03 E BURRS 15 Rosen burr D 3 1 mm for 120 mm hand piece 10 16 Diamond burr D 3 1 mm for 120 mm hand piece 10 17 Barrel burr D 4 0 mm for 160 mm hand piece 05 18 Barrel burr D 4 0 mm for 120 mm hand piece 10 19 Barrel burr D 4 0 for 160 mm hand piece 05 20 Neuro cutter D 2 3 for 120 mm hand piece 05 21 Neuro cutter D 3 1 for 120 mm hand piece 10 22 Neuro cutter D 3 1 for 160 mm hand piece 10 23 Acorn burr D 6 0 mm for 90 mm hand piece 10 24 Pin point cutter D 1 5 for 120 mm hand piece 25 25 Twist Drill D 1 5 mm for 90 mm hand piece 10 MICRO SAGITAL SAW ATTACHMENT 26 Micro sagital saw pencil shape 01 27 Saw Blade for micro sagital saw 9 13 0 3 0 3 mm 04 STORAGE AND MAINTENANCE 28 Oily spray for high speed motor and hand pieces 10 29 Oil spray for perforator 05 30 Perforated basket with covering lid with holders for motors all 01 hand pieces hose tools and all other accessories Should be FDA CE UL or BIS approved product 29 C Arm Image Intensifier TV System Neurosurgery of
62. d MICRODERMABRASION poster FDA CE UL or BIS approved product Dermatology 59 Switched Nd Yag Laser With the following specifications Technical Specifications Wavelength 532 and 1064 nm Spot Sizes 2 5 4 5 5 optional 2 mm free running 7 mm Pulse Rate Max 10 Hz Pulse Duration Q switched mode 8ns Free running mode approx 300us Dimensions 36 x 78 x 97 cm FDA CE UL or BIS approved product Dermatology 60 SI Name of Items Specification Department No 1 Computerized The system should be able to record and analyse EUN Physiology Autonomic 1 Non Invasive beat to beat Blood pressure monitoring in Human with Systolic Diastolic and other hemodynamic parameters CO SV TPR Baro reflex Function sensitivity Blood Pressure variability etc by finger arterial pressure Testing measurement System 2 Continuous ECG monitoring and recording with real time HRV Analysis 3 Dynamometer to study handgrip strength profile with balance board for static posturography studies 4 Non Invasive Tonometer for Vascular function Testing 5 Number of channels 8 or more channels high speed USB Data Acquisition system 6 Range 2 mV to 10 V and Sampling rate of 10 KHz or more per channel aggregate speed ADC resolution 16 bits on all gain ranges 7 Multichannel Universal Bio amplifier for recoding 12 leads ECG 8
63. d five modalities of operation Autoclavable amp disposable hand piece and neutral plates Cuts without exerting any pressure Bacterial free incision Fine and active tungsten wire electrodes having fle xible shaft that may be bent and modified to satisfy any need The electrodes do not need to be Sh arpened and can be easily sterilized CE mark EMC compliance ISO 9001 Certified and FDA 510K approved Size 8 6 Ax 9 Weight 9 Ibs ei ctrodes Fine Wire 4 Round Loop Fine Wire 4 Triangle Loop Fine Wire 3 16 Diamond Loop 1 31 x 3 8 Straight Needle 2mm Ball Broad Needle Bent Tip Vari Tip Accessories Antenna Plate Hand Piece Power Cord FDA CE UL or BIS approved product Dermatology 57 Phototherapy Unit Phototherapy WHOLE BODY unit with 12 UVA 12UVB 31nm 100W Philips Holland Tubes with latest inbuilt Multi sensor Dosimeter with Dynamic range angular Sensitivity DRAS technology Personalized Phototherapy patient Data card 100 Nos FDA CE UL or BIS approved product Dermatology 58 MICRODERM ABRASION Imported Turbo Pump with I kg aluminum oxide crystals 100microns Diamond Tip of 3 different sizes soft probe Tough probe FAQ as per sample 100 Nos an
64. d officer of the Bank ME Oe ES EE IE ER RR Name and designation of the officer Seal name amp address of the Bank and address of the Branch 93 Annexure V DECLARATION On Manufacturing facilities After Sales Service Tender enquiry No For supply of 1 Name of the bidder 2 Full Postal Address 3 Telephone No Fax No 4 Email address 5 Date of inception of business 6 Registration no amp Date 7 Issued by 8 Valid till 9 Details of manufacturing activity amp item wise capacity 10 Detail of After Sales Service facilities available locally Name of the Agency Full Postal Address Phone Fax E mail 11 Name of person responsible for 10 above SI Name Designation Age Residential Address No 12 Has the bidder ever been black listed by any govt agency If yes give details 13 Has any cases pending in the court related to any supplies If yes give details 14 Does the firm have the adequate 94 facilities for inspection and quality control Please give details 1 Proprietor 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 proved to be false at the time of inspecti
65. dder should offer in a separate annexure the cost of provision of one trained manpower technician on 24x7 basis for period of 5 years to be stationed at JMCH Jorhat by the bidder to be paid on monthly basis for the entire period 23 Operation Theatre Light with Camera QU ce vr RPO ER AE P NEE E Description of Function e Surgical lights illuminate the surgical site for optimal visualization of small low contrast objects at varying depths in incisions and body cavities Operational Requirements e light should comprise of 2 units one major dome and one satellite dome Each unit should have a facility of brightness adjustment from 30 100 Should be shadow free Technical Specifications e Light System Should be LED based microprocessor controled technology One major dome and one satellite dome Intensity at 1 meter distance 1 50 000 to 1 60 000 lux for major dome and 1 10 000 to 1 30 000 lux for satellite dome Colour Temperature 4500 5000 K Having on off switch and light intensity control Homogenous luminous field with lowest possible amount of shadow The contrast between the lighted area and the surrounding should not cause stress to the surgeon s eye Depth of illumination should be 120 140 cms or more Illuminated field diameter should be approx 20 30 cms Increase in temperature near head should be specified and should not be more than degree C
66. dition or modification This guarantee shall be valid for the entire period of warranty from the date of completion of order Place and Date Signature and seal of the guarantor 106 Annexure XIII CONTRACT FORM To be stamped as an agreement in the court stamp paper valued Rs 100 This agreement made the day O Ee eter ed 2015 between the Jorhat Medical College amp Hospital Jorhat hereinafter the purchaser of the one part and name of supplier of address city and country of supplier hereinafter the supplier of the other part Whereas the purchaser is desirous that certain goods and ancillary services viz brief description of goods and services and has accepted a bid by the supplier for supply of those goods and services in the sum of contract price in words and figures hereinafter the contract price Now this Agreement witnesses as follows 01 The following documents shall be deemed to form and be read and construed as part of this agreement viz the Technical Specifications b the Terms and Conditions of the Tender Document the Supplier s bid and original Price Schedules and d the Purchaser s Notification of Award 02 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 confor
67. ed above should be put together finally in a big envelope which should be sealed as per the clause 3 above 10 11 12 13 14 15 16 17 18 It may be noted that Technical bids will be opened and read out in presence of bidders or their authorized representative if they desire to remain present on the date and time scheduled for Bid opening The original duplicate and triplicate copies of the bid shall be typed or written in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the contract Written power of attorney accompanying the bid shall indicate the letter of authorization The person or persons signing the bid shall initial all pages of the bid except for un laminated printed literature In the event of any discrepancy between original duplicate and triplicate bids the original shall govern The bidder shall complete the bid forms and the appropriate price schedule Annexure and Annexure IIT furnished in the bidding documents indicating for the goods to be supplied a brief description of the goods their country of origin quantity and prices For comparison of bids the purchaser will grant a margin of preference to goods in accordance with the Govt standing procedures provided the bidder shall have established to the satisfaction of the purchaser that the goods are eligible for price purchase preference However the quantum of price purc
68. ed dealers Bid must reach the office of the Principal cum Chief Supdt Jorhat Medical College amp Hospital Jorhat as in the date and time as stipulated in the IFB A late Bid will not be accepted under any circumstances and for reasons what so ever All Bids duly sealed must be addressed to the Principal cum Chief Supdt Jorhat Medical College amp Hospital Jorhat IFB No with Name of the Deptt Should be super scribed prominently in the covering envelope along with full name and address of the Bidder The Bidder shall bear all costs associated with the preparation and submission of its Bid and the Principal cum Chief Superintendent JMCH Jorhat herein after referred to as the Purchaser will in no case be responsible or liable for those costs regardless of the conduct or outcome of the tender process It is the responsibility of the Bidder to ensure that their Bid documents are dropped in the Tender Box in the office of the Principal cum Chief Supdt Jorhat Medical College amp Hospital Jorhat within the stipulated date and time as mentioned in the IFB In case the bid documents are sent by post or by courier the time and date of depositing the bid documents at the office of the Principal cum Chief Supdt Jorhat Medical College amp Hospital Jorhat has to be countersigned by the dropping authority of the bid documents The Principal cum Chief Supdt Jorhat Medical College amp Hospital Jorhat will not undertake any respon
69. emergency programming Complaints should be attended properly maximum with in 8 hours The service should be provided directly by Tenderer Indian Agent Undertaking by the Suppliers that the spares for the equipments shall be available for at least 10 years for the date of supply Bid shall be type written and correction if any in the bid shall invariably be attested with full signature by the bidder with date failing which the bid shall be considered ineligible for evaluation Corrections done with correction fluid shall also be duly attested 12 56 Warranty a The warranty charges shall not be guoted separately b 95 up time Warranty of complete eguipment with extension of Warranty period by double the downtime period on 24 hrs X 7 days X 365 days basis software updates should be provided free of cost during Warranty period AMC 57 Training On Site training to Doctors Technicians staff is to be provided by Agents if they have the reguisite know how for operation and maintenance of the eguipment to the satisfaction of the user department 58 AMC CMC a The cost of AMC will be added in case of eguipments which are less than total unit price of Rs 10 lakhs In case of eguipments whose total unit price is above Rs 10 lakhs CMC will be calculated for ranking evaluation purpose b The cost of Comprehensive Maintenance Contract which includes preventive maintenance including testin
70. ent Supplier will pay customs duty and all expenses up to the destination for the replaced part 41 Reasonability of rates firm price i The bidder shall certify that the rates quoted are the lowest ones for any institution in the country ii During the period of the contract if the price of any tendered 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 purchaser and shall charge the reduced rates The purchaser 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 of rates Subject to the condition stipulated above the prices shall remain firm for the validity period of tender and on no account any increase in price shall be entertained till completion of the tender period iv No bidder will be allowed at any time on any ground whatsoever to claim revision of or modification in the rates quoted by him The representation of the bidder that computation typographical or clerical error etc has been committed in the bid and request for reversion on such plea shall not be entertained after opening of the bid 42 Contacting the Purchaser Subject to clause 18 no bidder shall contact the purchaser 43 on any matter relating to its bid from the time of the bid opening to the time the contract is awarded Any effo
71. eps acc Tew Baron Schuknecht Suction Tube 1 0 x 75 mm Set of 3 CONTAINER MS 30X30X16 CM HANDLE GREY Tray 1 2 243x255x33 mm Tray 1 2 243x255x73 mm COLOR TAG RED CODING LABEL WITH TEXT WITHOUT HOLE Silicone mesh f tray 1 2 23x25 CM SMALL PARTS BASKET MESH 80X80X40 MM 83 Tender Technical Specifications for Nerve Suture Set SCISSORS REYNOLDS STR 15 5 CM MICRO SCISSORS SH SH STR 9 MM 15 CM MICRO SCISSORS SH SH STR 9 MM 15 CM MICRO SCISSORS BL BL STR 9 MM 15 CM MICRO SCISS BL BL CVD 14 MM 15 CM TISSUE FORCEPS SEMKEN 1X2 T 12 5 CM DRESSING FORCEPS FINE STR 10 CM MICRO FORCEPS STR 6X0 4 MM 15 CM MICRO NEEDLEHOLDER STR W LOCK 15 CM MICRO NEEDLEHOLDER STR W LOCK 18 CM MICRO NEEDLEHOLDER CVD W LOCK 15 CM MICROSTOP MINISET CONTAINER 310X189X90MM TRAY PERFORATED MICRO 235X130X50MM SILICONE MAT F MINISET TRAY IDENTIFICATION LABEL W TEXT W O HOLE LOGISTIC FRAME RED F CONTAINER IDENT LABLE MINISET CONT W TEXT 84 Tender Technical Specifications for Retractor Set Cervical Retractor cerv Caspar Counter retract Caspar longitudinal Blade lateral 8 T 24x30 mm Blade lateral 8 T 24x35 mm Blade lateral 8 T 24x40 mm Blade lateral 8 T 24x45 mm Blade lateral 8 T 24x50 mm
72. ers Fund Payable at SBI Jorhat Medical College Branch Bidders desires of having bidding documents by post shall have to submit a big size self addressed envelope with above mention postal charges along with the Bank Draft as mentioned against each Deptt The bidding documents can also be downloaded from the official web site of JMCH Jorhat www jmch org in In case of bid documents downloaded from the website mentioned above the required fees as mentioned above shall have to be deposited at the time of submission of tender In case of any disparity between the printed version of the tender documents sold through the Office and the downloaded version the printed will be prevail It is the responsibility of the Bidder to ensure that their Bid documents are dropped in the Tender Box in the office of the Principal cum Chief Supdt J M C amp H Jorhat within the stipulated date and time as mentioned in the IFB In case the bid documents are sent by post or by courier the time and date of depositing the bid documents at the office shall be countersigned by a responsible officer of this Office The Principal will not undertake any responsibility whatsoever for postal delay in process of submission of Bids Any appeal for alternation in the Technical Specifications the bidders may submit their petition to the undersigned within 7 seven days from the date of issue of the Tender Notice Henceforth any corrigendum addendum related to this Bid Tender may k
73. estration with complete set of accessories 3 20 Spine Set for Recording and Magnification of the operating area Consisting of Holding arm with universal tube holder to hold the telescope used for recording and magnification Rod lens Straight forward optic 0 degree for use from a working diatance 20cm dialemter 10mm length 10 cm autoclavable fiber optic light transmission incorporated Fiber optic light cable with 90 degree deflection to the instrument Distance measuring rod length 20cm Tray for telescope and Clamping cylinder 3 21 Instruments for performing Endoscopic management of csf rhinorea optic nerve decompression pituitary macro and micro adenomas transclival cordomas and for extended approaches for all lesions from ciste gliae to cvj junction using Transclival transplanum transcribriform and transsphenoidal approach with complete set 3 22 Sterilization tray with silicon cushion pads along with the basic video cart rides on 4 antistatic dual wheels with locking brakes 3 fixed shelfs main switch integrated cable conduit in the video cart Drawer unit with lock 3 horizontal cable conduits one with cable winding two with 4 times Electrical sub distributer 1 set of sliding stands for units 1 TFT Monitor arm for mounting on vertical beam 3 23 Diagnostic observation telescope for assisted surgery 0 deg 30deg And 70 deg The endoscope should be topline only 3 24 Instrumentation set for percutaneous lumba
74. f goods and services hereinafter called the contract And whereas it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a recognized bank for the sum specified therein as security for compliance with its obligations in accordance with the contract And whereas we have agreed to give the supplier such a bank guarantee Now therefore we hereby affirm that we are guarantors and responsible to you on behalf of the supplier up to a total amount of the guarantee in words and figures such sum being payable in the types and proportions of currencies in which the contract price is payable and we undertake to pay you upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument any sum or sums within the limits of amount of guarantee as aforesaid without your needing to prove or to show grounds or reasons for your demand or the sum specified therein We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the demand We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change ad
75. fications 44 Definition of Technical Specification For purposes of the commentary to be furnished to clause 43 iii above the bidder shall note that standards of workmanship material 45 46 47 48 and equipment and references to brand names or catalogue numbers designated by the purchaser in its Technical Specifications are intended to be descriptive only and not restrictive The bidder may substitute alternative standards brand names and or catalogue numbers in its bid provided that it demonstrates to the purchaser s satisfaction that the substitutions are substantially eguivalent or superior to those designated in the Technical Specifications Statutory taxes duties In case of any enhancement of Taxes and or duties or levy of fresh Taxes duties due to Statutory Act of the Govt after date of submission of the tenders and during the contractual delivery period additional or fresh levies so imposed will be allowed to be claimed as extra without any change in the price structure approved under the tender For this purpose the supplier shall produce a certificate from the authority concerned certifying that the item supplied falls under particular tariff resulting in additional fresh levies for the supplied item However the same shall not be borne by the purchaser in case such levies become applicable after expiry of the contractual delivery period stipulated in the contract Further in case the
76. g amp calibration as per technical service operational manual of the manufacturer labour and spares after satisfactory completion of Warranty period may be quoted for next 3 years on yearly basis for complete equipment including all spares and labour The cost of CMC may be guoted along with taxes applicable on the date of Tender Opening The taxes to be paid extra to be specifically stated In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later Cost of AMC CMC will also be added for Ranking Evaluation purpose e The payment of CMC will be made on yearly basis after satisfactory completion of said period duly certified by end user on receipt of bank guarantee for 2 5 of the cost of the equipment as per Annexure IV valid till 2 months extra after expiry of entire CMC period f The Performance Bank Guarantee for CMC will be applicable in case of equipment cost is more than Rs 10 00 Lacs g There will be the All software updates should be provided free of cost during CMC 1 The payment of CMC will be made on annual basis after satisfactorily completion of said period 95 uptime warranty during CMC period on 24 hrs X 7 days X 365 days basis with penalty to extend CMC period by double the downtime period The CMC price not more than 10 cost of the equipment otherwise offer will be out rightly rejected for next 3 years which s
77. hase preference to be allowed shall be determined by the purchaser on the merits of individual cases based on the prevailing Government policy as per the Assam Preferential Store Purchase Act and his decision shall be final and binding and the purchaser and or the Government of Assam shall entertain no representations on this ground To assist in the examination evaluation and comparison of bids the purchaser may at its discretion ask the bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought offered or permitted The purchaser will examine the bids to determine whether they are complete whether any computational errors have been made whether required EMD has been furnished whether the document have been properly signed whether the bid validity is as required and whether the bids are generally in order Bid from accredited dealers without proper authorization from the manufacturers shall be treated as non responsive and shall be rejected The bid shall remain valid for 365 three hundred and sixty five days after date of bid opening The Purchaser shall reject a bid valid for a shorter period In exceptional circumstances the purchaser may solicit the bidder s consent to an extension of the period of tender validity The request and the responses thereto shall be made in writing The EMD bid security provided under cla
78. hould include cost of labour amp spares for entire equipment The CMC cost will be taken into consideration for price comparison The CMC price should be filled in commercial bid only 13 SAMPLE FORMAT FOR EVIDENCE OF ACCESS OR AVAILABILITY OF CREDIT FACILITIES BANK CERTIFICATE This is to certify that M s firm we shall be able to provide overdraft credit facilities to the extent of Rs above during the contract period Signature Name of the Bank Senior Bank manager Address of the Bank 14 Address of the Purchaser Paying authority The Principal cum Chief Jorhat Medical College amp Hospital Jorhat Consignee Installation site Jorhat Medical Colleges amp Hospital Jorhat 15 SCHEDULE 2 SCHEDULE OF REOUIREMENT Part I Name of the Deptt Name of Items Tender Fee EMD Bid Security Neurosurgery Machinery Equipments at Schedule 3 Part Rs 1 000 Dermatology D from page 18 to 61 and Hand Instrument Psychiatry Obs amp of Neurosurgery at Schedule 3 Part II Gynae Physiology from page 62 to 89 Warranty AMC CMC Note 1 2 Bidder must affixed court fee stamp 1 P O in case of Bidders outside the State of Assam of Rs 8 25 Rupees eight and paisa twenty five only on the Technical Bid Original Copy Bidder should submit a soft copy in CD of Technical Bid in MS WORD format only technical specifications
79. ice of incidental services the following factors in the manner and to the extent indicated in clause 28 and in the Technical Specifications a Cost of inland transportation and other costs within India incidental to delivery of the goods to their final destination at consignee s site b delivery schedule offered in the bid c deviations in payment schedule from that specified under clause 49 d the cost of guarantee warranty and e the Performance and productivity of the equipment offered 28 29 30 31 32 33 34 35 Pursuant to clause 27 following evaluation methods will be followed a Inland transportation insurance and incidentals Bidder shall quote separately for inland transportation insurance and other incidentals for delivery of goods to the site b Applicable Taxes Bidder shall guote separately for all applicable taxes payable to the Govt for delivery of goods to the site Purchaser s right to accept any bid and to reject any or all bids The purchaser reserves the right to accept or reject any bid and to annul the bidding process and reject any or all bids at any time prior to award of contract without thereby incurring any liability to the affected bidder or bidders or any obligations to inform the affected bidder or bidders of the grounds for the purchaser s action Notification of award Prior to the expiration of the period of bid validity the purchaser will notify the suc
80. indly be seen at the official website of Principal JMCH Jorhat The Vendor shall quote separately the price for the Indigenous and Imported make In that case the price evaluation will be done separately for Indigenous make and foreign make The bid documents are not transferable In the event of any of the above mentioned dates being declared as a holiday closed day in the purchasers Organization the Bids will be sold received opened on the next working day at the appointed time The Bidders have to submit their bids department wise in two bid system separately enclosing the technical bid and financial bid in separate sealed cover and to club in a sealed envelope indicating the name of the department The bidder must furnish EMD of the items quoted department wise in the form of demand draft to be drawn in favour of Jorhat Medical College Users Fund The Principal cum Chief Superintendent JMCH Jorhat reserves the right for any edition alteration in the bid documents if required 10 days before submission of last date of tender 1 Schedule 1 2 Schedule 2 3 Schedule 3 4 Schedule 4 CONTENTS Terms and Conditions Schedule of Requirement Technical Specifications Tender forms Bi ske ae sje KK KK K Page No 4 to 15 16 to 17 18 to 89 90 to 107 SCHEDULE 1 TERMS AND CONDITIONS 1 2 This Invitation For Bids National Competitive Bidding is open to all eligible manufacturer and or their accredit
81. ing should be provided by the company experts for 7 10 days 18 CE ISO FDA and other safety certificates must be provided 19 The system should have world wide installation acceptance and recognition in published research papers globally Performance certificates should be provided from the users using the system in India abroad 61 SCHEDULE 3 Part ID Technical Specifications of Hand Instruments of Neurosurgery Note The following instruments are to be offered with 3 years warranty Tender Technical Specifications for Aneurysm Clip Set Clip Stand perm str 7mm 1 Clip Stand perm slight cvd 7mm 1 Clip Stand perm str 9mm 1 Clip Stand perm slight cvd 9mm 1 Clip Stand perm str 11mm 1 Clip Stand perm slight cvd 11mm 1 Clip Stand perm fen 3 5mm str 7mm 1 Clip Stand perm fen 3 5mm str 9mm 1 Clip Stand perm fen 3 5mm ang 7mm 1 Clip Stand perm fen 3 5mm str 12mm 1 Clip Stand perm fen 5mm str 7mm 1 Clip Stand perm fen 5mm ang 5mm 1 Clip Stand perm fen Smm str 9mm 1 Clip Stand perm fen 5mm ang 7mm 1 Clip Stand perm fen Smm ang I I mm 1 Clip Stand temp str 7mm 1 Clip Stand temp str 9mm 1 Clip Stand temp cvd 90g 9mm 1 Clip Stand temp str 11mm 1 Clip Mini perm used str 5mm 1 Clip Mini perm straight 5mm 1 Clip Mini perm s
82. issector acc Mikaeel 7 baj 26cm Dissector acc Mikaeel 8 bay 26cm Sickle Knife acc Mikaeel 10 bay 26cm Curette acc Mikaeel 12 bayonet 26cm Micro Dissect Caspar cvd dn 4 5mm 23cm Micro Dissect Caspar cvd up 1 mm 20cm Curette acc Mikaeel 14 45 bay 26cm Curette acc Tew 13 sharp 90 up Curette acc Tew 14 sharp 45 up Curette acc Tew 15 sharp 45 down Curette acc Tew 16 sharp 90 up 72 Curette acc Tew 17 sharp 45 up Curette acc Tew 18 sharp 45 down 1 Curette acc Tew 19 blunt 90 up 1 Curette acc Tew 20 blunt 45 up 1 Curette acc Tew 21 blunt 45 down 1 Handle for Tew Instruments 2 Hook acc Mikaeel 11 bayonet 26cm 1 Scalpel Handle No 3 12 cm 1 Scalpel Handle No 7 solid 16 cm 1 Raspatory Williger cvd 5 mm 16 cm 1 Septum Elevator Freer sh bl 18 cm 1 Nerve Hook Crile 90 20 cm 1 Woundspreader sharp 3X4 T 16 cm 1 Grasp Fcps Yasargil Samii bay 7mm 24cm 1 Towel Forceps Backhaus sharp 11 cm 1 Towel Forceps f Paper Drapes 11 5 cm 2 Bip cable f Codm amp Valleyl Inst 5 m 1 Nst Red Fcps ang bl 1 0 mm 20 cm 1 Nst Red Fcps bay str 1 0 mm 20 cm 1 Nst Red Fcps bay downw B 0 6 mm 1 CONTAINER MS 60X30X16 CM HANDLE GREY 2 Tray DIN 480x255x33 mm 2 Tray DIN 480x255x73 mm 2 C
83. l Interface to the Through USB RS 232 Port computer Input AC 230V 10 50 Hz Trigger Remote on hand held electrode Timer Control Electronic Electronic amp Computer Opto Isolation from Not applicable Available Built Computer in Transformer Isolation Yes Yes Safety Relay Isolation Yes Yes Auto and visual Yes Yes Indication Mecha Dimensions Weight 290 x 250 x 80 mm Approx 5 Kgs nical Plastic casing Amplifier Gain 1000 EEG Frequency Band 0 5 to 100 Hz Module Sampling rate 1000 samples per second per channel 18 N Biofeedback Machine Without computer Printer amp Monitor windows based along with the following features amp standard accessories Switch on the main switch fixed in back side Useful for selfrelaxation amp Meditation GSR value displayed in K Ohms Sensitivity in 3 steps 2 5710 mains operated Red Green lights for feedback response includes GSR electrodes 1 Opeating manual 1 Psychiatry 19 LA Digital Alcohol Breath Analyzer Psychiatry 20 51 Name of Items Specification Department Hysteroscopy and TCRE Set 4 0 mm 30dgree Diagnostic amp Operative hysteroscopy with all operating accessories like 1 Semi flexible Biopsy Forceps 2 Semi flexible scissors 3 Semi flexible double action grasper 4 Continuous flow resectoscope sheath set inner amp outer 5 90 degree cutting loop electrode 6 T
84. l Spreader Cloward 16 cm Vertebral Spreader Cloward 14 cm Rongeur Caspar str 2 mm 18 cm Rongeur Caspar str 3 mm 18 cm Rongeur Caspar str 4 mm 18 cm Micro Hooklet sharp 23cm Micro Hooklet blunt 23cm Micro Scissors Yasargil bay str 22 5cm Septum Elevator Freer sh bl 18 cm Nasal Cutt Fcps Weil Blakes 3 0 mm Tender Technical Specifications for Micro Set Scalpel Handle f microblade 13 5 cm Curette acc Mikaeel 14 45 bay Handle for Mikaeel Instruments Tissue Fcps w Protector 18 mm 18 5cm Micro Dissect str slim 23cm Micro Dissect str 23cm Micro Vasc Knife Jacobson str 18 5cm Micro Hooklet sharp 23cm Micro Hooklet blunt 23cm Nerve Hook Krayenbuehl No 2 19 cm 82 Nerve Hook Krayenbuehl No 1 19 cm Dura Hooklet 90 sharp ang down 19cm Grasp Fcps Hunt bay 5 mm 20cm Grasp Fcps Yasargil bay 3 mm 20cm Micro Feps Yasargil bay 0 9mm 20cm Micro Feps Yasargil bay 0 6mm 18cm Micro Feps Yasargil bay 1X2T 18cm Micro Feps Yasargil bay 0 9mm 24cm Micro Scissors Yasargil bay str 22 5cm Micro Scissors Yasargil bay cvd 16 5cm Micro Scissors Yasargil bay str 20cm TC Micro Needleholder str w lock 22 Micro Sciss bl bl cvd 10 mm 18 cm Micro Alligator Forc
85. l stimulstors for peripheral and direct nerve monitoring Extensive stimulus triggering including repetitive non repetitive single pair and train Reports should be automatically generated for every test and contain all necessary test information and additional user specified information Complete range of accessories and disposables for all monitoring modalities Facility for stimulation and monitoring of facial nerve and other cranial nerves both bipolar and monopolar 1 piece each should be supplied Peripheral nerve stimulator should be provided Laptop with latest Intel Core 4GB RAMS 500GB or better Hard disc Neurosurger y 22 Should Support 8 channel EMG and Train of four modalities 2 channel Pulse Ox recording Automated report generation for pedicle screw stimulation including Percutaneous pedicle screw insertion Fully surgeon controllable from the sterile field Multiple manual and triggered EMG modes of operation Audible and visual surgeon feed back Should have following Surgeon Directed capabilities Surgeon controlled Probe Giving surgeon full control from the sterile field Should allow surgeon to increase or decrease current change the monitoring test mode and print reports Should support below mentioned Nerve Proximity Test capabilities Provide audio tone feed back indicating proximity to a nerve root Program automatically for changing stimulation intensity while searching
86. ldren Scalpel Handle No 3 12 cm 1 Scalpel Handle No 4 13 5 cm 2 Operating Scissors sh bl str 14 5 cm 1 Operating Scissors sh sh cvd 12 cm 1 Operating Scissors bl bl cvd 12 cm 1 Scissors Jameson cvd 15 5 cm 1 TC Diss Sciss Toennis cvd 17 5 cm 1 TC Scissors Mayo str 17 cm 1 TC Diss Scissors fine str 14 5 cm 1 Haem Forceps Mosquito cvd 12 cm 6 Forceps Dandy cvd sidew 14 5 cm 20 Forceps Kocher 1X2 T str 14 cm 2 Forceps Crile Rankin str 16 cm 2 Towel Forceps Backhaus sharp 11 cm 6 Forceps Foerster serr cvd 24 5 cm 2 TC Needleholder Crile Wood 15 cm 2 TC Needleholder De Bakey 18 cm 2 TC Needleholder Mayo Hegar 18 5 cm 2 Dressing Forceps 14 5 cm 1 Tissue Forceps 1X2 T slim 14 5 cm 2 Tissue Forceps 1X2 T slim 20 5 cm 2 Forceps Gerald 1X2 T str 17 5 cm 1 Ear Dress Fcps Jansen bayo 16 cm 2 Retr Volkmann semish 2 Pr 22 5 cm 2 Woundspreader blunt 3X4 T 13 5 cm 1 Spreader Mollison sharp 4X4 T 15 cm 1 Dressing Forceps Micro Adson 12 cm 2 Forceps Micro Adson 1X2 T 12 cm 2 Atr Forceps De Bakey 2 mm 16 cm 2 Atr Forceps De Bakey 2 mm 20 cm 2 Bone Rongeur Beyer cvd 18 cm 1 Hook Handle f Wire Saws 4 Wire Saw Gigli fourfold 50 cm 1 Bone Cur Volkm oval No 000 17 cm 1 Elevator Williger 7 mm 17 cm 2
87. mit the following documents along with the others as mentioned above in the Technical Bid with their tender i Up to date valid VAT clearance certificate ii Up to date valid manufacturing license iii GRN TIN and PAN 11 iv Literature catalogue leaflet in support of the tendered item v Up to date dealer distributor certificate vi ISO GMP and other quality certificate issued from competent authority as detailed vii Declaration on details of manufacturing unit installed capacity of the item quoted testing facilities and nearest after sales service facility with details of technical personnel along with non conviction certificate declaration for the past 3 years Annexure V vill Last 3 three years Turn Over Rs 5 00 Crores for Neuro Sergury and Rs 2 00 for Others and Statement for the last 3 financial years i e 2012 2013 2013 2014 and 2014 2015 in the specified format Annexure VI certified by the Auditor Chartered Accountant Bidders has to submitted statement of account profit and loss or the year 2012 2013 2013 2014 and 2014 2015 ix Undertaking in the form at Annexure VII confirming acceptance of all terms and conditions of the tender x An undertaking on fraud and corruption as xi Manufacturer Authorization letter as per the format enclosed at Annexure IX xii The bidder shall impart education and training to upgrade the skills of the medical professionals at various levels for
88. mity in all respects with the provisions of the contract 03 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 Brief particulars of the goods and services which shall be supplied provided by the supplier are as under SL Brief description Quantity to be Unit price Delivery terms No Of goods services supplied FOB CIF FOR etc Total value Delivery schedule In witness whereof the parties hereto have caused this agreement to be executed in accordance with their respective laws the day and year first above written Signed sealed and delivered by the said for the purchaser IN the presence of e oe ss Signed sealed and delivered by the said for the supplier in THE presence Ol Sr aner 107
89. my of the brain s ventricular system It aids the neurosurgeon in placing the shunt 2 Operational Requirements 2 1 Neuro endoscope should be lightweight and dedicated to Neurosurgery cranial work 3 Technical Specifications 3 1 Connecting piece for fixation for operating sheath to endoscope holder 1 no 3 2 Wide angled forward oblique telescope 6 deg enlarged view with 3 channels autoclavable fiberoptic light transmission incorporated preferably color coded 3 3 Operating sheath preferably with valve Outer Dia Less than 7 mm with graduated scale with lateral stopcock and inlet for catheter with obturator Ino 3 4 Sheath insert for use of 30 deg 70 deg diagnostic telescope through operating sheath 1 no 3 5 Scissors single action jaws pointed diameter 2 2 5 mm length 30cm 1 no 3 6 Biopsy forceps 1 no 3 7 Grasping forceps with teeth fine size 1 no 3 8 Biopsy punch forceps single action jaws fine size working length 28cm 1 no Instruments should preferably be rotating type 3 9 Puncture needle 1 no 3 10 Irrigation tube autocalvable with luer lock connection 1 no 3 11 Coagulating electrode bipolar 5 fr 1 no 3 12 Bipolar cord 4 no 3 13 Straight forward telescope 0 deg enlarged view autoclavable with angled eyepiece with instrument channel dia 3mm fiberoptic light transmission incorporated preferably color coded Neuro Fiberscope 0 Working length 34 cm Outer Diameter le
90. n which event the purchaser may like the award to the next lowest evaluated bidder or call for new bids The proceeds of the Performance Security shall be payable to the purchaser as compensation for any loss resulting from the supplier s failure to complete its obligations under the contract The Performance Security shall be denominated in the Indian Rupees and shall be in one of the following forms a Post Office Cash Certificates National Savings Certificates Certificates which are not held in the name of the bidder shall not be accepted b Post Office Saving Bank Pass Book and c Deposit Receipts or Bank Guarantees in the prescribed pro forma given at Annexure XII issued by any of the scheduled banks 36 37 38 39 40 Inspection and tests The purchaser or its representatives shall have the right to inspect and or to test the goods to confirm their conformity to the contract The purchaser shall notify the supplier in writing of the identity of any representatives for this purpose The inspections and tests may be conducted on the premises of the supplier at point of delivery and or at the goods final destination where conducted on the premises of the supplier all reasonable facilities and assistance including access to drawings and production data shall be furnished to the inspectors at no charge to the purchaser Should any inspected or tested goods fail to conform to the specifications the purchaser may reject
91. o 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 Medical Colleges of Assam or any other place as decided by the purchaser NOTE The questionnaire below must be duly filled in and should be enclosed with the bid 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 Clauses not applicable or not relevant may be marked NA 101 SL No Description C Technical Vendor s Confirmation Confirmed Noted Deviation furnished separately 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 deviations confirm that the same have been highlighted separately 4 Confirm that equipment catalogue and technical data wherever applicable have been enclosed 5 Confirm that all certificates deviations furnished 6 Confirm that Earnest Money Deposited EMD as per bid document for each schedule quoted enclosed D Commercial
92. on and non compliance with terms and conditions of the contract I offer to supply the items mentioned in the schedule enclosed in price bid at the rates quoted therein I agree to hold this offer for one year after finalization of rate contract Dated Signature Name of the bidder Address 95 ANNEXURE VI ANNUAL TURN OVER STATEMENT The Annual Turnover of M s three years and concurrent commitment for the current financial year are given below and certified that the statement is true and correct for the past Date Seal SI No Year Turnover Rs in lakhs 1 2012 13 2 2013 14 3 2014 15 Total Average turnover per annum 96 Signature of Auditor Chartered Accountant Name in Capital To Annexure VII UNDERTAKING The Director of Medical Education Ghy Assam Through the Principal cum Chief Supdt J M C amp H Jorhat IFB NO Sir L Shri on behalf of having registered office at do hereby declare that I 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 purchaser to supply all the offered equipment The rates quoted by me us for the items tendered for are specified
93. patient in lateral position The Spinal attachment should be compatible with OT table of any make Should be FDA CE UL or BIS approved product Neurosurger 42 12 Operating Chair for Surgeon and Assistant Multi position arm supports Electric height level adjustment range of 150 or 200 mm Back wheels lock simultaneously Foot height control Adjustable contoured backrest Simple adjustment of the seat and back support Ergonomic seat form Teardrop wedge seat Saddle seat Hand height control Easily moved with personnel handle Position able foot support Multi position armrest Should be FDA CE UL or BIS approved product Neurosurger y 43 13 Ultrasonic Aspirator Micro Neurosurgery for 1 Description of Function 1 1 Ultrasonic aspirators use mechanical ultrasonic vibration and an irrigation suction system to fragment and remove soft tissue and high water content growths from various parts of the body 2 Operational Requirements 2 1 The system should provide selective tissue ultrasonic fragmentation including bone with simultaneous irrigation amp aspiration 2 2 The system should be quoted with 25 KHz and 35 KHz universal hand piece for soft tissue and bone dissection having various compatible tips from soft tissue to bone to transsphenoidal length 3 Technical Specifications 3 1 Surgical aspirator should be based on magneto
94. pulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a scheduled commercial bank recognized by you for the sum specified therein as security for compliance with its obligations in accordance with the contract AND WHEREAS we have agreed to give the supplier such a bank guarantee NOW THEREFORE we hereby affirm that we are guarantors and responsible to you on behalf of the supplier up to a total of Amount of the guarantee in words and figures and we undertake to pay you upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument any sum or sums within the limits of amount of guarantee as aforesaid without your needing to prove or to show grounds or reasons for your demand or the sum specified therein We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the demand We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change addition or modification This guarantee shall be valid up to 62 months from the date of satisfactory installation of the equipment i e up to indicate date EA Signature with date of the authorize
95. r interlaminar and 34 transforaminal endoscopic surgery without GA general anaesthesia 4 System Configuration Accessories Spares and Consumables 4 1 System as specified 5 Environmental Factors 5 1 The unit shall be capable of being stored continuously in ambient temperature of 0 50 deg and relative humidity of 15 90 5 2 The unit shall be capable of operating in ambient temperature of 20 30 deg and relative humidity of less than 70 6 Power Supply 6 1 Power input to be 220 240VAC 50Hz fitted with Indian plug 6 2 Resettable overcurrent breaker shall be fitted for protection 6 3 Voltage corrector stabilizer of appropriate ratings meeting ISI Specifications Input 160 260 V and output 220 240 V and 50 Hz 6 4 Suitable UPS with maintenance free batteries for minimum one hour back up should be supplied with the system 7 Standards Safety and Training 7 1 Manufactures Supplier should have ISO certificate to Quality Standard 7 2 Should be compliant with 61010 1 any international equivalent eg EN UL 61010 covering safety requirements for electrical equipment for measurement control and laboratory use 7 3 Should be FDA CE UL or BIS approved product 74 Comprehensive training for lab staff and support services till familiarity with the system 7 5 Comprehensive warranty for 5 years and additional 5 years AMC 8 Documentation 8 1 User Technical
96. red hydraulic drive Table top should be divided into segments topped with special foam mattress SFC which should be both radio translucent and electrically conductive The table should rest on easy rolling castors and should be fitted with brakes 2 2 Should be able to take intraop X Rays of skull and spine with C Arm or O Arm 3 Technical Specifications 3 1 Should have a stable base Should be supplied with control panels including remote column and foot switch 3 2 The maximum permissible patient weight should be around 250 Kgs 3 3 Should be electro hydraulic with facility for various positions such as sitting supine prone and lateral positions under the microscope The table pad should be double layered and not soft but can be molded by the figure of the patient to deliver even counterforce and it should be water proof and anti static material and can be washed by water directly each joint should be sealed by ultrasonic not glue and sewing The thick of the mattress should be more than 75mm 3 4 Should have a Trendelenburg Reverse Trendelenburg 45 20 Deg 3 5 Should have Height up down without padding 480 1000 mm Lateral Tilt Left Right 30 Deg Back Section Up Down 90 30 deg Leg Section Up Down 90 90 Deg 3 6 Should have a head holder for various positions The head holder should be attached to the main unit It should be interchangeable for the leg plates and head rest for normal position
97. romagnetic Compatibility or should comply with 89 366 EEC EMC directive 5 2 The unit shall be capable of operating continuously in ambient temperature of 10 40deg and relative humidity of 15 90 6 Power Supply 6 1 Power input to be 220 240VAC 50Hz fitted with Indian plug with UPS 7 Standards Safety and Training 7 1 Should have current leakage less than 70 U A AC 0 07m Amp 12 Manufacturer Supplier should have ISO certification for quality standards 7 3 Should be US FDA or BIS approved product 74 Comprehensive training for lab staff and support services till familiarity with the system 7 5 Comprehensive warranty for 5 years and additional 5 years 40 8 8 1 8 2 8 3 8 4 costing 8 5 Documentation User manual in English Service manual in English Certificate of calibration and inspection List of important spares and accessories with their part number and Log book with instructions for daily weekly monthly and quarterly maintenance checklist The job descriptin of the hospital technician and company service engineer should be clearly spelt out 8 6 Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet Any point if not substantiated with authenticated catalogue manual will not be considered 41 11 Radiolucent Spinal
98. rrent 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 except insofar as the design or material is required by the purchaser s specifications or from any act or omission of the supplier that may develop under normal use of the supplied goods in India i e the country of final destination The warranty should be as per the period mentioned in the Technical Specification i e three years iii The purchaser indenter shall notify the supplier in writing of any claims arising under this warranty iv 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 v If the supplier having been notified 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 prejudice to any other rights which the purchase may have against the supplier under the contract vi The warranty for defective parts will begin de novo from the date of replacem
99. rt by a bidder to influence the purchaser in the purchaser s bid evaluation bid comparison or contract award decisions shall result in the rejection of the bidder s bid and also banning of business dealings with the bidder for a period of three years from the date of such ban Documents establishing good s eligibility and conformity to bidding documents The bidder shall furnish as part of its bid documents establishing the eligibility and conformity to the bidding documents of all goods and services which the bidder proposes to supply under the contract The documentary evidence of the goods and services eligibility shall consist of a statement in the price schedule The documentary evidence of the goods and services conformity to the bidding documents may be in the form of literature drawings and data and shall furnish i A detailed description of the goods essential technical and Performance characteristics A list giving full particulars including available sources and current prices of all spare parts special tools etc necessary for the proper and continuing functioning of the goods for a period of years following commencement of the goods used by the purchaser and ii A clause by clause commentary on the purchaser s Technical Specification demonstrating the goods services substantial responsiveness to those specifications or a statement of deviations and exceptions to the provisions of the Technical Speci
100. s 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 schedule of delivery of goods shall be entertained after purchaser accepts the bid Adjudication Review board Any dispute arising out of or during execution of the contract shall be settled with mutual agreement through an Adjudication Review Board appointed by the Health amp F W Department Govt of Assam 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 Laws governing the contract amp jurisdiction The contract shall be interpreted in accordance with the laws in force in India All disputes shall be subject to the jurisdiction of appropriate court situated at Guwahati Jorhat Payment Terms 1 Source of Fund The Health amp F W Department Govt of Assam 2 Procedure for payment The paying authority on production of the following documents shall make 100 Payment a Invoice in triplicate are to be submitted to the paying authority along with the other documents after completion of the supply b Stock Entry Certificate is to be obtained in the body of the Invoice in triplicate c The original Challan Copy d Test certificates installation certificates e Warranty certificates The bidder must sub
101. sibility whatsoever for postal delay in process of submission of Bids The Bidder is expected to examine all instructions forms terms and specifications in the bidding documents Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the bidder s risk and may result in the rejection of its bid Bidders shall submit their bids in two parts as under a Technical bids in triplicate consisting of technical details bringing out clearly in a separate sheet the deviations in specifications if any from that of Technical Specifications and also clause by clause compliance of specifications along with the commercial terms and conditions and bid security b Price bids showing only item wise prices in a separate sealed cover inside the main cover It may be noted that when the main cover is opened on the date and time scheduled for Bid opening only the technical bids will be opened and read out in public d Bidders whose technical bids are found substantially responsive will be informed of the date and time of opening of their price bids Price bids of others will be returned to them unopened before opening the price bids of others The Bids should be duly marked and sealed as Original Duplicate and Triplicate The sealed bids viz Original Duplicate and Triplicate of Technical and Price Bids as mention
102. ss than 4 mm Biopsy Forceps flexible 1 mm Grasping Forceps double action jaws flexible 1 0 mm length 60 cm Coagulating Electrode unipolar flexible 1 0 mm length 73 cm Clamping Jaw for use with all Fiberscopes with fastener Neurosurger y 33 3 14 Universal table holder multi articulated should have three or more joints with 360 deg of freedom with holding device 3 15 High Definition camera with integrated image processing module max resolution 1920X1080 with integrated ICM Image Capture Module color system Pal power supply 100 240 VAC 50 60 Hz including 3 chip camera head with integrated par focal zoom lens Camera control unit with integrated image processing module connecting cable length 180 cm connecting cable set length 180cm Keyboard 2 connecting cables for connecting video printers or recorders no 3 16 Xenon light source 300watt with color temperature 6000 K light intensity manually controlled 2 nos 3 17 Fiberoptic light cable dia 3 5 mm length 230cm 2 nos 3 18 Main for color monitor compatible HDTV 24 Flat Screen Monitor with coor system PAL NTSC Resolution max 1920 x 1200 SDI Composite S Video RGB DVI and VGA Inputs 3 19 Instrumentation Set For Endoscopic Third Ventriculostomy Treatment For Hydrocephalus Patients To Avoid Usage of Shunts Colloid Cyst Marsuplisation Of Archnoid Cyst And Multiple Biopsy From Ventricular Tumors And Cystic Fen
103. t For the purposes of this provision the following acts shall be considered as corrupt and or fraudulent practices a Undertaking of the no Fraudulent Corrupt practices b Fraudulent Practice means misrepresentation or omission of facts in order to execution of contract c Collusive practice means a scheme 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 d 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 10 49 50 51 52 53 54 During the process of evaluation of bid or proposal for award of 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 In the bid document itself an undertaking has to be furnished in the format at Annexure VIL Local conditions It will be imperative on the bidder to fully acquaint himself of all local conditions and factors that would have any effect on performance of the Contract The purchaser shall not entertain any request for clarification
104. t on manufacture or supply of goods covered by the order 22 Terms amp Conditions indicated in this format shall not be repeated in the bid Terms amp Condition indicated elsewhere and contradicting those in this format shall be ignored Confirm compliance 23 Confirm that you shall observe highest standard of ethics during bidding and in case favoured with an order during execution of the order without resorting to any fraud corruption and or coercion 24 Confirm that the offer shall be valid for a period of 365 days from the date of bid opening 104 Annexure XI EMD BID SECURITY FORM BANK GUARANTEE MISES RR EE IT Ee name of bidder hereinafter called the bidder has submitted his tender dated date for the supply EE AO EE hereinafter called the bid KNOW ALL MEN by these presents that we ee ENEE NN of EN having registered office at sesse esse sees Gee Ge Gee Gee hereinafter called the bank are bound up to the Governor of Assam hereinafter call the purchaser in the SU EE for which payment well and truly to be made to the said purchaser the bank binds itself its successors and assigns by these presents Sealed with the common seal of the said bank this day 2015 The conditions of this obligation are 1 If the bidder withdraws its bid during the period of bid validity specified by the bidder
105. t this specific IFB as also for all business in the entire territory of India An agency commission of included in the gross ex works price is payable to EE We hereby Certify that the Machine spare parts do not contain 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 Our other responsibilities include here specify in detail manufacturer s responsibilities The services to be rendered by Messrs are as under here specify the services to be rendered by the agent Yours faithfully name For and on behalf of name of manufacturer NOTE This letter of authorization should be on the letterhead of the manufacturing concern and should be signed by a person competent and having the power of attorney to bind the manufacturer A copy of notarized power of attorney should also be furnished 100 ANNEXURE X AGREED TERMS amp CONDITIONS A Details of Bidder Bidder Offer Ref Contact Person Telephone No Fax No E mail Signature B Definitions 1 Purchaser means Principal cum Chief Supdt J M C amp H Jorhat or his authorized representative 2 Bidder or Tenderer means a person or firm or company wh
106. te a binding contract between us We understand that you are not bound to accept the lowest or any bid you may receive Dated day of Signature in the capacity of Duly authorized to sign tender for and on behalf of 91 Annexure III PRICE SCHEDULE FOR DOMESTIC GOODS OR GOODS OF FOREIGN ORIGIN LOCATED WITHIN INDIA SI Item Country Quantity Price per unit Unit Total Sales No Description of Ex Excise Packing Inland Insu Inci Price Price and Origin factory Duty and Trans rance den Inclu Inclu other Ex ware if For potation and tal ding ing Taxes house any war d Incidental Services Ex cise Excise duties Ex show b ding costs including Duty Duty Payable room supervi a b c 4x6 if Off the sion Contract shelf f d e f is a awar ded 1 2 3 4 5 6 7 8 Total bid price in Rupees In words Signature of bidder Date Place Name Business Address NOTE i In case of discrepancy between unit price and total price the unit price shall prevail 92 Annexure IV BANK GUARANTEE FORM FOR PERFORMANCE SECURITY CMC SECURITY To The Name and address of the purchaser WHEREAS Name and address of the supplier Hereinafter called the supplier has undertaken in pursuance of contract no dated to supply description of goods and services herein after called the contract AND WHEREAS it has been sti
107. them and the supplier shall either replace the rejected goods or make all alterations necessary to meet specification requirements free of cost to the purchaser within a period of 15 fifteen days of intimating such rejection The purchaser s right to inspect test and where necessary reject the goods after the good s arrival at the final destination shall in no way be limited or waived by reason of the goods having previously been inspected tested and passed by purchaser or its representatives prior to the goods dispatch from the place of manufacture Nothing in clause 37 shall in any way release the supplier from any warranty or other obligations under the contract Qualification Criteria 1 The bidder must be a manufacturer or their accredited dealers specifically against this IFB for the subject goods and had successfully executed contracts for similar and or identical goods in the past three years prior to the date of Tender opening In support of this the bidder shall furnish Performance statement in the enclosed Annexure I 2 Notwithstanding anything stated above the purchaser reserves the right to assess the bidder s capability and capacity to perform the contract satisfactorily before deciding on award of contract should circumstances watrant such an assessment in the overall interest of the purchaser Warranty i The supplier warrants that the goods supplied under the contract are new unused or the most recent of cu
108. traight 7mm 1 Clip Mini perm curved 7mm 1 Clip Mini temp str 5mm 1 Appl Fcps f Stand Clips bay turn 23cm 1 Appl Fcps f Stand Clips bay shaft 1 1cm 1 Appl Fcps f Mini Clips bay turn 23cm 1 62 Appl Fcps f Mini Clips bay shaft 11cm Storage Rack f Clips Clip Mini temp cvd 7mm Clip Mini temp str 7mm Tender Technical Specifications for Aneurysm Clip Set Clip Stand perm str 7mm Clip Stand perm slight cvd 7mm Clip Stand perm str 9mm Clip Stand perm slight cvd 9mm Clip Stand perm str 11mm Clip Stand perm slight cvd 11mm Clip Stand perm fen 3 5mm str 7mm Clip Stand perm fen 3 5mm str 9mm Clip Stand perm fen 3 5mm ang 7mm Clip Stand perm fen 3 5mm str 12mm Clip Stand perm fen 5mm str 7mm Clip Stand perm fen 5mm ang 5mm Clip Stand perm fen Smm str 9mm Clip Stand perm fen 5mm ang 7mm Clip Stand perm fen Smm ang I I mm Clip Stand temp str 7mm Clip Stand temp str 9mm Clip Stand temp cvd 90g 9mm Clip Stand temp str 11mm Clip Mini perm used str Smm Clip Mini perm straight Smm Clip Mini perm straight 7mm Clip Mini perm curved 7mm Clip Mini temp str Smm Appl Fcps f Stand Clips bay turn 23cm Appl Fcps
109. ubal cannulation device O amp G SI No Name of Items Specification Department Head Band Mounted Operating Loupe ed I ee Head band mounted light weight system lt 600 gms Working distance 300 600 mm Focusing Auto focus through infra red beam Magnification 3 6 7 2 X controlled through a footswitch Automatic Parallax adjustment Field of Vision 30 144 mm Swiveling angle 60 degree Distance between the two eye pieces should be adjustable 115 120 mm Should have individual adjustment of defective vision for Far Short sightedness and stigmatism Head light LED source Capable of prolonged operation by connecting to mains Standby power pack incorporated Carrying case Aluminum flight case Should be CE FDA UL or BIS approved product Spares should be available for the next 10 years Neurosurger b 21 Intra Neuro Monitoring system The system should be a portable laptop based intra operative minimum 32 channels Neuromonitoring system Should be capable of Surgeon directed and neurophysiologist supported capabilities in one system Should be capable of comprehensive Electroencephalography EEG Electrophysiology EP and Electromyography EMG monitoring with integrated remote monitoring capabilities Electrophysiological modalities including Somatosensory Evoked Potential SSEP Motor Evoked Potenti
110. use 19 shall also be suitably extended A bidder may refuse the request without forfeiting its bid security A bidder granting the request will not be required nor permitted to modify its bid The contract should be completed within 45 days from the issue of formal supply order 19 20 St 22 23 24 25 26 27 The bidder must furnish EMD bid security as the schedule of reguirement unless otherwise exempted under Govt Orders Rules in force The EMD bid security shall be demonstrated in the Indian Rupees and shall be in one of the following forms a Post Office Cash Certificates National Savings Certificates Certificates which are not held in the name of the bidder shall not be accepted b Post Office Savings Bank Pass Book and c Deposit Receipts or Bank Guarantees in the prescribed pro forma given at Annexure XI issued by any of the scheduled banks Any bid from a bidder who fails to furnish EMD furnish a notarized copy of the registration certificate for the item quoted not secured in accordance with clause 19 and 20 will be summarily rejected by the purchaser as non responsive Unsuccessful bidder s EMD bid security will be discharged returned as promptly as possible The bidders are advised in their own interest to send a pre receipted challan along with their bid so that the return of EMD bid security after the bid have been rejected is made within the stipulation period The
111. water supply electric power to be provided by the purchaser for commissioning of the equipment 16 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 Pl confirm compliance 17 The material eguipment 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 the supplier Pl confirm acceptance 18 Confirm that Performance Bank Guarantee shall 103 be furnished for 5 of the total order value valid till guarantee period of the goods 19 Confirm acceptance of Part order 20 Confirm acceptance of Repeat order within 12 months from the date of basic order at same price and terms amp conditions 21 It is noted that the purchaser would disown any responsibility liability toward irregularity contravention or infringement of any statutory regulations including those of paten
112. which a tentative programme shall be submitted xiii The bidders shall duly fill in the agreed terms and conditions as per Annexure X 55 Additional Terms and Conditions a i Total monetary value of similar nature of work performed during each of the last three years must be furnished by the bidder which are as follows 1 Experience in works of a similar nature and size for each of the last three years and details of works underway or contractually committed and clients who may be contacted for further information on those contracts 11 Evidence of access to line s of credit and availability of other financial Resources facilities 20 of Contract Value certified by the Bankers Not more than 3 Months old ili Authority to seek references from the Bidder s Bankers iv Information regarding any litigation current or during the last three years in which the Bidder is involved the parties concerned and disputed amount Bids from Joint ventures are not acceptable The bidder must be a profit making one for the last three years Information on Bid Capacity works for which bids have been submitted and works which are yet to be completed as on date of this bid The bidder shall impart education and training to upgrade the skills of the medical professionals at various levels for which a tentative programme shall be submitted The bidder shall provide backup services of trained Technical Personnel on 24 hours basis for

Download Pdf Manuals

image

Related Search

Related Contents

ED1-F MODE D`EMPLOI - Primo  User`s Manual - Agricultural and Biological Engineering  Hypochlorite de Soude - E. HENROTTE Distribution  機-50302-11  

Copyright © All rights reserved.
Failed to retrieve file