Home
        directorate of health services state drug management unit (sdmu)
         Contents
1.                                    Name of the Consignee Rh Name of the Consignee SR Name of the Consignee SI  No Name of the Consignee  C D M O  Angul 10 C D M O  Ganjam 19  C D M O  Koraput 28   C D M O  Sambalpur  Dist  Angul   Odisha At   P O   Berhampur Dist  Koraput   Odisha Dist  Sambalpur   Odisha   Tel Fax   06764   232507 Dist  Ganjam  Odisha Tel Fax   06852     Tel Fax   0663     2401843    Tel Fax   0680   2225383 250242  C D M O  Boudh 11 C D M O  Gajapati 20 C D M O  Kendrapada 29  C D M O  Sundergarh  Dist  Boudh   Odisha At   P O   Paralakhenmundi Dist  Kendrapada   Odisha Dist  Sundergarh   Odisha   Tel Fax   06841   222478 Dist  Gajapati  Odisha  Tel Fax   06727     232171 Tel Fax   06622     272201   Tel Fax   068015      222205 222222  C D M O  Balasore 12 C D M O  Jajpur 2  C D M O  Malkangiri 30  C D M O  Sonepur  Dist  Balasore  Odisha Dist  Jajpur   Odisha Dist  Malkangiri   Odisha Dist  Sonepur   Odisha   Tel Fax   06782      Tel Fax   06728     222597  Tel Fax   06861   230277 Tel Fax   06654     220209  261959 262011  C D M O  Baragarh 13 C D M O  Jagatsinghpur 22 C D M O  Mayurbhanj 31         Rourkela   Dist  Baragarh  Odisha Dist  Jagatsinghpur  Odisha At   P O   Baripada Dist  Sundergarh   Tel Fax   06646   232804  Tel Fax   06724     220064 Dist  Mayurbhanj  Odisha   Tel Fax   06792   252671  C D M O  Bhadrak 14 C D M O  Jharsuguda 23 C D M O  Nuapada 32 Capital Hospital  Bhubaneswar  Dist  Bhadrak  Odisha Dist  Jharsuguda  Odisha Dist  Nuapada
2.       TENDER FORMATS       TENDER ENQUIRY NO  SDMU  2014 15  EQUIP DEIC  012    PRICE BID  COVER B     NOTE      1  Use Format P2 for Category I Items    2  Use Format P3 for Category II  amp  III Items          OFFICE OF THE DIRECTOR OF HEALTH SERVICES  ODISHA   BHUBANESWAR  751001       43                          1   To be furnished in the Commercial Bid     PRICE BID SUBMISSION FORM   On the letterhead of the organization      Location  Date   To    The Joint Director    State Drug Management Unit    In front of Ram Mandir  Convent Square   Bhubaneswar     751 001  Odisha    Re    Tender Enquiry No  SDMU 2014 15 EQUIP DEIC 012    Dear Sir   We  the undersigned do hereby offer to Supply the DEIC equipment  s  in accordance with your Tender  referenced above and our Technical Bid     We hereby declare that if awarded the contract  our Commercial bid shall be valid for one year  subject  to the modifications resulting from Contract negotiations you may subsequently carry out with us to accept our  proposal     We understand you are not bound to accept any Proposal you receive     Yours sincerely     Authorized Signatory   n full and initials      Name and Title of Signatory      Organization Seal     44       To be submitted in Cover B     Price Bid    FORMAT   P2  For Category   Items   Whether depot  inside Odisha  i e  VAT paid to Government of Odisha  Yes   No   If Yes  Depot  Address                                     Name of the Item  s  Make  amp  Total Cost of   CST
3.     SI  Name of the Item with Category EMDs to be  Submitted  Rs    Category   I   1 OAE 1 80 000     2 Pure tone audiometer with tuning fork  set  1 60 000     3 Portable Tympanometry instruments 1 95 000    Indirect Opthalmoscope  with 20 28  amp  30 D lens  Scleral   4 depressor  wire vectis  and Eye speculum  Alfonso infant 35 000    wire speculum     5 Dental Chair  amp  Unit 1 50 000     6 X ray unit  Dental  50 000     Category   Il   1 Electrical Stimulator 15 000     2 Double headed Stethoscope 1 000     3 REEL test 3rd Edition 1 000     4 ELMS  Booklet  1 000     5 EPT 1 000     6 Developmental Assessment for Indian Infants  DASSI  7 000     7 Vineland Adaptive Behavior Scales 2 000     8 Sanguine form Board for Intelligence 1 000     9 Bayley lll Screening Test Complete Kit Includes   Manual  Stim Book  Picture Book  Record Forms 25 7 000    Packs   10   Nimhans Battery 5 000     11 LD  Dyslexia 3 000    Dyslexia Early Screening Test  DEST  i   12 Childhood Behavioral Checklist  CBCL  1 000     13   Cerebral Palsy and Neuro motor impairment  INCLEN 1 000     INDT NMI      14 INCLEN Appropriateness Criteria  Autism Spectrum 1 000    Disorder  INAC ASD       15 ADHD   Attention Deficit Hyper activity  INCLEN 1 000                                                                                                         16 LADDER 10 000    17 Cerebral Palsy Chair 10 000    18 Rocking Chair Rocking horse with mirror on the wall 5 000    19 CP Walker 10 000    20 Pediatric
4.   Odisha   Tel Fax   06784   251866  Tel Fax   06645     273104  Tel Fax   06678   223346  C D M O  Bolangir 15 C D M O  Kalahandi 24 C D M O  Nayagarh  Dist  Bolangir  Odisha At   P O Bhawanipatna Dist  Nayagarh  Odisha  Tel Fax   06652   232243 Dist  Kalahandi   Odisha Tel Fax   06753   252189   Tel Fax   06670     233761  C D M O  Cuttack 16 C D M O  Kandhamal  25 C D M O  Nabarangpur  Dist  Cuttack  Odisha  Phulbani  Dist  Kandhamal  Dist  Nabarangpur  Odisha   Tel Fax   0671   2301007 Odisha  Tel Fax   06858   222057   Tel Fax   06842     253249  C D M O  Deogarh 17 C D M O  Keonjhar 26 C D M O  Puri  Dist  Deogarh   Odisha Dist  Keonjhar   Odisha Dist  Puri   Odisha   Tel Fax   06641     226428  Tel Fax   06766     255525  Tel Fax   06752   222124  C D M O  Dhenkanal 18 C D M O  Khurda 27 C D M O  Rayagada  Dist  Dhenkanal  Odisha Dist  Khurda   Odisha Dist  Rayagada   Odisha   Tel Fax   06762     226423  Tel Fax   06755     221419  Tel Fax   06856   222603                            32       Section VI    Formats of the tender    33                                   5    TENDER ENQUIRY NO  SDMU  2014 15  EQUIP DEIC  012    TECHNICAL BID  COVER A     OFFICE OF THE DIRECTOR OF HEALTH SERVICES  ODISHA   BHUBANESWAR  751001       34       CHECK LIST   To be submitted in Cover A   Technical Bid   Note  The documents have to be arranged serially as per the order mentioned in the check list    All the documents furnished should be page numbered and signed by the authorized si
5.   Part B     Commercial Bid    PART A     TECHNICAL BID    The Technical BID should consist of the following documents     Tender document cost of Rs 2 100    Rs 2 000     5  VAT  in the shape of  Demand Draft in favor of Joint Director  State Drug Management Unit payable  at Bhubaneswar    Earnest Money Deposit  EMD   depending upon the item s  quoted       the  shape of Demand Draft in favor of Joint Director  State Drug Management  Unit payable at Bhubaneswar  Detail item wise EMDs to be submitted is  mentioned in the table mentioned below     Technical Bid Submission Form    Format T1    Profile of the Firm    Format T2    Photocopy of the registration certificate of the firm company   Photocopy of the VAT CST registration certificate   Photocopy of PAN   Details of EMDs submitted  Format T3    Annual Turnover Statement certified by the Chartered Accountant     Format T4  Photocopies of audited annual statement of the last three years and the  turnover figure should be highlighted there    Manufacturers Authorization Certificate  in case of authorized distributor   importer for Category I  amp  II Items only      Format T5   Details of Technical Specification of the products offered     Format T6  Photocopy of the ISO certificate of manufacturer as per technical specification  Photocopy of the CE  USFDA  ISI certificates of the product  the model quoted  for  as per the technical specification    Technical brocheures Leaflets of the product offered    5    e Past Experien
6.  VAT  amp  Entry  In Case of  Model the Item  Unit Tax  ET  VAT  pl   Price with  if any        amp  above  Mention  CMC  amp  the item price   whether VAT  Turnkey  mentioned in  3    is payable to   Exclusive of  Mention whether Govt  of  CST VAT  amp                and ET  Odisha    calibration charges ET  the   of tax  amp  it   s       Yes No   value in Rs    Cost in Rs   both in words  amp   figures    1   2   3   4   5  6234 445 7 8  1  year after warranty  CST  96     2   year after warranty  or  3  E after warranty  Odisha VAT       Entry Tax  96      If any                 Note   Use separate Price Formats for each item quoted and sealed them in separate envelops  All these envelops should be sealed in another outer  envelop and super scribed as  Price Bid        CST VAT  amp  ET which will be chargeable on  amp  above the price mentioned in column  3  should be mentioned separately in column 7 above     Accordingly the CST VAT is to be quoted in Column 7 above        The cost of turnkey shall include all installation cost including materials required for installation  amp  commissioning  In case of turnkey  the details of materials are to be  mentioned         In case the VAT is payable to Govt  of Odisha  pl  furnish a copy of the Odisha VAT registration certificate     Signature of the Bidder   Name  Date    Place   Seal    Note   Rates should be quoted both in figures  amp  words and if there is any discrepancy  the quoted rates in words will be taken for evalua
7.  Year Turnover in  Rs    1  2010 2011    2  2011   2012    3  2012     2013    Or    2013 14  If audited     Date  Signature of Auditor   Place  Chartered Accountant   Name in Capital   Seal  Membership No      Registration No  of Firm    Note   a  To be issued in the letter head of the Auditor Chartered Accountant mentioning    the Membership no   b  This turnover statement should also be supported by copies of audited annual    statement of the last three years and the turnover figure should be highlighted  there     39    Format     T5     To be furnished with the Technical bid in case the bidder is the authorized distributor   Importer of  the manufacturer     MANUFACTURER S AUTHORISATION FORMAT     In case the bidder wishes to bid for more than one item  pl  furnish the related manufacturer s authorization    format serially for easier tender evaluation    Required for Category I  amp  II Items only  Not required for Category  III Items     To  The Joint Director   State Drug Management Unit  In front of Ram Mandir Square   Bhubaneswar  1  Odisha   Ref  Tender No  Dated for    J   Dear Sir   We                                             are the manufacturers of                                                                    name of equipment s  and have the manufacturing factory at  1  Messrs                                         name and address of the agent  is our authorized  distributor  Importer for sale and service of                                name of  e
8.  be received by State Drug Management Unit  SDMU   Bhubaneswar  at the address specified above at clause 6 2  till    Late Tenders    Any Tender received by SDMU after the deadline for submission of Tenders  as  per Clause 7 above shall be returned unopened     7    SECTIONII    TERMS AND CONDITIONS      Mode of Procurement    This is a Rate contract Tender  the rate of which will be valid for a period of one  year from the date of approval of rate contract  However  the approx  quantity  requirement is mentioned in the Schedule of Requirement   Section Ill  The State Drug  Management Unit shall invite tender centrally  amp  evaluate the same  After  finalization approval of the supplier  amp  the rate  purchase order may be placed by the  State Drug Management Unit   Directorates   District Headquarter Hospitals   Medical  Colleges depending upon the fund placement       Scope    This scope of work covers supply of the DEIC Equipment as per technical  specification  as mentioned at Section Ill  at the consignee locations  as mentioned at  Section IV  and providing services for comprehensive onsite warranty       Earnest Money Deposit    EMD in shape of Demand Draft  as per the requirement mentioned in Section l  depending on the item s  quoted  in favour of Joint Director  State Drug  Management Unit  payable at Bhubaneswar is to be furnished by the tenderer  along with the technical bid  Unsuccessful tenderer s EMD will be discharged returned  as promptly as possible but no
9.  button    e The system should be used for TONE Audiometery and Speech Audiometery    e The machine should have all necessary air  bone and masking features like Air  conduction  HL  UCL  Aided    Bone conduction   e The machine should have all necessary Speech audiometry features like Live Voice   CD MP3   SRT   Word Recognition     UCL   e Facilities for special investigations  SISI  Tone decay  ABLB    speech scoring along with   SDcard  Pendrive  CD  tape connector facility    Facilities for tinnitus matching and aided audiograms    Separate Bone conductor with Head band    Should have Automatic Speech Scoring SISI Scoring    2 Channel Master Hearing Aid   Comfortable soft adjustable ear phones with head band    Patient response button    Microphone and speaker for two way communication    e Standard Accessories to be supplied with the machine       Bone conduction receiver      Patent response switch    2 GB SD Memory Card    microphone   e Audiogram forms     Loudspeaker     Monitor phone     Monitor headset     Carrying case    16    Power supply     e Should work on 220 240V AC as well as rechargeable batteries   e Mains adaptor to be supplied  TUNIC FORK  SET     e Should be made up of stainless steel with desired frequency   e Frequency should be marked on the instrument     e Should be supplied 3 tunic forks of 3 different frequencies like 128 Hz  256Hz  512  Hz     3  IMPEDANCE AUDIOMETER   TYMPANOMETER    Description of Function   e Diagnostic Audiometer is used 
10.  off switch    It should give medical grade Air which is absolutely oil free   It should be CE certified  Certificate should be submitted in technical bid     Power supply   e Should work on 220 240V AC as well as rechargeable batteries     e Mains adaptor to be supplied   6  Intra oral X ray Machine    Description of Function    A method for X ray imaging of mouth with intra oral imaging method comprising  placing at least one image sensor inside the mouth  radiating from outside of the mouth  with X ray source  receiving X ray radiation to form image     Product Eligibility Criteria   e Should be US FDA   CE  Notified  approved for the quoted model   e Manufacturer should be ISO certified for quality standards   e Should have AERB approval for the quoted model     Technical Specification   e System complete with X Ray generator and cassettes is required and it should be  floor mount only          Mounting Options   mobile        Arm  scissor arm   Timer  integrated to the unit  digital    Timer Settings   Manual time settings and or digital mode   Accessories  Synchronization link with RVG system  collimators  long cone   Controlled microprocessor unit     Power supply     1     e Should work on 220 240V AC     e Mains adaptor to be supplied     Category II    ELECTRICAL STIMULATOR    Description of Function     The device is used to stimulate sensory and motor nerves  facilitate muscle    contraction re educate muscle  improve circulation  prevent stretch adhesions  hypert
11.  should prevent entry of oral fluids and other materials     Power of 8 10 watt with head size of 8 10mm with push button     A set 6nos different burs to be provided   The turbine should be CE  Notified  marked  Certificate should be submitted in  technical bid     2  Electric Micro motor with autoclavable hand piece    Brush less Electric driven Micro motor made up of Titanium with a rotation of  25 000 rpm  variable  with digital display of speed     The hand piece made of titanium and the contra angles made up of titanium     The Bearings should be made of Ceramic material     Clean Head System to prevent entry of oral fluids and other materials        e The micro motor  amp  hand piece should be CE notified  marked  Certificate should  be submitted in technical bid     3  Ultrasonic Scalar   e Should operate on continues mode     e Power output should be 8 10 watt     Weight less than 110gm   e Should be CE Notified     4  Light Cure Unit        Operating Light Specifications        20    e Should get ON and OFF with No touch system for maintaining proper sterilization  while working    e Color temperature of the light should be around 4000K    e Light should allow Vertical  Horizontal  and Axial  amp  Diagonal Movements for  proper Focusing     Oil Free Air Compressor  Medical Grade      e Jt should have Air moisture filter  e It should have Non retraction valve    It should have Pressure gauge   It should have Air tank  capacity of 30 40 Ltr     It should have Auto cut
12.  supplier shall further warrant that the goods supplied under the contract  shall have no defect arising from design  materials or workmanship or from any act or  omission of the supplier that may develop under normal use of the supplied goods in  the conditions prevailing in India     13 2 This comprehensive on site warranty  Category wise  shall be as follows     Category I  Two years comprehensive warranty from the date installation  CMC for  three years after two years warranty shall have to be quoted as mentioned in the price  schedule for category     I    Category Il  One year comprehensive warranty from the date of supply     Category Ill  One year comprehensive warranty from the date of supply     10    13 3 In case of any unsatisfactory performance of equipment s  or any claim arising out of    this warranty  the purchaser consignee shall promptly notify the same in writing or  over phone or by fax to the supplier     13 4 Upon receipt of such notice communication  the supplier shall  within 48 hours on a    24 hrs  X 7  days  X 365  days  basis  rectify or replace the defective goods or parts  thereof  free of cost  at the ultimate destination     13 5 If the supplier  having been notified  fails to rectify or replace the defective goods or    14     15     15 1    152    16     17     parts thereof within 48 hours on a 24 hrs  X 7  days  X 365  days  basis  the  purchaser may proceed to take such remedial action s  as deemed fit by the  purchaser  at the risk and 
13.  than 7   seven  days from the date of complaint  beyond which a penalty will be applicable as  per Rule     The principals or their agents are required to submit a certificate that they have  satisfactory service arrangements and fully trained staff available to support the  uptime guarantee    Spare Part  Spare Equipment   The successful tenderer will stock adequate spare part   spare equipment to provide  services during the warranty period so that the equipment can be repaired   replaced  within 48 hours    Inspection   The purchaser or it s authorized representative may inspect the equipment on a    random basis after it   s supply to verify that the same is as per the technical  specification    11    18     19     20     21     Training  amp  User Manual    The supplier will provide hands on training to the designated staff of the consignee in  his own cost for operating   handling of the equipment at the time of supply of the  equipment     The supplier   firm will provide the user manual   warranty card to the consignee at  the time of supply     PENALTIES    If the successful tenderer fails to deposit the required performance security within the  time specified or withdraws his tender after acceptance of his tender owing to any other  reasons or unable to undertake the contract  his contract will be cancelled and the  earnest money deposit   performance security deposit shall stand forfeited by the  purchaser     Violating the tender terms and conditions  amp  non s
14. 0 120 gm     The tube should be made of Latex free rubber   e  t should confirm to IS 3391 standards        Accessories  spares and consumables     Diaphragms    Far tips    Binurals rims    3  REEL 3  RECEPTIVE EXPRESSIVE EMERGENT LANGUAGE TEST 3RD  EDITION    It is used as an assessment and planning instrument in Early Childhood Intervention  programs  It Measures development in both expressive and receptive language  The  Receptive Expressive Emergent Language Test   Third Edition represents a checklist of  language milestones  The results of the included caregiver interview provide the basis for  discovering language impairments or other disabilities that affect language development in  very young children    It should include        Examiners Manual  2  2  25 profile examiners record Booklets  3  Complete test KIT    4  ELMS BOOKLET  5  LINGUISTIC PROFILE TEST  6  DEVELOPMENT ASSESSMENT FOR INDIAN INFANTS  DASSI     Age range 0 2 years   It use completely indigenous material    It shall be used for evaluation of body control  locomotive  Manipulation  Cognition   Memory  Social interaction  Language Development  amp  Manual Dexterity    Major application on assessment of mental  amp  motor development and diagnosis of location  of delayed development    The DASSI scale shall be composed of the following item as a single KIT     The kit materials are as follows     1  Ball  Red   Tennis ball of 3  diameter of RED colour  1no  2  Box  Square with two lids one with hole mad
15. 6     17     WEDGE    Made of wood   Size should be appropriate to 2 6years    8 degree wedge of size  38cm X 37cm X 5 cm  WXHXD     ROCKING CHAIR    Childs Plank Bottom Rocking Chair  Made of Pine wood with good quality polish   Dimensions  Height  41  Width  24  Depth  25  Approximate  2      TRAMPOLINE     Compact round trampoline  shape  round  light jumpers  Dimensions  diameter of the mat 2 5m  surface area of the mat 4 9 meter square    Minimum lateral installation clearance  5 5m     25mm galvanised steel frame   Maximum user weight 90kg   Structural load capacity 380kg   Height of the mat above ground 0 8 m   height of the Flexi net above          5 m  total height 2 3m  5 6 legs   20 25 springs   The product should be CE approved    The manufacturer should be ISO certified     BEAN BAG   Durable Easy to Carry   and Washable   Fits Anywhere   Filled with white Ones   Can Be Refilled   Height   40    width   28    Length   28    Base Circumference   90    5   Colour  Chocolate brown Black RED   Can be mould to more than 5 shapes to sit on it   Can Carries approx 100 120 KG s of weight easily  Dual layer stitching for extra strength   Made of artificial leather    Manufacturer should be ISO certified    PEG BOARD    Made of White Plywood and Food grade Abs Plastic   Laminated square board having 10 holes to hold smoothly finished solid plastic  pegs in five different bright colors   Skill   Hand Eye Co ordination     31    SECTION   V  CONSIGNEE LIST   Door Delivery   
16. Category   Il  1 Electrical Stimulator 32 Yes  2 Double headed Stethoscope 32 Yes  3 REEL test 3rd Edition 32 Yes  4 ELMS  Booklet  32 Yes  5 LPT 32 Yes  6 Developmental Assessment for Indian Infants 32 Yes   DASSI   7 Vineland Adaptive Behavior Scales 32 Yes  8 Sanguine form Board for Intelligence 32 Yes  9 Bayley lll Screening Test Complete Kit 32 Yes  Includes  Manual  Stim Book  Picture Book   Record Forms 25 Packs  10   Nimhans Battery 32 Yes  11 LD  Dyslexia 32 Yes  Dyslexia Early Screening Test  DEST   12   Childhood Behavioral Checklist  CBCL  32 Yes  13 Cerebral Palsy and Neuro motor impairment  32 Yes  INCLEN  INDT NMI   14 INCLEN Appropriateness Criteria  Autism 32 Yes  Spectrum Disorder  INAC ASD   15   ADHD  Attention Deficit Hyper activity  INCLEN 32 Yes  16 LADDER 32  17 Cerebral Palsy Chair 32  18 Rocking Chair Rocking horse with mirror on the 32  wall  19 CP Walker 32  20 Pediatrics Static cycle 32  Category   III  1 Snellen s Chart  Box type  32 Yes  2 Distance vision test  Leas single symbols book  32 Yes  3 Near Vision test with Lea symbol  Lea playing 32 Yes  card set  and Near vision Line test  4 Lea Puzzle 32 Yes  5 Lea Gratings 32 Yes                13                                                       6 Therapy Mat Floor Mat 32  7 Ice pack 32  8 Activity Table Modified wheel Chair 32  9 Walker  rollator 32  10 Physio Ball  thera bund 32  11 Medicine Ball 32  12 Rubber Mat  Mattres  10  10   32  13 Therapeutic Ball Set Each available size 32  14 Wed
17. Criteria     Should be US FDA  CE  93 42 EEC  approved for the quoted model   Manufacturer should be ISO certified for quality standards    Shall meet IEC 60601  1 2  2001 General Requirements of Safety for  Electromagnetic   Compatibility or should comply with 89 366 EEC  EMC directive    Technical Specification     Binocular Indirect Ophthalmoscope with precision viewing upto 1 0 mm pupil size   Spot size  3 integrated spot size small spot  medium spot and large spot     Vertical adjustment      4      Integrated flip up adjustment optics which can be flipped and locked at 4 different  angle   Settings between 00 to 600    Aperture and filter adjustment levers  can be locked to the desired position required   Locking apertures and filter adjustment  Safety clutch   protect mechanism from the  forced adjustment while in the lock position     Halogen LED Bulb   Large  amp  small depressors  Carrying case     20D  28D  amp  30D lens     Power Unit     Should be provided with Rechargeable Li ion battery charger with LED indicator  Desk Top cum charger 21  The charger should be compatible with voltage system of AC 220  240 Volts     Other Accessories to be supplied    SCLERAL DEPRESSOR  1 No     Lens loop style tip for excellent for depressing pediatric sclera   Flat serrated handle    Polished finish    Overall length  80mm  3 2 inches     EYE SPECULUM  1 No     Overall length 80mm 3 1inches  Close 15mm wire blades  Locking titanium mechanism for spread of blades    5  Dental C
18. DIRECTORATE OF HEALTH SERVICES    STATE DRUG MANAGEMENT UNIT  SDMU   IN FRONT OF RAM MANDIR  CONVENT SQUARE  BHUBANESWAR  1    TENDER DOCUMENT    TENDER ENQUIRY NO   SDMU  2014 15  EQUIP DEIC  012    TENDER FOR SUPPLY OF DISTRICT EARLY INTERVENTION CENTER  DEIC  EQUIPMENT       Period of availability of tender document Dt  26 11 2014 to 22 12 2014  till 4 PM   in website   http   203 193 146 66 hfw SDMU tender html    Date of Pre Bid Conference Dt  3 12 2014  12 30 PM  Last Date  amp  time for Submission of Tender  Dt 23 12 2014 up to 3 PM  Date  amp  time for Submission of Sample  Dt 24 12 2014  up to 4 PM   Address of Submission of Tender Document The Joint Director     amp  Sample   State Drug Management Unit     In front of Ram Mandir   Convent Square   Bhubaneswar     751 001  Odisha     Date of opening of the Technical Bid  Dt  23 12 2014 at 3 30 PM     Cover A     The tender document contains total 46 pages    DIRECTORATE OF HEALTH SERVICES    STATE DRUG MANAGEMENT UNIT  SDMU   IN FRONT OF RAM MANDIR  CONVENT SQUARE  BHUBANESWAR  1    SUPPLY OF DEIC EQUIPMENT    Sealed tenders as per the terms and conditions contained in this Tender document are invited  from eligible bidders  Manufacturer  Importer Authorized distributor  for supply of DEIC  Equipment  the details of which are specified at Schedule of Requirement  amp  Technical  Specifications     Section Ill of the tender document     This Tender document contains the following     Section       Instructions and inf
19. ION TEST  LEA SYMBOLS PLAYING CARDS     These specially designed playing cards to make easy to measure near visual acuity  in young children  while teaching concepts of similar  different  big small   bigger smaller    The 4 packs contain 16 cards each with symbols of varying sizes  16M and 10M   6 3M and 4M  2 5M and   1 6M  1M and 0 63M    It includes training cards and instructions    The paper cards measure 1 6  x 2 75   4 cm x 7 cm      28    LEA PUZZLE    The LEA 3 D Puzzle is designed for supporting the development of the concept of   same   first with colors         with black and white concrete forms that are  prerequisites for the measurement of recognition acuity with the LEA Symbols tests  at an early age    During the play you can also observe eye hand coordination and awareness of  directions  which are often problems for children with brain damage  even mild  brain damage    Package includes the booklet  Assessing Vision Development Through Picture and  Shapes and instructions  Tray is 6 75  x 6 75   17 2 cm x 17 2 cm   The 4 symbol  puzzle pieces are approximately 2  x 2   5 1 cm x 5 1 cm  each     LEA GRATINGS    A Preferential Looking Test LEA GRATINGS are for preferential looking test  situations with infants or children and adults with disabilities to determine detection  acuity    Grating levels printed on each handle are  0 25  0 5  1 0  2 0  4 0  and 8 0 cpcm   cycles per centimeter of surface     It should Includes instructions and storage case  4 padd
20. TYPE     The frame of box is made of special high  strength aluminium alloy    The Four corners of box has to be connected with good quality steel plate and the  surface shall be decorated with ABS plastic plate    The visual chart plate is adopted with import polymethyl methacrylate plate which  should not be faded with time    There should be storage space for the charts on back side of the cabinet    The unit should be provided with standard letter charts for screening of Low and  Distance vision  The charts should be made of plastic    Should have printed eleven lines of block letters   The first line consists of one very large letter   Wall Mounted   Non  reflective material   Matte Finish   Durable Plastic   Size 22  x 11    Traditional Snellen Eye Chart  using the English Alphabet   Illiterate Snellen Eye Chart    using different directions facing Es    Should be made of high contrast letters on washable polystyrene     DISTANCE VISION TEST  LEA SINGLE SYMBOL BOOK   10  FEET 3 METERS     The Single Symbol Book is ideal for people who cannot perform when tested with a  line test  This book can help determine the best resolution of the visual pathway in a  child adult with amblyopia or impaired vision    Single optotype line sizes range from 20 200 to 20 8  6 60 to 6 2 4  equivalent  0 10  to 2 50    It should Includes isolating mask  response key  training cards  and instructions   Provided with 13 offset pages for easy flipping  5  x 5   12 7 cm x 12 7 cm      NEAR VIS
21. al bid shall be intimated to the  technically qualified tenderers       Amendment of Invitation    In case of any discrepancy between the Press Advertisement  other detailed  provisions of the tender document and the updated version on the web  up to  15 12 2014 till 5 00 PM   the web version will prevail  At any time prior to  15 12 2014  the authority reserves the right to add   modify   delete any portion of  this document by issuance of an addendum corrigendum  which would be  published on the web site http   203 193 146 66 hfw SDMU tender html and will be  binding on the tenderers     Period of Validity of Rate Contract    For the purpose of placing the order  the rate contract shall remain valid for one  year from the date of approval     5  Formats and Signing of Tenders    5 1 The Tender shall be neatly typed and shall be signed  by an authorized signatory     ies  on behalf of the Firm  All pages of the Tender  except for un amended  printed literature  shall be initialed by the person or persons signing the Tender     6    5 2 The Tender shall contain no interlineations  erasures or overwriting  In order to  correct error made by the Firm all corrections shall be done  amp  initialed by the  authorized signatory after striking out the original words   figures completely     6  Sealing and Marking of Tenders    6 1    6 2    6 3  6 4    6 5    6 6    The Tenderer shall seal  amp  mark the Tender as follows     The Tenderer shall seal  amp  mark various parts of the t
22. ce in supply of quoted items during the last three years       Format T7    e Copy of purchase orders as mentioned in Format      7   e Copy of Tender document  duly Signed with seal by the Tenderer on each    page    PART B  PRICE BID    The Price Bid should consist of the following documents     Price Bid Submission Form on the letterhead of the firm  Format   P1   Price Formats  Format     P2  P3     In case the VAT is payable to Govt  of Odisha  pl  furnish a copy of the OVAT  registration certificate     General Information    1     Last date and time for submission of Tenders  On or before 3 PM         23 12 2014 and Samples on or before    Schedule of Tender Opening    The tenders received by the SDMU within the deadline for submission of tenders  will be opened at the office address mentioned at clause 6 2    The Technical bids  Cover A  shall be opened in the presence of the tenderer   their duly authorized representatives  who choose to attend the tender opening  at  3 30 PM on 23 12 2014  In the event of the specified date of Tender opening being  declared a holiday for the Purchaser  the Tenders shall be opened at the appointed  time and location on the next working day     The Commercial bids  Cover B  of only those tenderers who meet the eligibility  criteria after the assessment of it s technical bid  will be opened in the presence of  the tenderer their duly authorized representatives  who choose to attend the bid  opening   The date of opening of the commerci
23. copy of the Registration Certificate of the  Firm company        ISO Certificate of the Manufacturer    Furnish copy of the ISO certificate of the Manufacturers       Photocopy of the CE USFDA ISI  Certificate of the Manufacturer  for  items as mentioned in technical  specification     Furnish the relevant certificate of the Manufacturers       Leaflets Product Brochures    Furnish the detail technical Leaflets Product Brochures  of the quoted product  Model        VAT CST certificate     furnish copy of the VAT CST clearance certificate        Income Tax No   PAN      furnish copy of the PAN           Name of the authorized service centers in    Odisha  Eastern Region  if any  with    name  address  telephone no   email id    etc           Authorized Signatory   n full and initials      Name and Title of Signatory      Organization Seal     37       Format T3   To be furnished in the Technical Bid   DETAILS OF EMD s  SUBMITTED    The bidders have to furnish EMDs as per the Category of Equipment they are  interested for        51    Name of Category Name Item EMD Amount  Rs                                                                                             TOTAL  Rs            Signature of the Tenderer      Date      Official Seal   38    Format     T4   To be furnished with the Technical bid     ANNUAL TURN OVER STATEMENT    The Annual Turnover for the last three financial years of M s    are given below and certified that the statement is true and correct     SI No 
24. d work required for installation  amp   commissioning of the equipment     The cost for turnkey if any  all cost related to installation  amp  Commissioning  for the  Category 1 Equipments shall be quoted separately as mentioned in the price schedule  format P2 for Category   Items       Evaluation and comparison of tenders      The tenders will be evaluated as per the terms and conditions      The price bids of those bidders shall be opened whose technical bid are found to be  responsive  amp  the samples  only for items as mentioned in the schedule of requirement   submitted are as per technical specification      The eligible and technically qualified firm quoting the lowest evaluated price will be  selected on the basis of the rates offered      The rates of the item quoted by the tenderer who qualify technically will be evaluated    after taking the following points into consideration     a  The quoted rate should include excise   customs duty  transportation     insurance  packing  amp  forwarding or any other incidental charges    b  In case of bidders who have quoted CST  firms not registered under Odisha   VAT   CST as mentioned in the Cover B  Price Bid  by the tenderer shall be   added to the quoted rate for price evaluation    In case of bidders who have quoted OVAT  firms registered under Odisha   VAT   OVAT as mentioned in Price Bid by the tenderer shall be excluded for   price evaluation      Entry Tax will not be considered for price evaluation    d  As per th
25. e Govt  of Odisha Finance Deptt  Order No  13290 F dt 02 04 2013   in  comparing the cost of an article  if purchased from within the State with the  price of similar article if purchased from outside the State  the amount of Odisha  Sales Tax  OST  now VAT shall be deducted from the total cost since it accrues  back as revenue to the State  If after such deduction  the cost of articles to be  purchased within the State is not more than the cost of including Central Sales  Tax  transport and other charges of similar articles from outside the State  it  would be economical to purchase articles within the State        Purchase Order    The Purchaser shall be issued to the lowest evaluated responsive bidder       Validity of the Rate contract    Rate contract to be finalized shall be valid for a period of one year from the date of  approval     10     11     12     13     13 1    Performance Security     Within 7 days from the receipt of the letter of award purchase order  the successful  tenderer should submit a performance security in the shape of DD BG  from any  Nationalized  Scheduled Bank and valid for 2 months beyond the warranty  period  of an amount equal to 10  of the purchase order contract value  for  Category   Items   amp  5  of the purchase order contract value  for category Il  amp  Ill  items   The performance security should be made in favour of the Joint Director  State  Drug Management Unit payable at Bhubaneswar  The proceeds of the Performance  Security sha
26. e of non toxic plastic material   3  Cubes  Red    10nos Square cubes of size linch made of PVC plastic   4  Rattle   Baby rattle should be non toxic  Made from food grade plastic material specially  designed for baby s fun and development  Minimum dimension  Length 12 cm and 6 5 cm  width   5  Square Beeds  B    1no  6  Torch   Red   Small bright LED torch  It should operate on 6V 9V battery  The battery  should be free of mercury and cadmium   7         Chair   Diwan   Toy chair made of PVC plastic small size  1no  23    8  Bell   Bell made of brass  Minimum length   8 5cm and minimum weight   70 gm  Should be  child friendly    9  Pencil   Yellow  Full    10  Ring with string  Red    A plastic compact ring of red colour  The diameter of the ring should  be of 3  internal and 3 5   Outer   Approx    The Ring should be supplied with a cotton thread of  1 5                       11  Spoons  2    Spoon of length 16cm  approx   made of stainless steel  There should not be  any sharp edges  The maximum spoon length and width should be 5 cm and 3 5 cm  Approx    12  Toy car sliding   The toy car shall be made of hard plastic with four wheels  The toy car shall  be connected to a rope for pulling the same by a child  Minimum length and width of the car  should be 18 20cm and 9 10cm  Approx   respectively    List of Material Kept in Small Box       Doll   with head cut off     Light switch  Shock proof plastic ON OFF electric switch 1no     Scissors     not Sharp  Blunt Scissor mad
27. e of stainless Steel      Pellet  Tablets with diameter 8 mm   Approx      Small animal     Toy made of rubber material of Non toxic in nature      Toy Watch Plastic dial with rubber band  It should have all symbols like original watch     Measuring Tape  Pocket measuring tape with inch  centimetre and Ft calibrated of 0 5 Meter     Box     Cylindrical plastic     Box   Plastic Round Box   10  Colour Sticks  2    11 Toy Cup   12  Chalk Stick                      gt                  Loose Materials       Big wheeled toy      Board for 6 pegs and 6 pegs      Board with 3 shapes in a line with 3 fitting pieces  BSCL      Board with 3 shapes in two line with 3 fitting pieces  BSOL     Board with two shapes Repeated with 9 pieces  BTSR      Cups  3      Doll which can be seated      Doll Squeezing   9  Plate   10 Stick For Manipulation             tn            Ke    Material Kept in Polythene Bag       Incomplete watch  5 card     Mirror      Paper   Pad     Picture Book      Picture cards   2      Napkin     Manual     Answer sheets     2     Basic Work Up Book                                      24    7  VINELAND LAND ADAPTIVE BEHAVIOUR SCALE  A scale to measure the adaptive behaviour for personal and social skill     Examiners manual   10 survey interview forms   10 parent rating forms   10 survey forms report format     poU    8  SANGUINE FORM BOARD FOR INTELLIGENCE    The Sanguine Form Board Test is based on the single factor theory of intelligence   measures speed and accu
28. ender as follows     8     b     e     Technical bid in one envelope super scribed with words  Technical Bid for  Supply of DEIC Equipment       Price bid in one envelope super scribed with words    Price Bid for Supply  of Supply of DEIC Equipment     All two envelopes  Technical and Price Bids  shall be sealed in a covering  envelope super scribed with words  Tender for Bid for Supply of DEIC  Equipment  and  Tender Enquiry No       amp     Do  not open before 3 30 PM on m   Sample  for those items mentioned sealed properly  amp  marked as    Sample     shall be submitted by 4 PM on 19 12 2014     Every envelope and forwarding letter of various parts of the tender shall be  addressed to     The Joint Director    State Drug Management Unit  SDMU    In front of Ram Mandir  Convent Square   Bhubaneswar     751 001  Odisha    The name of the firm company should be mentioned in the bottom left  portion of each envelop     Tenders sent through Telex   Telegrams   Fax   Email shall not be acceptable     The envelopes are not sealed as per para below and marked as required  above  the SDMU shall assume no responsibility for the tender s  misplacement or premature opening     The envelope shall be sealed by signing across all joints  amp  pasting good  quality transparent adhesive tape on top of such joints  amp  signatures     The envelope shall be properly sealed and carry the name and address of  the firm company     Deadline For Submission of Tenders with Samples    Tenders will
29. epresentations contained in it may lead to our disqualification     Our proposal shall be valid for a period of one year for award of contact  subject to the  modifications resulting from Contract negotiations you may subsequently carry out with us to    accept our tender  We undertake to carry out the work as per the terms and conditions of this  tender document     We hereby declare that my firm company has not been debarred   black listed by any  Government   Semi Government organizations    further certify that   am the competent  authority in my firm company authorized to make this declaration     We hereby agree that the Tender Inviting Authority can forfeit the Earnest Money Deposit and or  Performance Security Deposit and blacklist me us for a period of 3 years if any information  furnished by us proved to be false at the time of inspection   verification and not complying with  the Tender terms  amp  conditions     We understand you are not bound to accept any bid you receive   Yours sincerely   Authorized Signatory   n full and initials      Name and Title of Signatory     Name of Organization     Address         Organization Seal   36    Format   2     To be furnished in the Technical Bid     Profile of the Firm     On the letterhead of the Organization        Name of the Firm Company       Office Address       Name of the Chief Executive and  authorized signatory             Telephone Nos   Landline  Mobile   Fax   Email id       Date of Establishment     furnish 
30. expense of the supplier and without prejudice to other  contractual rights and remedies  which the purchaser may have against the supplier     UP TIME GUARANTEE      The Supplier  s  shall provide guarantee 9596 uptime during comprehensive warranty  period  i e   for one or two years  depending on the category of equipment  from the  date of installation  amp  commissioning    Any uptime less than the specified period above will be compensated by the  Supplier s  by extending the warranty period  The consignee shall maintain a logbook  in the format provided by the Supplier s  which will indicate usage of the equipment  every day and for calculation of up time     DOWNTIME PENALTY CLAUSE     During the Guarantee   warranty period  desired uptime of 9596 of 365 days will be  ensured  24 hour   If downtime exceeds 596  penalty in the form of extended  warranty  double the number of days for which the equipment goes out of service will  be applied  The supplier must undertake to supply all spares for optimal upkeep of the  equipment for TEN YEARS after installation  If accessories   other attachment of the  system are procured from the third party  then the supplier must produce cost of the  accessory   other attachment and the CMC from the third party separately along with  the main offer and the third party will have to sign the CMC with the purchaser if  required  for equipments wherever CMC is required     In no case  equipment should remain in non working condition for more
31. g    Four legs should be provided by rubber PVC shoe to avoid slipping on floor   Should be of heavy duty to tolerate weight of 100kg     PHYSIO BALL    Should have sizes like 65cm  75cm  85cm    Should be made from long lasting  durable  amp  anti brust material    Should be strong  amp  sturdy enough to bear the weight of an adult male   Should have spikey sensory points for better stimulation during exercise     MEDICINE BALL    Should be made from high quality rubber material    Should be two tone colored round shape for easy feeling for patients   Should have weight range from 1kg  to 3kg    Should be made from robust material for long durability    RUBBER MAT MATTRESS    Should be made of soft polyurethane foam of 1 inch thickness with polyvinyl coating     Size  10ft   L  x 10ft   W     Should not collect sweat  odour or dirt and should be easily wiped  amp  cleaned by damp  cloth    Should have non sticky  amp  non skidding surface    Should provide cover bag for safe keeping    THERAPEUTIC BALL SET    Should be pleasant to touch and should return back to original shape after each  squeeze    Should be made up non latex polymer for full range of motion    Should be round in shape of 2 inch diameter    Should be of 5no  each of different colour    Should be cleaned with plain or detergent water    Should be microwaved or freezed for hot  amp  cold therapy    Each therapy ball should be colour coded to indicate different resistance level     30    13     14     15     1
32. ge 32   CP assessment Kit  Musical Toys  Drawing 32 Yes  15 Boards  Crayons  Pleistocene  Rods and Beads    Colored Blocks  Post office box  amp  Peg Board   16   Trampoline Small Size   32  17 Bean Bag 32       The quantity requirements against each item mentioned above are approximate only  The  quantity requirement may increase or decrease depending on the requirement during the    rate contract period     14       1     SECTION IV    Technical Specification    Category I    OTO ACOUSTIC EMISSION SCREENER  OAE     Product Eligibility Criteria     Should be US FDA or CE  Notified body  approved product  Manufacturer should be ISO certified for quality standards   Shall meet the safety standard as per IEC 60601     Technical Specifications     Should be hand held and portable for screening  Transient Evoked Otoacoustic Emissions  TEOAE  should be upto 3 5 KHz and  Distortion Product Otoacoustic Emissions  DPOAE  upto 4KHz   Probe tips shall be assorted type   Stimulus Intensity Range       DPOAE  40 dB SPL to 70 dB SPL  e TEOAE  83 dB SPL peak equivalent   3 dB  Should be fully automated and require no interpretation   Should have 3 DP  amp 2TE Protocols with user customize protocols   Should have Printer facility wired wireless type   Should have LCD display   Facility to enter patient information  Should have power on self test and probe calibration functions  Calibration cavities should be provided with the instruments for onsite calibration   Probe tip of a minimum size 
33. gnatory of the  firm  company with company firm seal  Documents for the equipment quoted should be attached  serially for ease of scrutiny    DOCUM ENTS   SUBMITTED OR NOT  Please put in the respective box                                                                                     If provided  SI  Details          mention  or not  page No  s   TECHNICAL BID   1  Earnest Money Deposit  s  Yes   No   2  Tender Paper cost in shape of BD Yes   No   3  Format  T1 duly signed by the authorized signatory with seal Yes   No   4  Format  T2 duly signed by the authorized signatory with seal Yes   No   5  Format  T3 duly signed by the authorized signatory with seal Yes   No   6  Photocopy of the Registration certificate of the firm  Bidder  Yes   No   7  Photocopy of the VAT CST registration certificate Yes   No   8  Photocopy of PAN Yes   No   9  Photocopy of the ISO Certificate of the Manufacturer for items as mentioned   Yes   No  in technical specification    10    Photocopy of the CE  USFDA ISI Certificate of the Manufacturer for items   Yes   No  as mentioned in technical specification    11  Format  T4  Annual Turnover Statement for preceding 3 years signed by   Yes   No  Auditor   CA  duly signed by the authorized signatory with seal   12  Photocopies of audited annual statement of the last three years and the Yes   No  turnover figure should be highlighted there    13    Format  T5  Manufacturing Authorization from the Manufacturer  duly   Yes   No  signed by the author
34. hair and Unit    Description of Function   The dental chair and unit is required for dental examination and surgery     Product Eligibility Criteria   e Should be US FDA  CE approved for the quoted model     e Manufacturer should be ISO certified for quality standards   e Shall meet IEC 60601 General Requirements of Electrical Safety  amp  for  Electromagnetic compatibility     Technical Specifications     The Complete unit should be consist of Micro motor  Air Rotor  Air motor   Ultrasonic Scalar  medical grade oil free compressor and Motorized suction     Dental Chair Specifications     e Corrosion free construction and durable scratch resistant epoxy paint finish   e Should have seamless ultra thin upholstery to facilitate easy cleaning disinfecting   e Double articulating headrest for comfortable support     Should have flip head rest to be used on patients on wheelchairs     Should have footswitch with multifunction which should provide with all chair  movements  adjustable and Programmable position  movement of return to zero and  emergency stop     The hand rests should be fully adjustable and should rotate out of the way of the    patient when he steps off        Dental Unit Specifications     Should be attached to the chair with delivery system to accommodate up to following 5  modules with hanging cord                1  Fibre optic Air Rotor with autoclavable hand piece    e Made up of titanium with scratch resistance surface for proper holding     e The head system
35. hould have adjustable head rest    Should have detachable arm rest with padded cushion covering   Should have seat height adjustment with cushion    Should have seat angle adjustment with safety belt facility    Should have elevating foot rest    Should have neck support for neck arrest patient    Should have side support with cushion pad    Should be attached with activity tray with height adjustment   Should have 2 big caster wheel at back of minimum 10 inch diameter with PU  covering at rim for smooth movement     Front two wheels should be of minimum 5 inch diameter with PU covering at rim  for smooth movement     CP WALKER    Product Quality Requirements     Should be CE  ISI approved product    Manufacturer should be ISO 9001 certified for quality standards    Manufacturer should have ISO 18001 certification for Occupational Health  amp   Safety Assessment Series  OHSAS      Technical Specification     Should have tubular frame with epoxy powder coating    Top rectangular ring should have soft padded coating for hip support    Rectangular ring should be fitted with adjustable saddle gear to fix the patient in  upright position    Height of ring should be adjustable from 18 inch to 26 inch    Should be provided with gripped handle with height adjustment    Should be fitted with 4 no  of rubber castor wheel of minimum 2inch diameter     Dimension of frame should be width 20 inch  amp  height 20 inch     PAEDIATRIC STATIC CYCLE    27    Category III    SNELLENS CHART  BOX 
36. ical Specifications     Should be made up of rectangular CRC frame with epoxy powder coating    Should have facility of arm rest with height adjustment    Should have 2 inch cushion top seat with high quality rexin cover    Should have back rest adjustment with angle range of 5 to 90 degree with locking  facility    The torque unit should have two lever arms with one adjustable weight and other  one providing fixed contact with patient    Should have facility of changing the angle between two arms for providing  maximum resistance at any point in the range    Should have height adjustment facility for torque unit with locking facility     Load range should be with maximum 6kg     Should provide 6 no  of rubber weights each of 1kg     LADDER    Should be made from high grade wooden material   Should have feature of knee support    Size  72inchx30inch    Should be sturdy  well finished  amp  polished     CEREBRAL PALSY CHAIR    Product Quality Requirements     Should be CE  ISI approved product   Manufacturer should be ISO 9001 certified for quality standards     26    19     20     Manufacturer should have ISO 18001 certification for Occupational Health  amp   Safety Assessment Series  OHSAS      Technical Specification     Body should be made from cylindrical aluminium frame         metal parts should be epoxy powder coated for rust free surface   CP chair should have high back rest with reclining facility    Should have locking facility for reclining positions    Back rest s
37. isha  pl  furnish a copy of the OVAT registration certificate     Authorized Signatory   n full and initials      Name and Title of Signatory     Date         46     Organization Seal        
38. ized signatory with seal  For Category I  amp  II Items  only    14    Format  T6  Details of technical specification of the offered product  duly   Yes   No  signed by the authorized signatory with seal   15    Technical Brochures Leaflets of the offered product Yes   No   16    Format  T7  Performance Statement  of the bidder towards supply of Yes   No  similar items during the last three years   17    Photocopies of purchase order in support of the information provided in Yes   No  Format     T7    18    Copy of original   downloaded Tender and schedules  duly signed by the   Yes   No  authorized signatory   19    Cover    B      Price Bid with price schedule in Separate Envelop Yes   No                35       Format T1   To be furnished in the Technical            TECHNICAL TENDER SUBMISSION FORM     On the letterhead of the Organization    Location  Date     To    The Joint Director    State Drug Management Unit    In front of Ram Mandir  Convent Square   Bhubaneswar     751 001  Odisha    Re    Tender Enquiry No  SDMU 2014 15 EQUIP DEIC 012  Dear Sir   We  the undersigned do hereby offer to Supply the DEIC Equipment       mention the name of the item s    We are submitting our bids  which include this Technical Bid   and a Commercial Bid sealed under a separate envelope       We accept all the tender terms  amp  conditions of the tender under reference  We hereby declare  that all the information and statements made in this bid are true and accept that any of our  misr
39. les 8   20 cm  in diameter   The material should be made of plastic of good shining with easy cleaning     THERAPY MAT FLOOR MAT    Should be made of rubberized polyurethane foam of 4cm thickness with polyvinyl  coating cover    Polyurethane foam density should be 40         or more    Size  6ft  L  x 3ft  W     Should not collect sweat  odour or dirt and should be easily wiped  amp  cleaned with a  damp cloth    Should have non sticky  amp  non skidding surface    Should provide cover bag for safe keeping  amp  handling     ICE PACK COLD PACK    Material should be Nylon or PVC    Dimension should be 30 cm  L  x 12 cm  W    1046    Should have soft and non toxic gel material to retain cold inside the cold pack   Should retain the coolness for a period not less than 45 minutes    The ice pack gel should be soft  amp  flexible even after freezing at below  20  C   Should be ready to use in less than 15 minutes of freezing    Should be reusable  amp  frost free    Should provide elastic wrap in cover with velcro to tie at affected area    29    10     11     12     MODIFIED WHEEL CHAIR    Modified chairs  wooden with cushion covered with Rexene   Child sits in a modified chair with a cut out tray in front   The chair has castors for easy transportation    WALKER    Should be light weight  amp  foldable with four legs    Should be made from aluminium pipe with metal finish coating    Should have height adjustment facility by locking    PVC foam should be provided for hand grippin
40. ll be payable to SDMU as compensation for any loss resulting from the  firm Company s failure to fulfill the obligations under the scope of work and terms  amp   conditions of the Purchase Order     Delivery    The supply of the equipment shall be completed in all respect within 45 days  for  Category I Items  and within 30 days  for Category Il  amp  Ill Items  from the date of  issue of purchase order  The detail consignee list  door delivery  is mentioned at  Section V of the tender document     Delay in Supply    The time schedule for completion of the supply as mentioned in Clause 10 above is  very important and the supplier must take utmost care to complete the work within the  time specified in clause 10  If the supply is delayed for any reason for which the  SDMU or the authorities in charge of the concerned site are not responsible  a penalty    0 596 of the purchase order  contract value will be deducted from the payment to  the supplier for each week  or a part thereof  of delay subject to maximum 4  of the  purchase order contract value     Payment Terms    10096 payment will be released after supply of full quantity as per purchase order and  duly submission of performance security against submission of bill alongwith duly  signed stock entry certificates from the consignee     Warranty    The supplier shall warrant comprehensively that the equipments supplied under the  contract is new  unused and incorporate all recent improvements in design and  materials  The
41. of 3mm for Pre matures Neonates  Should have facility for Data Transfer to P C  Should be high noise immunity for operation   Should have Data Management Software  Should have memory to store minimum 100 screening results   Battery shall be rechargeable type and supplied with a suitable charger having at  least 100test backup   Should supply thermal paper rolls  10 nos   and suitable carry case along with the  unit   Supply the OAE probes for Neonate to Adult application   Pre mature neonate tips 150  Infant probe tip  75  Child  adult probe tip  25    Power Supply     Unit should function with 200 240V AC  50 60 Hz input power supply     15    2  PURE TONE AUDIOMETER with Tunic Fork  Set     Description of Function   e Diagnostic Audiometer is used to determine the type  degree  and configuration of  hearing loss   e System complete with all accessories should be quoted     Product Eligibility Criteria     e Should be US FDA or CE  Notified body  approved product  e Manufacturer should be ISO certified for quality standards   e Shall meet the safety standard as per IEC 60601    Technical Specifications     e The Audiometer test frequencies from 125 to 8000 Hz with noise free change over  between frequencies    e The machine should be used for pure tone  speech and free field audiometric  testing    e LCD display of test frequencies and intensity of test tone    e Displays hearing loss levels in decibels from 0 to 1 10db with add on decibel level of  10db with separate select
42. ormation for submission of Tender  Section Il     Terms and Conditions   Section Ill     Schedule of requirement   Section IV   Technical Specification   Section V     Consignee List   Section VI   Formats of the Tender    The deadline for submission of Tender is 23 12 2014  3 PM    The date  amp  time for submission of Sample  for items as mentioned in the schedule of  requirement     Section IV  is    The State Drugs Management Unit  SDMU  reserves the right to accept and or reject any or all    the tenders without assigning any cause or reason thereof  No claim in whatsoever form from  any firms for such decision of SDMU shall be entertained     Director of Health Services  O     Section    Instructions and information for submission of Tenders    Tenderers as per the eligibility criteria are required to submit their tenders in sealed  envelops as per the instructions given at Clause 5   FORMATS AND SIGNING OF  TENDERS and Clause 6   SEALING AND MARKING OF TENDERS and must submit  before the deadline given at Clause 7   DEADLINE FOR SUBMISSION OF TENDERS of  this Section     The sealed envelope s  containing the Tender s  must be delivered at the address  mentioned in the covering letter within the Last date and time for submission of  Tenders  On or before  EMD to be submitted    The tenderer may quote for any or all the items of the respective Category by  submitting separate EMDs as mentioned below                                                                         
43. quipment s      2  We also extend our Comprehensive warranty as per technical specification also full back   up support for CMC after the warranty period as required by the purchaser of the item  mentioned in the tender under reference     3  We undertake that we have adequate infrastructure and spare part support to carry out the  warranty and AMC CMC services and do accept to provide uptime guarantee of 95  as  per tender terms  amp  condition     Yours faithfully      Signature with date  name and designation     For and on behalf of Messrs                                  Name  amp  address of the manufacturers     Seal   Note     1  This letter should be on the letterhead of the manufacturer and should be  signed by a person having the power of attorney to legally bind the  manufacturer    2  Original letter shall be attached to the technical bid     40    Format     T6   To be furnished with the Technical bid   Technical Compliance Statement  DETAILS OF TECHNICAL SPECIFICATION OF THE PRODUCT  S  OFFERED BY THE BIDDER     In case the bidder wishes to bid for more than one item  pl  furnish the related product catalogues serially for easier tender evaluation                                            SI    Item Name Make Model Country Detail Specification of the     Page no  of the   Page no  where the  No  Name of product s  offered  Catalogue   Leaflet   CE  USFDA  ISI ISO  Origin        Describe the detail where Para wise Certificate of the  specification of the produc
44. racy    It includes Gesell figures where in the child is asked to copy ten geometrical figures to  evaluate visuo motor ability    Test materials consist of ten differently shaped wooden blocks and a large form board with  recessed corresponding shapes    Provided with manual and 100 response sheet     9  BAYLEY III SCREENING  It is used for early intervention for delay development    e Manual   e Stim Book   e Picture Book   e Record Forms 25 Packs    10  NIMHANS Battery 6 9 years age group     11  LD Dyslexia  DEST2  age   4 5   6 5 yrs for screening of attainment and ability   The Item should include      Examiners manual    Cards And sample Permission Letter    Score keys    Screening Kit   e Forward Digit span CD  e Sound order CD  e Crosi Frog  e Bead and cord  e Blindfold  e Balance tester    Supply with Scoring software with manual and 50 score sheet     All the items should be packed in a single carry bag     25    12   13     14     15   16     17     18     CBCL Childhood Behavioural Checklist  0 2years     Cerebral Palsy and Neuro motor impairment  INCLEN   INDT NMI     INCLEN appropriateness criteria  Autism Spectrum Disorder   INAC ASD     ADHD  Attention Deficit hyperactivity   INCLEN  QUADRICEPS TABLE    Product Eligibility Criteria     Should be CE  ISI approved product    Manufacturer should be ISO 9001 certified for quality standards    Manufacturer should have ISO 18001 certification for Occupational Health  amp  Safety  Assessment Series  OHSAS      Techn
45. rophy  muscle  prevent contractures and to test muscle for enervation     Product Eligibility Criteria     Should be USFDA   CE  notified  approved product   Manufacturer should be ISO certified for quality standards     Technical Specifications    Should be microprocessor based device    Should have treatment mode like iontophorasis  Plane Galvanic  Interrupted  Galvanic  Plane Faradic  Surged Faradic  Tens  amp  Tens Burst    Should have pulse frequency from 1 to 100Hz    Should have rectangular pulse rate    Should have pulse duration 0 1 to 200ms or more    On time  Adjustable  2 to 90 seconds  1          step   Off time  Adjustable  2 to 90 seconds  1 sec    step   Should have LCD display for set parameters    Should operate in room temp  Like 10 to 40 degree C with 10  to 8096 humidity     Power Supply     Should work with 230V 10  AC  50Hz power supply fitted with indian plug     DOUBLE HEADED STETHOSCOPE    For listening the lung and heart sounds with four ear tips with dual diaphragms   Extra soft  replaceable and pivot able ear tips for perfect sealing at the ear canal   Should have double tube from diaphragm   Designed with Precision flat double chest piece made of stainless steel of  40mm   45mm  adult      30mm 35mm  High quality membrane for precise acoustics with non chill rims for improved  adaptation on the skin and for excellent sound transmission   Length should be 27  to 29   paediatric  with preferable colour  black    22      Bell    23 mm     Weight  10
46. s Static cycle 5 000    Category   Ill  1 Snellen s Chart  Box type   2 Distance vision test  Leas single symbols book   3 Near Vision test with Lea symbol  Lea playing card set   and Near vision Line test  4 Lea Puzzle  5 Lea Gratings  6 Therapy Mat Floor Mat  7 Ice pack  8 Activity Table Modified wheel Chair  9 Walker  rollator 10 000    10 Physio Ball  thera bund  11 Medicine Ball  12 Rubber Mat  Mattres  10X10ft   13   Therapeutic Ball Set Each available size  14   Wedge  CP assessment Kit  Musical Toys  Drawing Boards   15 Crayons  Pleistocene  Rods and Beads  Colored  Blocks  Post office box  amp  Peg Board   16 Trampoline Small Size    17 Bean Bag  Note  For category Ill items  the tenderer may quote for any or all the items by    submitting the required EMD of Rs 10 000    All items shall be evaluated separately     Eligible Tenderer     1     2     In order to be eligible  the tenderer    Shall be a manufacturer OR Importer  Authorized distributor of the manufacturer  Shall have import license  In case of importer     Shall have the turnover as mentioned below     Category   Items   Shall have Annual Average turnover of minimum Rs  5  Crore or more during the financial years 2010 11  2011 12  amp  2012 13 or 2013 14   if audited  for the manufacturer Importer  amp  Rs 2Crore or more during the  financial years 2010 11  2011 12  amp  2012 13 or 2013 14  if audited  for the  distributors  In case of distributor  Category 1 Items   they will also have to furnish    the 
47. t   compliance product offered  as  offered    Para wise information as per per technical  compliance to the technical   technical specification  is  specification asked for  specification is furnished  available  1  2  3  4        Use Separate sheets if the space provided is not sufficient       Leaflets Technical Brocheures of the product offered  for each item quoted  must be attached in support of the information provided above        It is mandatory to mention the page no s  in the format as mentioned above     Authorized Signatory   n full and initials    Name and Title of Signatory      Organization Seal     41       Name of the Item      Format   T 7     To be furnished with the Technical bid   Performance Statement for su    ly of Quoted Items     Item wise for the quoted items             Order placed  by   full address of  Purchaser     Name of  the  Equipment    Order No   and date    Quantity  of ordered  equipment    Value of  Purchase  order   Rs      Date of  completion of  the delivery    Remarks  indicating  reasons for   late delivery   if any    Has the  equipment  been  satisfactorily  functioning    Attach a  certificate  from the  Purchaser Con  signee if any                                                              Note   Please furnish the purchase order  Contract copies of the supplies executed in support of the information mentioned above    Authorized Signatory   n full and initials      Name and Title of Signatory      Organization Seal     42 
48. t later than 21 days after issue of purchase order with the  successful tenderer  No interest will be paid on EMD     The EMD may be forfeited    a  if a Tenderer withdraws its tender during the period of validity of the tender   b  in case of a successful tenderer  if the tenderer fails     i  to execute the work order or     ii  to furnish performance security in accordance with clause 9 of this section       Sample    Tenderer must submit the sample to justify the specification  amp  quality for the  items as mentioned in the Schedule of Requirement  Section Ill  on the date  of submission of Bid       Price    The unit price  with all accessories and warranty which includes excise duty   customs  duty  packing  insurance  forwarding   transportation to the consignee places but  excluding VAT CST ET  quoted should be in Rupees and in the price schedule format  P2  P3  amp  P4 mentioned in the tender  All taxes  VAT CST ET  should be clearly stated  separately as mentioned in the price schedule     8    TURNKEY  Installation Cost for Category   Equipment only      Complete installation  amp  commissioning are to be done by the supplier  for Category  I Items only  inclusive of civil work  base mounting   grouting on the existing floor of the  room of installation   electrical work  electrical wiring from the existing supply point  inside the room where the equipment shall be installed to the point of actual installation  alongwith electrical accessories and all other relate
49. tion     45       FORMAT           FOR CATEGORY ll  amp  III ITEMS      To be furnished in the Price Bid     On the letterhead of the organization     PRICE SCHEDULE    Whether depot  inside Odisha  i e  VAT paid to Government of Odisha  Yes   No If Yes  Depot  Address                                   Name of the Make  amp  Model Unit Price of the Equipment with all    CST VAT  amp  Entry Tax  ET  In Case of VAT  pl  Mention  Equipment accessories  as mentioned in the technical    if any  on  amp  above the basic whether VAT is payable to  specification  which includes excise duty   unit price mentioned in  2  Govt  of Odisha  customs duty  packing  insurance  forwarding      Yes No   transportation  to the consignee places  with    Mention whether CST or VAT  comprehensive one year onsite warranty  as and ET  the   of tax  amp  it s  mentioned in technical specification  but value in Rs    excludes VAT sales tax   entry tax  Cost in Rs   both in words  amp  figures   1 2 3 4 5  CST  96     or  Odisha VAT       Entry Tax         If any   Note   Use separate Price Formats for each item quoted and sealed them in separate envelops  All these envelops should be sealed in another outer    envelop and super scribed as    Price Bid        CSTNAT  amp  ET which will be chargeable on  amp  above the price mentioned in column  3  should be mentioned separately in column 4 above     Accordingly  the CST VAT is to be quoted in Column 4 above     In case the VAT is payable to Govt  of Od
50. to determine the type  degree  and configuration of  hearing loss   e System complete with all accessories should be quoted   Product Eligibility Criteria   e Should be US FDA or CE  Notified body  approved product    e Manufacturer should be ISO certified for quality standards   e Shall be meeting safety standard as per        60601 1    Technical Specifications     It should be desktop device with handheld probe for middle ear screening tests with PC    interfaced   e Multifrequency  Probe Frequency  226Hz  1000Hz  Pressure Range   200 to     400 daPa  Volume Range  0 1 ml to 6 0 ml  Accuracy   5  to  10 daPa  Test Time     3 Seconds  Reflex Mode  Test Frequencies  500  1000  2000  4000 Hz   296  Test Method  IPSI Lateral  Contralateral  Noise  Band   WN HP LP  Intensities IPSI Lateral 70 to 110 dbHz  Intensities Contra Lateral  70 to 120 dbHz  with TDH 39    Intensity Setting  Automatic or Manual  Eustachian Tube Function  Intact and Perforated mode         Pressure Range    300 to     400 daPa  Test  IPSI Lateral Reflex Test with AGC  Reflex Delay  Test Programme  Reflex Test selectable  Memory  Test Result of both ears  Probe  Light weight  adjustable  Hand Held  With Built in control light  amp  switch  Printer  Silent Thermal Printer   with paper printer facility   Display  Graphic LCD  PC Interface  USB Cable  e Automatic self calibration  Power Supply  Mains 100 240 Volts  50 60 Hz  25 VA    17    4     Indirect Ophthalmoscope with Accessories    Product Eligibility 
51. turnover of the manufacturer Importer as mentioned above in addition to their  own turnover  as per Format T4 supported by annual audited statement     Category II Items   Shall have Annual Average turnover of minimum Rs  1  Crore or more during the financial years 2010 11  2011 12  amp  2012 13 or 2013   14  if audited  for the manufacturer Importer  amp  Rs  50 Lakhs or more during the  financial years 2010 11  2011 12  amp  2012 13 or 2013 14  if audited  for the  distributor  as per Format T4 supported by annual audited statement      3  Category Ill Items  Shall have Annual Average turnover of minimum Rs  50    Lakhs or more during the financial years 2010 11  2011 12  amp  2012 13 or 2013   14  if audited  for manufacturer Importer distributor  as per Format T4  supported by annual audited statement     e  n case of authorized distributor Importer  shall have manufacturer s authorization        as per format at Format    T5  for category    amp  Il Items only     e Furnish EMDs as mentioned in the table above  amp  tender document cost of  Rs 2 100     e Shall have PAN   e Shall have VAT  CST registration certificate   e Should submit the Sample of the equipment  for only the items mentioned in the  schedule of requirement     Section III    e Should submit the certificates  ISO USFDA CE ISI etc  as mentioned in the  technical specification       FORMAT OF THE TENDER    The tender should be submitted in English and be set out in two main parts     Part A   Technical Bid
52. upply   supply which is not as per  technical specification will disqualify the firm to participate in the tender for a period of 3   three  years from the date of issue of letter and the EMD  amp  performance security  deposit submitted by the firm will be forfeited and no further purchase order will be  placed to that firm for that item     Arbitration   SDMU and the supplier shall make every effort to resolve amicably by direct  negotiation      any disagreement or dispute arising between them under or in  connection with the work assigned  In case of their failure to resolve the matter will be  referred to Director of Health Services  DHS   Odisha whose decision will be final and  binding on both parties    The arbitration proceedings shall be held in Bhubaneswar  Odisha   Disputes  amp  Legal Jurisdiction    All legal disputes are subject to the jurisdiction of Bhubaneswar courts or High Court  of Odisha     12    SECTION 11    Schedule of Requirement  amp  Sample Submission                                                                                                                SI  Name of the Item Quantity  Nos     Samples  1 No     Approx   to be submitted  Category     32  1 OAE 32  2 Pure tone audiometer with tuning fork  set  32  3 Portable Tympanometry instruments 32  Indirect Opthalmoscope  with 20 28  amp  30 D lens  32  4 Scleral depressor  wire vectis  and Eye speculum   Alfonso infant wire speculum    5 Dental Chair  amp  Unit 32  6 X ray unit  Dental   
    
Download Pdf Manuals
 
 
    
Related Search
    
Related Contents
User Manual  SoftGrip™ Multikanalpipetten Benutzerhandbuch  Unavailability Analysis of Digital Engineered Safety Feature  IBM 128GB SATA 1.8" MLC  By Credo Infotech  HLS-V  Vega Router Installation Manual Issue 2 Revision 1 - AV-iQ  Kaz FHT1000US digital body thermometer  EFG 110-115 - Jungheinrich    Copyright © All rights reserved. 
   Failed to retrieve file