Home

View - Logistics Management Division

image

Contents

1. 86 Section VI Schedule of Requirements S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 4 Spatial alignment and visualization of two different data sets of one patient generated on different dates or with different acquisition times 5 Perfusion CT for study of brain Liver kidney pancreas etc 6 Volume measurements 4 64 Patient communication system An integrated intercom and Automated Patient Instruction System API should be provided 4 65 Image documentation 4 66 A Dry film printer 2 units with the following specifications 1 Dry Laser thermal technology 2 Resolution 16 bits 600 dpi 3 Supports 5 multiple film sizes one of which must be 17 x14 4 Must have 2 or more online film sizes 5 Throughput of 180 films or more per hour 6 DICOM compliance conformance statement shall be provided for evaluation 7 It should print on a multi format mode and should be DICOM compatible 8 One integrates with the main console and the other integrates with the satellite console 4 67 B Laser colour printer 1 unit 1 Colour dry printer for printing film quality images on plain paper 2 DICOM Compliant 3 Laser thermal dye sublimation technology for B W or colour printing 4 Resolution at least 12
2. 74 Section VI Schedule of Requirements S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 3 4 b Two 2 unit of drums approximately 100 120 mm height x external diameter 165 mm 3 5 3 One 1 x spare over pressure rubber plug 3 6 4 One 1 x spare heating element 240 V 3 7 5 Graduated water measuring jug to enable filling of steriliser with correct quantity of water 1 unit 3 8 Bidder shall indicate brand and model parts information and provide technical data document for all the above components offered Technical Specifications 4 1 Electric steam steriliser approximately 15L 10 chamber capacity with 25L 10 gross capacity with drums sterilising Bidder shall indicate here the dimensions of the chamber as well as the overall steriliser in the format of Height x Diameter in mm and chamber volume in litre 4 2 Metal vessel with high pressure seal suitable for carrying out sterilisation using superheated steam Maximum pressure 21 PSI 1 5 Bar Maximum temperature 259 F 126 C 4 3 The cover and bottom of the sterilizer shall be made of heavy cast aluminium The container insert shall be made of Aluminium alloy 4 4 Seal rubber gasket sealing or metal to metal sealing 4 5 Safety clamping locks retaining bayonet clamp and
3. 4 15 1Kx1K 12 bit resolution Digital Detector for Fluoroscopy and Direct ate Radiography Type Selenium based a se direct conversion 4 17 Flat Panel detector or a SI TFT array with Csl scintillator Size Digital detector size not less than 43 x 43 4 18 cm Largest possible detector size must be offered 4 19 Image acquisition matrix 2 8Kx2 8K or higher 4 20 Pixel Size not more than 150 um micrometer 4 21 Bit depth 12 bits or higher 4 22 X ray Tube features At least an 80 KW X Ray tube with dual focal 4 23 spots 4 24 Rotating anode with a speed of gt 3000 rpm Anode heat storage capacity should be not less taa than 300 kHU Tube assembly coupled with the patient s couch 4 26 for coordinated movements 4 27 Collimator Motorized multi leaf collimator Wedge filters 4 28 and copper filters of different thickness must be available Anatomical Programme based on auto filter ooo selection facility Section VI Schedule of Requirements 179 Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 30 21 Flat Panel Digital Fluoroscopy 4 30 Integrated Dose Area Product chamber for Kerma and Patient entrance dose calculation with display on console and live image 4 31 Table 4 32 20
4. All costs of installation operation demonstration technical assistance inspections and tests shall be borne by the bidder excepting those incurred for the salary and the travel costs of the technical inspection team 190 PART 3 Contract PART 3 Contract Section VII General Conditions of Contract 191 pO OO te Oy Oe Ee ator a W WW WW WwW WH WW WHO NY NY NY NY NN NN WN N KK KR KF KF RFR RR RF eR NAD NP WN RK TD UO WAANI HDA FPWNHNRK TO WAN DN FwWN KF O Section VII General Conditions of Contract Table of Clauses DELI OMS hc lh lite ee feclete tote le a ae lee en Gino e Ea hed tod 192 Contract DOCUMENTS in n nein ieee eee i TRE hee eee ene en eis 193 Praud and Corruption eenen nint a taai ie aae i aae raaes ie nat hg 193 Interpretatione ee ae E ae e E a a e e e a a dod 194 Lean SUA geo as aine aT E E E EEE E E A EE E N E seg aoe 195 Joint Venture Consortium or Association eesssesesesesesesesesesesesesesesesesesesssesesesesesesesesesesesesesese 195 EWOO Y eee e EE E e al aves EAE E EE O e a th dod 195 Notices anie heine N aE E a EE E E EE EE E T ei 195 Governing La W necete ieot deat a e a e eiar A aAa ne ana aaeoa ued ae eduaks eee easeoes 195 Settlement ot DISPute Serre e e E E i A a a a R a E dat 195 Inspections and Audit by the Bank eeseeeeseseesesesesssseesresresresressesressesressrentesrensestessesrisseesessrest 196 v Scope OL SUppLy aoa eneee a aae e a ee e oaae Eaa E epera eae
5. BIDDING DOCUMENTS Issued on 4 March 2013 for Procurement of Hospital and Laboratory Equipment Comprising 22 slices ICB 31 1 to 31 22 IFB No NHSP II G ICB 31 Procurement of Hospital Equipment including Anaesthesia Machine CT scan X Ray USG Video Arthroscopy System Naso Pharyngoscope etc 2012 13 Project Nepal Health Sector Program II Purchaser Government of Nepal Ministry of Health and Population Department of Health Services Logistics Management Division LMD Teku Kathmandu Nepal Table of Contents Invitation for Bids THB cisccscesseced caceccteed cose ccedeccteaacs resi ce ceanteuscaxceveotasstonusewosbeecesedeuscowcedeetexstecbe 1 PART 1 Bidding Proce tir es sigevcssecacessssccevessosceucouceeessuesceguns teecs siecdeddasedseves cocccccastecevediotiones 5 Section I Instructions to Bidders i225 5s se cesecoactids Made cova coicespta toacssabeeaudb since casa cuanddti upeoatanreeee Muccaas 6 Section II Bidding Data Sheet BIDS cs csiesevcsciss sotasy dissaaasate ite jeunatauesasgaeescushembaccatdedeeaseans 26 Section III Evaluation and Qualification Criteria ccccccsccccessscceeeesenseeeesesneeeesesseeeeeeeaes 32 Secton IV Bidding FOS o o a Gad as tesco das RE A a a A SE RASE 36 ection V Eligible Countries raar ia ea Be ea au E E e 55 PART 2 Supply Requir Orin G tits secs cicavessaticsscassdnccevaedaneaseeeecencatsacesoscameansued ences cee aeaaeeenoeeaes 56 Section VI Schedule of Re
6. a The Purchaser without prejudice to any other remedy for breach of Contract by written notice of default sent to the Supplier may terminate the Contract in whole or in part i if the Supplier fails to deliver any or all of the Goods within the period specified in the Contract or within any extension thereof granted by the Purchaser pursuant to GCC Clause 34 ii if the Supplier fails to perform any other obligation under the Contract or iii if the Supplier in the judgment of the Purchaser has engaged in fraud and corruption as defined in GCC Clause 3 in competing for or in executing the Contract b In the event the Purchaser terminates the Contract in whole or in part pursuant to GCC Clause 35 1 a the Purchaser may procure upon such terms and in such manner as it deems appropriate Goods or Related Services similar to those undelivered or not performed and the Supplier shall be liable to the Purchaser for any additional costs for such similar Goods or Related Services However the Supplier shall continue performance of the Contract to the extent not terminated 35 2 Termination for Insolvency 35 3 a The Purchaser may at any time terminate the Contract by giving notice to the Supplier if the Supplier becomes bankrupt or otherwise insolvent In such event termination will be without compensation to the Supplier provided that such termination will not prejudice or affect any right of action or remedy that h
7. and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Bidder s Page no Offer O of 5 Statement Devinon catalogue S No Purchaser Specifications of if any datasheet Compliance manual 31 2 Autoclave Electric Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 Pressure cooker type portable steriliser unit for sterilising of surgical instruments and dressing materials by means of steam 2 Operational Requirements 2 1 It shall be mains electrically powered 3 System Configurations 3 1 Pressure cooker type portable steriliser unit 1 unit 3 2 Dressing drums made of seamless stainless steel construction size of 275mm H x 240 mm diameter suitable to fit into the autoclave 3 units 3 3 Dressing drums made of seamless stainless steel construction size of 225mm H x 225mm diameter suitable to fit into the autoclave 3 units Section VI Schedule of Requirements 71 S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue d
8. and part number of each piece of these forceps offered here 4 79 Foreign body removal forceps 1 pc 4 80 Haemostasis injection needle 1 pc 4 81 Haemostasis loops 1 pc 4 82 Gastric Balloon Dilatation Device 1 pc 4 83 Papillotomy knife 1 pc Single use triple lumen sphincterotomy V regular tip 7mm 4 84 distal tip 25mm cutting wire 1 set 4 85 Bite Block 1 piece per each scope Suction unit 1 unit Bidder shall indicate brand and model information here and 4 86 provide technical data document for the Suction unit offered Suction unit designed for endoscopic and surgical suction with variable suction control strong suction capability with 4 87 a 2 litre Autoclaveable jars Bidder shall indicate the suction pressure here Manual scope disinfector 1 unit Bidder shall indicate brand and model information here and 4 88 provide technical data document for the scope disinfector offered Washer disinfector for disinfection of endoscopes both 4 89 flexible and video endoscopes 4 90 The unit shall be mobile on castors 4 91 Dimension width 100mm x 500 x 900 4 92 Weight 30kg 4 93 Tray Capacity min 6 L Section VI Schedule of Requirements 165 Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 4 94 Ultrasonic cleaner for endoscopic accessories 1 unit Bidder shall indicate
9. 18 Diathermy machine electrosurgical 300W Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Page no s Bidder s Offer Deviation of No Purchaser Specifications Statement of if an catalogue x Compliance y datasheet manual 31 Diathermy machine electr
10. 4 26 Obstetric analysis BPD biparietal diameter CRL crown rump length AC abdominal circumference HC heart circumference FL foetal length GS gestation sac GA estimation of gestation age foetal weight heart rate and etc 4 27 OB GYN reporting 4 28 Small part analysis 4 29 Cardiac analysis with intima medial thickness measurement 4 30 Velocity Colour to detect colour flow with PW amp CW Doppler 4 31 Body markers 4 32 Time amp slope for M Mode 4 33 Contrast with 8 10 steps adjustment 4 34 Image pan zoom freeze text annotation 4 35 Focus 4 point adjustment 4 36 Automatic gain control 110 Section VI Schedule of Requirements 4 37 Near and far Gain adjustment 4 38 With pre and post processing 4 39 With tissue harmonic imaging 4 40 With tissue optimization function 4 41 With function to reduce patch noise and other image artefacts without compromising quality of images 4 42 With multi beam imaging 4 43 With clear visual of biopsy needle position 4 44 With dual and duplex imaging 4 45 Dynamic range selectable up to approximately 165dB 4 46 Image storage Shall be able to store still and video images shall be able to store about 1000 images on main unit 4 47 Cine memory of 250 or more frames for cine loop playback 4 48 Come with 1 unit of Black amp White t
11. 5 Accessories Spare Parts and Consumables All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall 5 1 specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 5 2 5 3 Lead Glass 100 120 cm 1 piece 5 4 Lead apron 6 pieces Section VI Schedule of Requirements 175 Purchaser Specifications Page no Bidder s Offer bods of S Deviation No Statement of if any catalogue Compliance datasheet manual Flat Panel Digital Subtraction Angiography 31 System with Pressure Injector including 20 Accessories 5 5 Thyroid shield 6 pieces 5 6 Lead goggles 3 pieces 6 Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements 7 1 This unit shall be certified to meet ISO9001 and ISO14971 and ISO 13485 2003 AC 2007 or Dir
12. 50 Hz Abdominal Contrast Imaging should be standard on the system Abdominal probe should be capable of contrast imaging please confirm this in the technical bid Should have Low Mechanical Index MI and Flash Modes and start stop timer 4 33 On line UPS off suitable KVA with in built battery for the whole system with at least 30 minutes back up time 4 34 Black and white thermal printer of latest model and of standard make 4 35 Biopsy guide compatible with Linear probe and convex probe System should be quoted along with Breast Gynaecology and Liver Elastography Imaging as standard 4 36 The system should support Convex Linear Sector Volume Matrix Array and static transducers It should support volume imaging by freehand mechanical and electronic methods The system should support the real time acquisition and display of two image planes The system shall allow for a reference plane and second plane that can be laterally tilted elevation tilted or rotated with respect to the reference plane 4 37 The system should be DICOM ready System should have capability of HIS and RIS connectivity and should also be connected to the dry chemistry printer available in the department CR DR_ system CT MRI Mamography Should provide advanced DICOM connectivity to an enterprise data management system or PACS with advanced DICOM features DICOM Store Modality Work list Performed Procedure Step
13. 6 Bakelite wing nuts to prevent removal of the cover while the sterilizer is under pressure Removable cover equipped with Bakelite top handle 4 6 Dial gauge geared steam pressure gauge graduated in kg cm3 PSI and degrees Fahrenheit with colour coded gauge showing sterilizing zone green and caution zone red 4 7 Control valve and flexible metal exhaust tube 4 8 Excess pressure relief valve and over pressure rubber plug Section VI Schedule of Requirements 75 S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 4 9 Chamber equipped with 4 10 Aluminium container plain basket with handles approx 285 mm diameter x 215 mm height 4 11 Aluminium inner container rack 4 12 Heating element 4 13 Stainless steel support stand to protect the heating element 4 14 Scored water level mark inside chamber 4 15 Power supply characteristics 220 240 V 50 60 Hz approximately 5 Amp 1000 Watts heating element 4 16 On Off toggle switch Thermostatic control system Thermostat heat control knob for thermostat setting 0 to 8 and pilot light red 4 17 Power supply cord 3 wire grounded cord with plug type B at least 3 meters long Accessories Spare Parts and Consumables 5 1 All standard access
14. Evaluation Criteria 33 1 Domestic Preference ITB 35 1 The Purchaser will grant a margin of preference to goods manufactured in the Purchaser s country for the purpose of bid comparison in accordance with the procedures outlined in subsequent paragraphs Bids will be classified in one of three groups as follows a Group A Bids offering goods manufactured in the Purchaser s Country for which i labor raw materials and components from within the Purchaser s Country account for more than thirty 30 percent of the EXW price and ii the production facility in which they will be manufactured or assembled has been engaged in manufacturing or assembling such goods at least prior to the date of bid submission Only those certificates issued by the Department of Industry of the Government of Nepal certifying the credentials of a local manufacturer qualifying for domestic preference will be acceptable Certification from other agencies will not be considered b Group B All other bids offering Goods manufactured in the Purchaser s Country c Group C Bids offering Goods manufactured outside the Purchaser s Country that have been already imported or that will be imported To facilitate this classification by the Purchaser the Bidder shall complete whichever version of the Price Schedule furnished in the Bidding Documents is appropriate provided however that the completion of an incorrect version of the Price Schedule by t
15. mandatory ventilation and SIMV Synchronized Intermittent Mandatory Ventilation 4 28 Pressure controlled Assist Control IMV Intermittent mandatory ventilation and SIMV Synchronized Intermittent Mandatory Ventilation 4 29 With Spontaneous pressure support mode 4 30 With Apnoea backup ventilation mode 4 31 Supported ventilation 4 32 Volume Support Volume supported ventilation synchronized support ventilation with volume guarantee 4 33 CPAP Continuous Positive Airway Pressure 4 34 Combined ventilation 4 35 The ventilator shall also have combination modes combine volume and pressure controlled ventilation to ensure that a minimum volume is delivered with an initial flow that matches patient demand 4 36 SIMV Volume Control Synchronized Intermittent Pressure Support Mandatory Ventilation based on volume controlled ventilation with pressure support 4 37 Ventilator off Battery charging 4 38 Trigger bias flow 4 39 Paediatric flow triggering 4 40 Adult flow triggering 4 41 Pre set Tidal Volume approximately 20 2 000mL 4 42 Pre set Minute Volume approximately 0 2 20 L min 4 43 Oxygen breaths 4 44 100 for 20 breaths or max 3min 4 45 Patient range 4 46 Paediatric Adult 4 47 Monitoring and Alarms 100 Section VI Schedule of Requirements Bidder s ae ae S No Offer Deviation catalogue Statement of Purchaser Specifications Compliance
16. manufacture processing or assembly another commercially recognized article results that differs substantially in its basic characteristics from its components Contents of Bidding Documents 6 Sections of 6 1 The Bidding Documents consist of Parts 1 2 and 3 which include all Bidding the Sections indicated below and should be read in conjunction with Documents any Addendum issued in accordance with ITB Clause 8 PART 1 Bidding Procedures e Section I Instructions to Bidders ITB e Section II Bidding Data Sheet BDS e Section II Evaluation and Qualification Criteria e Section IV Bidding Forms e Section V Eligible Countries 12 Section I Instructions to Bidders 7 Clarification of Bidding Documents 8 Amendment of Bidding Documents 9 Cost of Bidding 10 Language of Bid 6 2 6 3 6 4 7 1 8 1 8 2 8 3 9 1 10 1 PART2 Supply Requirements e Section VI Schedule of Requirements PART3 Contract e Section VII General Conditions of Contract GCC e Section VIII Special Conditions of Contract SCC e Section IX Contract Forms The Invitation for Bids issued by the Purchaser is not part of the Bidding Documents The Purchaser is not responsible for the completeness of the Bidding Documents and their addendum if they were not obtained directly from the Purchaser The Bidder is expected to examine all instructions forms terms and specifications in the Bidding Documents Failure t
17. of goods supplied for each year in accordance with the Contract may be released by the Purchaser after the Supplier has completed its supply and warranty obligations for each year in full quantity and supplies have been accepted by the Purchaser following post shipment inspection The Performance Security shall cover the entire delivery period and include the warranty period for the final supply 210 Section VIII Special Conditions of Contract GCC 23 2 The Packing Marking and Documentation within and outside the packages shall be Packing The Supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Contract All shipping package cartons crates pallets shall be new and be of sufficient strength to withstand the rigours of transit The packing shall be sufficient to withstand without limitation rough handling during transit and exposure to extreme temperatures salt and precipitation during transit and open storage Packing case size and weights shall take into consideration where appropriate the remoteness of the goods final destination and the absence of the heavy handling facilities at all points in transit The packaging shall also take into account any specific requirement of a good such as temperature limitation or fragility The Packing marking and documentation within and outside the packages shall comply strictly
18. s satisfaction that the substitutions ensure substantial equivalence or are superior to those specified in the Schedule of Requirements The documentary evidence of the Bidder s qualifications to perform the contract if its bid is accepted shall establish to the Purchaser s satisfaction a that if required in the BDS a Bidder that does not manufacture or produce the Goods it offers to supply shall submit the Manufacturer s Authorization using the form included in Section IV Bidding Forms to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply these Goods in the Purchaser s Country b that if required in the BDS in case of a Bidder not doing business within the Purchaser s Country the Bidder is or will be if awarded the contract represented by an Agent in the country equipped and able to carry out the Supplier s maintenance repair Section I Instructions to Bidders 17 and spare parts stocking obligations prescribed in the Conditions of Contract and or Technical Specifications and c that the Bidder meets each of the qualification criterion specified in Section III Evaluation and Qualification Criteria 20 Period of 20 1 Bids shall remain valid for the period specified in the BDS after the bid Validity of submission deadline date prescribed by the Purchaser A bid valid for a Bids shorter period shall be rejected by the Purchaser as non responsive 20 2 In exc
19. warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language Section VI Schedule of Requirements 103 Technical Specifications Form Specification amp Statement of Compliance 31 10 Operating table Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or c
20. 1 Anaesthesia Machine Manufacturer Brand Type Model Country of Origin 1 Description of Functions It shall be an anaesthesia unit with pneumatically or 1 1 electrically powered and electrically controlled ventilator 2 Operational Requirements It shall be suitable to be used for adult and 2 2 paediatric patients 3 System Configurations It shall come with the main unit and two vaporizers 3 1 one for isoflurane and the other for halothane 4 Technical Specifications Equipment safety standard should follow IEC 4 1 60601 document evidence shall be submitted for evaluation 66 Section VI Schedule of Requirements S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 4 2 For this purpose Bidder should compulsorily submit valid not expired ISO CE or Internationally acceptable equivalent Certificate which will be reviewed by technical experts during tender evaluation If such certificates are not submitted along with sealed bids technical experts may disqualify their offer 4 3 On sturdy steel with anticorrosive powder coating trolley running on four antistatic wheels with brakes and drawers 4 4 Revolving support for possible inclusion of CO2 absorber 4 5 Gas inlet 3 inlets O02 N2O and Air 4 6 Gas
21. 1 Description of Functions 1 1 An endoscopy system for arthroscopy procedure on knee joint 2 Operational Requirements 2 1 It shall operate on AC power supply Section VI Schedule of Requirements 125 Bidder s Page no Unit of s RA t Deviati of S No Purchaser Specifications Qty Measure of onif catalogue ment c any datasheet omplian manual ce 2 2 Despite specifications of rigid scopes are written in separate TSF The rigid video endoscopy system including camera system all telescopes ancillary equipment for a Hospital must be of the same BRAND and same MANUFACTURER All rigid endoscopes offered for a hospital must also be able to share one common camera system in order to promote sharing and hence increase its utilisation All bidders must comply with this condition 3 System Configurations 3 1 Digital single chip camera system 1 unit 3 2 Colour monitor 1 unit 3 3 Xenon 175 watt cold light source and light cable 1 unit 3 4 Power shaver system 1 unit 3 5 Arthroscope Autoclaveable 1 set 3 6 Hand instruments for large joint 1 set 3 7 1 unit of video CD recorder 3 8 1 unit of video printer 3 9 Arthroscopy trolley 1 unit 3 10 Bidder shall indicate brand and model information here and provide technical data document for major components specified above and for all instruments and en
22. 3D 4D applications 1 unit 4 46 Volume 4 D endo cavitary probe 1 unit Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts including 2 bottles of ultrasound gel required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been 118 Section VI Schedule of Requirements S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviatio nif any Page no of catalogue datasheet manual specified in this Technical Specifications Form Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length Standards amp Safety Requirements 7 1 This unit shall be certified to meet ISO9001 and ISO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit off
23. 4 21 Horizontal travel at least 200 mm 4 22 Vertical travel at least 450 mm 4 23 Orbital movement shall be 125 4 24 Swivel range shall be 12 4 25 Rotation about horizontal axis shall be more than 180 4 26 Image Intensifier 4 27 At least 23 cm input screen with direct coupling with camera 4 28 Shall be at least 52 Ip cm 4 29 Noise reduction scattered light trap for high contrast dynamics 4 30 CCD camera technology with ABC and AGC control 4 31 TV Monitor 138 Section VI Schedule of Requirements Page no S Bidder s Offer Deviation of No Purchaser Specifications Statement of ifan catalogue i Compliance y datasheet manual 4 32 2 units LCD monitor side by side for live and reference image 4 33 Shall be at least 43 cm with automatic brightness control 4 34 Trolley for 2 display screens and with the alphanumeric keyboard included 4 35 High resolution and anti glare 4 36 Imaging Modes 4 37 Fluoroscopy mode shall have the following facilities Continuous fluoroscopy with last image hold Last image hold with at least two frames image memory 4 38 Continuous fluoroscopy with image acquisition rate about 20 frame second 4 39 Hard disk with image storage capacity of at least 30000 images 4 40 RAM Memory of 256 images 4 41 Mosaic display of 16 images 4 42 Zoom x 2 4 43 Measures at least
24. 601 1 601 2 18 CSA 22 2 No 601 UL 2601 CE label according to MDD protection class 1 BF Bidder shall indicate the standards which their equipment complied with 4 13 Colour monitor unit 4 14 The 19 colour LCD monitor shall have at least 500 lines horizontal resolution 4 15 Shall have PAL and NTSC colour system 4 16 It shall have the following video input Composite signal Y C signal and RGB signal 4 17 The system shall at least comply with IEC 601 1 Bidder shall indicate the standards which their equipment complied with 4 18 Xenon 175 watt cold light source and light cable unit Section VI Schedule of Requirements 127 Bidder s Page no Unit of s RA t Deviati of S No Purchaser Specifications Qty Measure of onif catalogue ment c any datasheet omplian manual ce 4 19 The unit shall have a light port with xenon lamp of approximately 175 watt 4 20 The colour temperature shall be approximately 5000K 4 21 There shall be at least 1 light outlet 4 22 The intensity of light shall be continuously adjustable 4 23 The life span of the lamp shall be at least 500 hours for xenon 4 24 Spare lamp of xenon one each shall be 1 pe supplied together with this tender 4 25 Fibre optic light cable 250cm length 1 pe size 4 8mm 4 26 The system shall at least compl
25. BDS b For Goods manufactured outside the Purchaser s Country to be imported i the price of the Goods quoted CIP named place of destination in the Purchaser s Country or CIF named port of destination as specified in the BDS ii the price for inland transportation insurance and other local services required to convey the Goods from the named place of destination to their final destination Project Site specified in the BDS iii in addition to the CIP prices specified in b i above the price of the Goods to be imported may be quoted FCA named place of destination or CPT named place of destination if so specified in the BDS c For Goods manufactured outside the Purchaser s Country already imported i the price of the Goods including the original import value of the Goods plus any mark up or rebate plus any other related local cost and custom duties and other import taxes already paid or to be paid on the Goods Section I Instructions to Bidders 15 already imported ii the custom duties and other import taxes already paid need to be supported with documentary evidence or to be paid on the Goods already imported iii the price of the Goods obtained as the difference between i and ii above iv any Purchaser s Country sales and other taxes which will be payable on the Goods if the contract is awarded to the Bidder and v the price for inland transportation insurance
26. Bidder on the Bid Submission Form except as provided in ITB Sub Clause 20 2 or b ifthe successful Bidder fails to i sign the Contract in accordance with ITB Clause 43 Gi furnish a Performance Security in accordance with ITB Clause 44 The Bid Security or Bid Securing Declaration of a JV must be in the name of the JV that submits the bid If the JV has not been legally constituted at the time of bidding the Bid Security or Bid Securing Declaration shall be in the names of all future partners as named in the letter of intent mentioned in Section IV Bidding Forms Bidder Information Form Item 7 If a bid security is not required in the BDS and a if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Letter of Bid Form except as provided in ITB 20 2 or b if the successful Bidder fails to sign the Contract in accordance with ITB 43 or furnish a performance security in accordance with ITB 44 the Borrower may if provided for in the BDS declare the Bidder disqualified to be awarded a contract by the Purchaser for a period of time as stated in the BDS The Bidder shall prepare one original of the documents comprising the bid as described in ITB Clause 11 and clearly mark it ORIGINAL In addition the Bidder shall submit copies of the bid in the number specified in the BDS and clearly mark them Copy In the event of any discrepancy between the original and the co
27. CD DVD recording device 4 53 Helical application 4 54 Scan length at least 100 cm in a single continuous spiral helical scan with a free pitch selection Bidder to indicate types of helical 4 55 With facility to bolus tracking amp automatically initiate scanning 4 56 Offline dedicated satellite console workstation 4 57 Workstation with CPU LCD monitor not less than 18 Satellite console should have all the features as of the main console and they shall be swappable With image evaluation software and following post processing functions 1 Software for brain perfusion and abdominal tumour perfusion studies ii Complete virtual endoscopy package iii Software for stenosis analysis iv Software for Dental Planning v Osteo BMD software 4 58 Monitors for both consoles 4 59 Shall be flat screen LCD type of at least 19 with fast image refresh rate and flicker free 4 60 Bidder shall specify the number of total monitors included in the offer Section VI Schedule of Requirements 85 S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 4 61 Consoles Common feature 1 The two workstations should be interconnected by ISDN Lines to be included in the bid price for two way transfer of images and reports 2 Spatial alignment and visualization of two different data sets
28. It should operate from the main supply with central oxygen supply and oxygen cylinder 3 System Configurations 3 1 Ventilator unit 1 unit 3 2 Trolley lunit 3 3 Accessories lset 4 Technical Specifications 98 Section VI Schedule of Requirements Bidder s ae ae S No Offer Deviation catalogue Statement of Purchaser Specifications if any datasheet Compliance manual 4 1 It shall be an electronically controlled pneumatic ventilator or equivalent 4 2 The pneumatics should be designed such that the patient is always permitted for free spontaneous breathing 4 3 The air passed through the compressor or turbine shall be cleaned by a HEPA filter before delivering to patient 4 4 Ventilator shall come with non invasive ventilation 4 5 Gas and power supply 4 6 Inlet gas pressure air 3 Sbar O2 3 6bar 4 7 Microprocessor controlled gas delivery system with integrated air pump or a matching medical air compressor which will automatically be on if the medical air from the central supply is cut off 4 8 With integrated electronic air oxygen mixture control 4 9 Power supply 220 and 240VAC 50 60 Hz o to meet the power supply requirements of the purchaser s country 4 10 Battery back up time Approximately 120 min 4 11 Ventilation mode A C SIMV CPAP PSV BIPAP Apnoea ventilation SPO
29. OB GYN and abdominal application 3 3 1 unit of broad bandwidth of 5 10 MHz linear array probe for small part and superficial scanning application 3 4 1 unit of broad bandwidth of 5 8 MHz endo vaginal probe for OB GYN endo vaginal scanning application 3 5 1 unit of Black amp White thermal printer Technical Specifications 4 1 The machine is intended to be carried to the field or the patient ward with the inbuilt battery system to examine patients who could not come to USG room it shall comply with the following requirements for this purpose 4 2 The unit shall be lightweight and easy to carry the total weight including 1 probe and battery shall not be more than 5kg 4 3 The unit must be sturdy drop safe resistant to breakage amp damage on minor fall or hit against the wall or hard surface 4 4 Shall have long lasting built in rechargeable battery which shall support up to 2 hours of routine ultrasound examinations 4 5 This machine shall come with main unit 3 units of probes 2 built in rechargeable Lithium ion battery packs and lunit of black and white thermal printer 4 6 It shall come with a custom made trolley on castors to hold the main unit on top with provision of a probe holder and drawers for storage of 3 probes printer and ultrasound gel 4 7 Main applications OB GYN abdominal small parts cardiac and vascular 4 8 Main un
30. Of Bid etesen teete ieiti e a aa a a i e i E eteen 18 Submission and Opening of Bids esesosesocssocesocesocesoossoossoossoossoossooessosssosesosesosesosesocessecssesssesssecssese 19 23 Submission Sealing and Marking of Bids eeeeeeeeeeseeesessessesressersissrssrrsresresressesrreseesessresr 19 24 Deadline for Submission Of Bids 0 ceecesscesseeceeeeecseeeeesceceeaceceeeeesaeceeaaeceeneecaeeeeaaeceeaeecsaes 19 25 Date Bi dS vs soen aris sbieast sheen E haste shhe stb coats ee aah een aie Dente atid 19 26 Withdrawal Substitution and Modification Of Bids cccccccccccccccccccccccccscececseeeseseseeeeeesees 19 27 Bid Open Soient E eA NAA E NAE ETE hates coves Wise teen ered 20 Evaluation and Comparison of Bids ccsccsssscssssccssscssssscssssscssssscssscsssscssssssssssascssscssesssssessssses 21 28 Confidentiality nen ieee nei atie is a aea e AAE EPEE EE Ea EEEa pes ENE Ea tee 21 29 Clarification ot BIAS emea EE E E E E EOE Ae E Ee E A EA e EEs 21 30 Responsiveness of Bids iecc 2 sseficcsstebsiidedtee ldcstissolesetssheesetese leates A e e et Reo 21 31 Nonconformities Errors and OMISSIONS ccccccccccccccccccecececcccccsesccescsesesesesesceeseeeseseseeeseeeeees 21 32 Preliminary Examination of Bids eee eeeeseeseeeseecssecssecssecesecsseceseceseeeseeseeeseaeeeaeeeaeeeaaeenaes 22 33 Examination of Terms and Conditions Technical Evaluation ccccccccccccccccccscseseeeseeeees 22 34 Conversio
31. Purchaser s country where the Site is located which shall be deemed to include any change in interpretation or application by the competent authorities that subsequently affects the Delivery Date and or the Contract Price then such Delivery Date and or Contract Price shall be correspondingly increased or decreased to the extent that the Section VIII General Conditions of Contract 203 Force Majeure Change Orders and Contract Amendments 32 1 32 2 32 3 33 1 Supplier has thereby been affected in the performance of any of its obligations under the Contract Notwithstanding the foregoing such additional or reduced cost shall not be separately paid or credited if the same has already been accounted for in the price adjustment provisions where applicable in accordance with GCC Clause 15 The Supplier shall not be liable for forfeiture of its Performance Security liquidated damages or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure For purposes of this Clause Force Majeure means an event or situation beyond the control of the Supplier that is not foreseeable is unavoidable and its origin is not due to negligence or lack of care on the part of the Supplier Such events may include but not be limited to acts of the Purchaser in its sovereign capacity wars or revolutions fires f
32. Special Conditions of Contract 209 GCC 16 5 GCC 18 1 GCC 18 3 portion will be added to the seventy percent 70 On Shipment Payment For all contracts with suppliers established in Nepal 1 5 of the total contract value will be deducted on a pro rata basis with each payment as advance income tax The payment delay period after which the Purchaser shall pay interest to the supplier shall be 45 days The interest rate that shall be applied is 8 for NPR and 4 for other currencies A Performance Security shall be required Performance security shall be for an amount equal to ten 10 percent of the contract price Performance Security should be issued by a Class A commercial bank in Nepal In case of a Performance Security issued by a foreign bank it shall be counter guaranteed by a Class A commercial bank in Nepal The Performance Security shall be in the form of a Bank Guarantee as per the format provided in Section IX of the Bidding Documents It shall be denominated in the currency ies of payment of the contract in accordance with those portions of the Contract and shall cover the stipulated delivery and the warranty period In case a Performance Security is presented in a foreign currency it can be provided in a single foreign currency Under these circumstances the exchange rate to be used shall be in accordance with the ITB 34 1 In case of a multi year supply arrangement the Performance Security for the value
33. Statement of catalogue Compliance if any datasheet manual 3 1 Spiral CT mainframe with gantry x ray tube and generator topogram image reconstruction Image evaluation tools post processing tools as specified 1 unit 3 2 Main console with monitor 1 unit 3 3 Workstation 1 unit 3 4 DVDICD achieving 2 units 1 each on each console 3 5 Patient table 1 unit 3 6 Dry film printer 2 units 3 7 Laser colour printer 1 unit 3 8 CT pressure Injector unit with 100 pieces of syringes 3 9 UPS for the entire system 1 unit 3 10 Good quality Lead aprons 6 units 3 11 Lead glass window 100 x 125 cm 0 5mm Pb equivalent 1 unit 3 12 Bidder shall indicate brand and model information here and provide technical data document for major components specified above 4 Technical Specifications 4 1 Gantry 4 2 Gantry aperture at least 70 cm 4 3 It shall have control panel on either side of the 4 4 gantry 4 5 It should have light for positioning 4 6 Gantry tilt 30 degrees or more via remote control and from the console 4 7 FOV 500 mm or more 4 8 Detector 4 9 Data acquisition acquire 16 slices or more per 360 rotations 4 10 Row of detector 20 or more 4 11 Coverage in Z axis gt 20 mm or more 4 12 Number of Detector per array gt 600 4 13 Scan Time minimum full scan time at 360 shall not be more than 0 5 sec 4 14 X ray Generator 4 15 The Generator should have adequate output to facilitate spirals
34. and submission of its bid and the Purchaser shall not be responsible or liable for those costs regardless of the conduct or outcome of the bidding process The Bid as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Purchaser shall be written in the Section I Instructions to Bidders 13 language specified in the BDS Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages into the language specified in the BDS in which case for purposes of interpretation of the Bid such translation shall govern 11 Documents 11 1 The Bid shall comprise the following Comprising the Bid a Bid Submission Form and the applicable Price Schedules in accordance with ITB Clauses 12 14 and 15 b Bid Security or Bid Securing Declaration in accordance with ITB Clause 21 if required c written confirmation authorizing the signatory of the Bid to commit the Bidder in accordance with ITB Clause 22 d documentary evidence in accordance with ITB Clause 16 establishing the Bidder s eligibility to bid e documentary evidence in accordance with ITB Clause 17 that the Goods and Related Services to be supplied by the Bidder are of eligible origin documentary evidence in accordance with ITB Clauses 18 and 30 that the Goods and Related Services conform to the Bidding Doc
35. and other local services required to convey the Goods from the named place of destination to their final destination Project Site specified in the BDS d for Related Services other than inland transportation and other services required to convey the Goods to their final destination whenever such Related Services are specified in the Schedule of Requirements i the price of each item comprising the Related Services inclusive of any applicable taxes 14 7 Prices quoted by the Bidder shall be fixed during the Bidder s performance of the Contract and not subject to variation on any account unless otherwise specified in the BDS A Bid submitted with an adjustable price quotation shall be treated as non responsive and shall be rejected pursuant to ITB Clause 30 However if in accordance with the BDS prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract a bid submitted with a fixed price quotation shall not be rejected but the price adjustment shall be treated as zero 14 8 If so indicated in ITB Sub Clause 1 1 bids are being invited for individual contracts lots or for any combination of contracts packages Unless otherwise indicated in the BDS prices quoted shall correspond to 100 of the items specified for each lot and to 100 of the quantities specified for each item of a lot Bidders wishing to offer any price reduction discount for the award of more than one Contract shall
36. any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Purchaser Specifications Page no Bidder s Offer or of S Deviation No Statement of if any catalogue i Compliance datasheet manual Flat Panel Digital Subtraction Angiography 31 System with Pressure Injector including 20 Accessories Manufacturer Brand Type Model Country of Origin 1 Description of Functions A multipurpose flat panel digital subtraction Angiography X ray system for Radiology and Neurology intervention in the Radiology department 1 1 2 Operational Requirements 2 1 It shall operate on AC power supply 3 System Configurations 168 Section VI Schedule of Requirements Purchaser Specifications Page no Bidder s Offer Batak of S Deviation No Statement of if any catalogue i Compliance datasheet manual 31 Flat Panel Digital Subtraction Angiography System with Pressure Injector including 20 Accessories Flat panel digital subtraction Angiography X ray 3 1 system unit 3 2 CD recording and archival 1 unit 3 3 Integrated 3D Angiography workstation 1 unit Ceiling suspended adjustable Lead glass shielding 3 4 at
37. average annual turnover of the proposed manufacturers over the past three years shall not be less than five 5 times the value of offered responsive goods intended for award in the first year except for the slices or items of a slice mentioned below Section HI Evaluation Criteria 35 The bidder shall demonstrate compliance with this requirement through submission of certified copies of the annual audited statement of the manufacturer of equipment for the past three years If the bidder is the manufacturer its average annual turnover over the past three years shall not be less than 5 times the value of offered responsive goods intended for award in the first year The bidder shall demonstrate compliance with this requirement through submission of certified copies of the annual audited financial statements for the past three years Audited financial statement s of the manufacturer s for items under all slices are required The bidder and the manufacturer not meeting the above stated minimum financial capability will be considered non responsive b Experience and Technical Capacity The Bidder shall furnish documentary evidence to demonstrate that it meets the following experience requirement s i If the Bidder is not the manufacturer of the offered goods then the manufacturer should have been producing similar equipment for at least 5 years at the time of bid submission and similar type of equipment ii The Bidder shall also c
38. be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Page no s Bidder s Offer Deviation of No Purchaser Specifications Statement of ifan catalogue Compliance y datasheet manual 31 Mobile C arm x ray 14 Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 A mobile C arm x ray for continuous fluoroscopy image storage and retrieval 2 Operati
39. by 2 times of the downtime if it exceeds more than 2 in a year 10 3 Manufacturer shall commit the availability of spare parts and consumables and accessories for at least 10 years 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s Section VI Schedule of Requirements 89 Page no Bidder s Offer Deviation of S No Purchaser Specifications Statement of ifan catalogue Compliance y datasheet manual 12 Documentation 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language 12 2 User manual in English incorporating the newer applications should be provided along with shipment of machine 12 3 Service manual in English should be provided along with shipment of machine 12 4 Certificate of calibration and inspection from factory should be provided along with shipment of machine 12 5 Log book with instruction for daily weekly monthly and quarterly maintenance checklist 90 Section VI Schedule of Requirements Technical Specifications Form Specification amp Statement of Compliance 31 7 Intended Deletion Section VI Schedule of Requirements 91 Technical Specifications Form Specification amp Statement of Compliance 31 8 Dental Chair Bidders are to offer a standard product
40. cylinder yokes 02 amp N20 4 7 Should come with accessories for connecting gas supply both from central supply as well as from cylinders 4 8 Flow meter 4 9 It shall come with 6 flow meter columns 2 flow meter columns for each kind of gas which 1 column with normal increments and 1 column with small adjustments 4 10 The oxygen flow meter shall have adjustment ranges 1 column approximately from 0 to 1 L min and the other column approximately from 1 to 10 L min 4 11 The Nitrous oxide flow meter shall have adjustment ranges 1 column approximately from 0 to 1 L min and the other column approximately from 1 to 10 L min 4 12 The air flow meter shall have adjustment ranges 1 column approximately from 0 to 1 L min and the other column approximately from 1 to 10 L min 4 13 O2 N20 and air pressure gauges 4 14 Battery backup for not less than 90 minutes of operation 4 15 Autoclaveable CO2 absorbent canister with minimum 2 5kg soda lime 4 16 All circuits shall be detachable washable and Autoclaveable at most with steam of 134 degree C Section VI Schedule of Requirements 67 Bidder s Page no of A Offer Deviation catalogue 2 S No Purchaser Specifications Statement of if any datasheet Compliance manual 4 17 Vaporizer Type of vaporiser shall be concentration calibrated 4 18 type suc
41. eea EE bath cs REE a A EEE a ENE tes R e a 203 Change Orders and Contract Amendments sesseseesseeeeeseseesesresserresstsrtsstestsstesestessesresseesssrent 203 gt Extensions of TIMMS mrina a a patie eles Le seein 204 o Termination mena reenen e e a AE hth we EE UA EEA a EA E AE e ae os 204 ASIANA ai na Vi nI RE E A E A E EEAS 205 Export Restrictions mnn e a a i AE asta E SER A a ieas 205 192 Section VII General Conditions of Contract Section VII General Conditions of Contract Definitions 1 1 The following words and expressions shall have the meanings hereby assigned to them a b c d e f g h Q k I m n Bank means the World Bank and refers to the International Bank for Reconstruction and Development IBRD or the International Development Association IDA Contract means the Contract Agreement entered into between the Purchaser and the Supplier together with the Contract Documents referred to therein including all attachments appendices and all documents incorporated by reference therein Contract Documents means the documents listed in the Contract Agreement including any amendments thereto Contract Price means the price payable to the Supplier as specified in the Contract Agreement subject to such additions and adjustments thereto or deductions therefrom as may be made pursuant to the Contract Day means calend
42. equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 12 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall NOT be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language Section VI Schedule of Requirements 81 Technical Specifications Form Specification amp Statement of Compliance 31 6 CT Scan 16 Slice Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to comp
43. for Radiology and Neurology shall be included Bidder must 4 47 indicate all such tools which have been included in the offer here 3D rotational angiography system shall be 4 48 included System should have an integrated 3D workstation to for reconstruction of images in 4 49 3D and display of 3D images and control in examination with following advanced features 4 50 Reconstructive zoom 4 51 Automated vessel analysis 4 52 Virtual stenting 4 53 eAneurysm analysis 4 54 Catheter tip shaping 4 55 CalciView 4 56 eSpine View Soft Tissue Imaging CT option to visualize soft tissue by rotational scan of the cathlab gantry 4 57 The CT 3D volume can be viewed in control room and examination room also Contrast resolution for soft tissue imaging should 4 58 be up to SHU Subtracted Bolus Chase For visualisation of lower peripheral vessel structures wherein the 4 59 contrast bolus is followed interactively by a motorized table scan movement Better Stent Viewing HW and SW or equivalent to significantly improve localized stent visibility 4 60 in addition to inbuilt software for stent visibility improvement Section VI Schedule of Requirements 173 Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 31 20 Flat Panel Digital Subtraction A
44. indicator 4 31 Shall come with a spare lamp The light source shall have an air pump Please indicate 4 32 flow speed and number of step of speed adjustment here Come with a VCD DVD Recorder Bidder shall indicate brand and model information here and 4 33 provide technical data document for the recorder offered Come with a Colour Video Printer Bidder shall indicate brand and model information here and 4 34 provide technical data document for the video printer offered Come with an endoscopy trolley to hold the above items with scope hanger for the endoscopes specified below The endoscopy trolley shall be made by the same endoscopy 4 35 System manufacturer Bidder shall indicate brand and model information here and provide technical data document for the trolley offered The following videoscopes shall have the scope related data stored in its memory chip such as model serial number 4 36 cumulative use maintenance records warranty date owner information and etc Bidder shall declare its compliance here Video gastroscope 1 unit Bidder shall indicate brand and model information here and 4 37 provide technical data document for the gastroscope offered It optical system shall be compatible with and allow the 4 38 scope to perform narrow band imaging 4 39 Field of view 140 degree 4 40 Depth of field 2 100mm 4 41 Direction of view 0 degree forward Tip Deflection approximately Up 200 deg Down 100 4 42 deg Right 1
45. matrix should be 1024x1024 180 Section VI Schedule of Requirements Page no s Bidder s Offer Deviation of No Purchaser Specifications Statement of ifan catalogue i Compliance y datasheet manual 30 ar 21 Flat Panel Digital Fluoroscopy 4 42 Image stitching for long legs spine images facility to be available Fluoroscopy loops recording facility of up to 15 4 43 frames sec Fully DICOM 3 0 compliant with built in CD DVD recording All available DICOM service classes including 4 44 work list MPPS query retrieve Print Storage commitment CD DVD burner are to be available Full connectivity with Hospital Radiology 4 45 i network is to be provided 4 46 Image storage with last image hold 4 47 Footswitch for fluoroscopy 4 48 Digital subtraction angiography package 4 49 Multiple image display of 16 images and 4 images 4 50 Alphanumeric patient data input Monitors Three ultrahigh resolution high definition monitors 19 LCD or more with 4 51 minimum output of 500 Cd m2 for high contrast distortion free image display separately for the live and reference images Two monitors to be ceiling suspended and one on control console The following peripheral equipment shall be 4 52 included 4 53 Ceiling suspended adjustable Lead glass d shielding at tableside 1 unit 4 54 Workstation 1 unit The images from the console to be
46. meter length 1 set 5 6 Connecting hose with regulator flow meter or probe for connection to air cylinder or wall outlet at least 5 meter length 1 set 5 7 Silicone test lung adult and child size 1 set each 5 8 silicone rubber anaesthesia face mask adult and paediatric size 1 pc each 5 9 O2 sensor 1 set Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length Standards amp Safety Requirements Section VI Schedule of Requirements 69 Bidder s Page no of Offer Deviation catalogue 2 S No Purchaser Specifications Statement of if any datasheet Compliance manual This unit shall be certified to meet ISO9001 and ISO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent 71 additional Directives amending to it or USFDA i approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all 8 1 operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 24 months after
47. microorganism growth 4 4 System shall have the general non invasive continuous detection capabilities to identify microorganism growth and antibiotic susceptibility of 100 test capacity 4 5 Shall have antibiotic inhibitory medium or technique to increase the rate of detection 4 6 With built in bar code reader 4 7 With audio visual alarms for indication of positive results and system errors 4 8 It shall be an upgradeable system 4 9 With interfacing capabilities to external LIS or hospital network or personal computer 5 Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 154 Section VI Schedule of Requirements Bidder s ae as S Purchaser Specifications Onten Derianon catalogue No Statement of if any datasheet Compliance manual 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 6 Operating Environment 6 1 Power supply 220 24
48. microprocessor 4 27 controlled 100KW high frequency convertor i generator 4 28 Voltage range 40 to 125KV 4 29 Nominal Power At least 100kW Pulsed X ray for subtracted acquisition up to 6 4 30 frames s for vascular applications Fluoroscopy should be possible in low frame 4 31 rates up to 3 75fr sec Section VI Schedule of Requirements 171 Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 31 20 Flat Panel Digital Subtraction Angiography System with Pressure Injector including Accessories 4 32 A noise free oil cooled dual focus rotating anode x ray tube with spiral groove bearing technology and fluid lubricant for faster cooling should be provided 4 33 Minimum Anode Heat Capacity 2 4 MHU or more 4 34 Cooling rate or Anode Heat Dissipation of x ray tube should be more 500 kKHU 4 35 X ray tube should have secondary grid switching 4 36 System should be capable of delivering minimum 3200W continuous fluoro power 4 37 Additional beam filtration of at least 1 0 mm Cu equivalent Different filter sizes to be freely selectable at the table side for any patient weight for maximum radiation safety to staff and patients 4 38 Virtual collimation of shutters and filters on the last image to reduce extra radiation for posit
49. misleads or attempts to mislead a party to obtain a financial or other benefit or to avoid an obligation Gii collusive practice is an arrangement between two or more parties designed to achieve an improper purpose including to influence improperly the actions of another party iv coercive practice is impairing or harming or threatening to impair or harm directly or indirectly any party or the property of the party to influence improperly the actions of a party v obstructive practice is aa deliberately destroying falsifying altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt fraudulent coercive or collusive practice and or threatening harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation or bb acts intended to materially impede the exercise of the Bank s inspection and audit rights provided for under sub clause 3 1 e below will reject a proposal for award if it determines that the bidder recommended for award has directly or through an agent engaged in corrupt fraudulent collusive coercive or obstructive practices in competing for the contract in question will cancel the portion of the loan allocated to a contract if it determines at any t
50. per line item Sales and other Total Price per line No y of as defined by physical unit DDU including and Import Taxes of custom item net of for inland taxes paid or item Origin Incoterms Custom Duties paid per unit in duties and Custom Duties transportation and payable per item DDU final and Import accordance with import taxes in and Import other services if Contract is destinations as Taxes paid in ITB 14 6 c Gi accordance Taxes paid in required in Nepal to awarded in specified in Bidding accordance to be supported with ITB 14 6 accordance with convey the goods to accordance with Documents Section with ITB by documents c Gii ITB 14 6 c i their final ITB 14 6 c iv VI 14 6 c i Col 6 minus Col 58 destinations as Col 9 10 Col 7 specified in Bidding Documents Section VI ITB 14 6 c v 31 11 High end Colour 1 Unit 2 Doppler Ultrasound Machine with Convex Linear and Endocavity Multi Frequency Probes 31 11 Middle range Colour 1 Unit 3 Doppler Ultrasound Machine with convex Linear and Endocavity Multi frequency Probes 31 12 Video Arthroscopy 2 Units System 31 13 Flexible Naso 10 Units Pharyngoscope with halogen light 31 14 X Ray C Arm Mobile 8 Units 31 15 X Ray Machine 300mA 45 Units 31 16 X Ray Machine 500 2 Units mA Fixed DR with film printer 31 17 Blood Culture System 2 Units 31 18 Diathermy 14 Units Electrosurgical 300W 31 19 Video Gastro Duodeno 2 Units Colono
51. prevent sparking 4 11 Macro mode for applications on tissue with high resistance 4 12 Control panel with digital setting and display of power of modes used 4 13 All mono polar and bipolar modes shall be controllable by hand switch and footswitch 4 14 Bipolar mode can be activated by either foot pedal and or auto coagulate by using forceps 4 15 Footswitches shall be splash proof and unaffected by common OR fluid spills easy to clean have suitable mechanical protection against accidental pedal depression and Switches shall not be susceptible to sticking in the ON position 4 16 Unit should have automatic power regulating feature to always keep minimum current to the patient throughout the procedures 4 17 Shall come with Return Electrode Contact Quality Monitors RECQMs to monitor the quality of electrode skin contact to eliminate the risk of patient s burn It shall give audio visual alarm and deactivate output if contact between patient and electrode is loosened or disconnected 4 18 Come with output Leakage controller 4 19 Shall have over current protection Section VI Schedule of Requirements 157 Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 4 20 Shall be able to be activated from only one output at a time 4 21 Must have an un
52. specify the applicable price reduction in accordance with ITB Sub Clause 14 4 provided the bids for all lots are submitted and opened at the same time 15 Currencies of 15 1 The Bidder shall quote in the currency of the Purchaser s Country the Bid portion of the bid price that corresponds to expenditures incurred in the currency of the Purchaser s country unless otherwise specified in the BDS 15 2 The Bidder may express the bid price in the currency of any country in accordance with Section V Eligible countries If the Bidder wishes to be paid in a combination of amounts in different currencies it may quote its price accordingly but shall use no more than three currencies in addition to the currency of the Purchaser s Country 16 Section I Instructions to Bidders 16 17 18 19 Documents Establishing the Eligibility of the Bidder Documents Establishing the Eligibility of the Goods and Related Services Documents Establishing the Conformity of the Goods and Related Services Documents Establishing the Qualification s of the Bidder 16 1 17 1 18 2 18 3 18 4 19 1 To establish their eligibility in accordance with ITB Clause 4 Bidders shall complete the Bid Submission Form included in Section IV Bidding Forms To establish the eligibility of the Goods and Related Services in accordance with ITB Clause 5 Bidders shall complete the country of origin declarations in the Pri
53. such notice is given Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be finally settled by arbitration Arbitration may be commenced prior to or after delivery of the Goods under the Contract Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in the SCC Notwithstanding any reference to arbitration herein a the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree and b the Purchaser shall pay the Supplier any monies due the Supplier The Supplier shall permit and shall cause its Subcontractors and consultants to permit the Bank and or persons appointed by the Bank to inspect the Supplier s offices and all accounts and records relating to the performance of the Contract and the submission of the bid and to have such accounts and records audited by auditors appointed by the Bank if requested by the Bank The Supplier s and its Subcontractors and consultants attention is drawn to Clause 3 Fraud and Corruption which provides inter alia that acts intended to materially impede the exercise of the Bank s inspection and audit rights provided for under this Sub Clause 11 1 constitute a prohibited practice subject to contract termination as well as to a determination of ineligibility pursuant to the Bank s prevailing sanctions procedu
54. the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Bidder s ee Purchaser Specifications Omer Deviation catalogue No Statement of if any datasheet Compliance manual 31 X Ray Machine 500 mA Fixed DR with film printer 16 Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 A single detector direct digital radiography unit for general radiology examinations with a film printer 2 Operational Requirements 2 1 It shall be suitable to be used for adult and paediatric patients in general Radiography examination 3 System Configurations 3 1 X ray Generator 1 unit 3 2 X Ray tube amp tube support system 1 unit 3 3 Fixed multipurpose wall stand 1 unit 146 Section VI Schedule of Requirements Page no Bidder s r 9 S Purchaser Specifications Citer Deviation catalogue No Statement of if any datasheet Compliance manual 3 4 Detector 1 unit 3 5 Imaging Work
55. the withdrawal notice are required The corresponding substitution or modification of the bid must accompany the respective written notice All notices must be 20 Section I Instructions to Bidders 27 Bid Opening 26 2 26 3 27 1 27 2 27 3 27 4 a submitted in accordance with ITB Clauses 22 and 23 except that withdrawal notices do not require copies and in addition the respective envelopes shall be clearly marked WITHDRAWAL SUBSTITUTION or MODIFICATION and b received by the Purchaser prior to the deadline prescribed for submission of bids in accordance with ITB Clause 24 Bids requested to be withdrawn in accordance with ITB Sub Clause 26 1 shall be returned unopened to the Bidders No bid may be withdrawn substituted or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Bid Submission Form or any extension thereof The Purchaser shall conduct the bid opening in public at the address date and time specified in the BDS Any specific electronic bid opening procedures required if electronic bidding is permitted in accordance with ITB Sub Clause 23 1 shall be as specified in the BDS First envelopes marked WITHDRAWAL shall be opened and read out and the envelope with the corresponding bid shall not be opened but returned to the Bidder If the withdrawal envelope does not contai
56. total shall be corrected unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price in which case the line item total as quoted shall govern and the unit price shall be corrected b if there is an error in a total corresponding to the addition or subtraction of subtotals the subtotals shall prevail and the total shall be corrected and c if there is a discrepancy between words and figures the amount in words shall prevail unless the amount expressed in words is related to an arithmetic error in which case the amount in figures shall prevail subject to a and b above If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors its Bid shall be rejected The Purchaser shall examine the bids to confirm that all documents and technical documentation requested in ITB Clause 11 have been provided and to determine the completeness of each document submitted The Purchaser shall confirm that the following documents and information have been provided in the Bid If any of these documents or information is missing the offer shall be rejected a Bid Submission Form in accordance with ITB Sub Clause 12 1 b Price Schedules in accordance with ITB Sub Clause 12 2 c Bid Security or Bid Securing Declaration in accordance with ITB Clause 21 if applicable The Purchaser shall examine the Bid to confirm that all terms and conditions specifi
57. will be considered non responsive 3 Multiple Contracts ITB 36 6 The Purchaser shall award multiple contracts to the Bidder that offers the lowest evaluated combination of bids one contract per bid and meets the post qualification criteria this Section MI Sub Section ITB 38 2 Post Qualification Requirements The Purchaser shall a evaluate only slices or contracts that include at least the quantity per item as specified in ITB Sub Clause 14 8 b take into account i the lowest evaluated bid for each slice and ii the price reduction per slice and the methodology for its application as offered by the Bidder in its bid 4 Post qualification Requirements ITB 38 2 also refer to ITB 19 1 c After determining the lowest evaluated bid in accordance with ITB Sub Clause 37 1 the Purchaser shall carry out the post qualification of the Bidder in accordance with ITB Clause 38 using only the requirements specified Requirements not included in the text below shall not be used in the evaluation of the Bidder s qualifications a Financial Capability If the bidder is not the manufacturer its average annual turnover over the past two years must be at least equivalent to the quoted value of offered responsive goods intended for award in the first year The bidder shall demonstrate compliance with this requirement through submission of certified copies of the annual audited statements for the past two years In addition the
58. with such special requirements as described below Marking Each case package shall have the following information printed in BOLD LETTERS on the outside and the size of the letters shall not be smaller than 2cm in height a Destination Name s of the Final Destination Project Site b Name of Consignee Government of Nepal Department of Health Services Logistics Management Division c Contract Number d Name of the Manufacturer Supplier e Name of the Good f Date of manufacture of Good g Special Handling Instructions h Case Package Identification Number i Gross and Net Weight j Other instructions to shippers and warehouse personnel as appropriate Documentation Each case package shall contain 2 copies of packing list The packing list shall contain following minimum information related to goods a Name of the Good b Name of the manufacturer c Country of origin of Good d Date of manufacture e Quantities of items inside the case package GCC 24 1 The insurance coverage shall be as specified in the applicable Incoterms DDU The insurance shall be in an amount equal to 110 percent of the DDU value of the Goods from warehouse to warehouse on an All Risks basis including war risks and strikes on a consignment by consignment basis GCC 25 1 Responsibility for transportation of the Goods shall be as specified in the Section VIII Special Conditions of Contract 211 GCC
59. x2pcs 5 9 Wristlet x1pc 5 10 Head ring xlpc 5 11 Knee crutches x2pcs 5 12 kidney pillar support x Ipc 5 13 Douche tray fitting 1 set 5 14 At least three spare mounting brackets clamps 6 Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements 106 Section VI Schedule of Requirements Bidder s Page no of Offer Deviation catalogue Pi S No Purchaser Specifications Statement of if any datasheet Compliance manual 7 1 This unit shall be certified to meet ISO9001 and 1SO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 12 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty perio
60. 0 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements 7 1 This unit shall be certified to meet ISO9001 and 1SO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 24 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language Section VI Schedule of Requirements 155 Technical Specifications Form Specification amp Statement of Compliance 31
61. 0 x 70 cm or larger scratch resistant table top with 150kg or higher load carrying capacity in all positions 4 33 Motor driven table tilt or C Arm movement for covering head to toe imaging It should have soft start and stop with digital display of tilt angle Facility of auto stop in Horizontal position is required 4 34 Motorized table top movement in longitudinal axis gt 100 cm and transverse axis gt 20 cm Motorized detector movement of 100 cm or more along long axis of table Motorized height adjustment of the table should be available 4 35 Remotely operated compression device with safety features 4 36 Footrest attachment should be possible at multiple positions of the table The footrest shall be included in the offer 4 37 Operator console and image system 4 38 Remote operating console for table and system control Table side controls in examination room Console table to be included Intercom system to communicate with the patients 4 39 Anatomical pre sets for radiography and fluoroscopy along with optimized post processing and filter selection Image processing functions Black inversion windowing edge enhancement text input roaming 4 40 High speed processor based on Windows operating platform 4 41 Storage of 2000 full resolution and 10 000 fluoroscopy images in 1Kx1K 12 bit matrix and Radiography image matrix of 2 8Kx2 8K 12 bit Display
62. 000 mm x 800 mm Section VI Schedule of Requirements 143 Page no S Bidder s Offer Deviation of No Purchaser Specifications Statement of if any catalogue Compliance datasheet manual 4 29 Table movement arrested by electromagnetic brakes 4 30 Floor mounted bucky stand 4 31 Vertical travel from 460 1700mm 4 32 Moving Grid with Grid ratio not less than 12 1 Grid line number 40 lines cm 4 33 Movement arrested by electromagnetic brakes 4 34 Floor mounted tube stand 4 35 Longitudinal travel 1750mm 4 36 Vertical travel from 630 1850mm 4 37 Movement arrested by electromagnetic brakes 4 38 Rotation of tube arm around vertical axis 180 lockable at 0 to 90 4 39 Collimator 4 40 Manually adjustable 4 41 Manually selectable filters 4 42 Light localizer 4 43 Built in light switch should be provided 4 44 Turning angle should be min 45 degree 4 45 Halogen lamp 4 46 Control Console 4 47 Digital Display 4 48 Minimum 3 Point Exposure Technique 4 49 Status display error display 4 50 With single phase power supply 5 Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any
63. 00x1200 dpi 5 More than 20 ppm 4 68 Connectivity and Archive 1 DICOM connectivity should be optimized for networking with other imaging systems 2 DICOM converters for linking the camera with other imaging systems of the department should be provided if required separately It should have sufficient memory to store images from the CT as well as other system connected to it Section VI Schedule of Requirements 87 S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 3 Filming parallel to other activities including independent scanning documentation and post processing and configurable image text 4 Archiving DVD CD writer should be provided for archiving Specify minimum number of uncompressed and compressed images that it can store per disc Option of viewing these discs on any PC without DICOM viewer should be available 4 69 CT pressure injector 1 unit 4 70 Single head with flow rate from 0 1 10 ml sec volume 1 ml to syringe capacity programmable pressure limit of 325 psi with 200 ml syringe syringes 100 amp 200 ml disposable sterile syringes with minimum of 30 protocols Syringe heater at 35 C 5 C Should be provided with head mounting device and integral IV pole 4 71 Unit will be provided with display monitor to provide pre
64. 1kV adjustment 4 5 Radiographic mA 10 300mA in 10 steps 4 6 mA range 0 01 500 mA 4 7 Radiographic timing min 0 001sec 1msec 4 8 Anatomical Programmable Radiographic mode shall be available 4 9 Automatic Exposure Control shall be available 4 10 Overload protection device should be provided 4 11 Power supply 3 phase 380 415V 50 60Hz 4 12 X Ray Tube 4 13 X ray tube rotating 120 4 14 Large focus not more than 1 2 mm 4 15 Small focus not more than 0 6 mm 4 16 Maximum tube voltage 125 KV Maximum tube output shall match with the generator output of not less than 30 kW 4 17 Filtration min 2 5mm Al equivalent 4 18 Cooling method passive or forced air and or oil cooling 4 19 Anode rotating speed not less than 3000rpm 4 20 Anode heat capacity shall not be less than 140 KHU 4 21 Radiography patient table 4 22 Radiography table shall be fixed height 4 way floating top type with foot switch control 4 23 Come with grid and cassette tray with grid ratio not less than 12 1 Grid line number 40 line cm Focus distance 115cm 4 24 Cassette size accept all sizes from cassette 13x18 cm to 35x43 cm type 4 25 Table top to film distance 7cm 4 26 Table top transverse movement 14cm 4 27 Table longitudinal movement 29cm 4 28 Table top dimension 2
65. 20 deg Left 120 deg 4 43 Distal outer diameter 9mm 4 44 Insertion tube outer diameter 9 5mm 4 45 Inner diameter of instrument channel 2 4mm Section VI Schedule of Requirements 163 Bidder s Page no S Oner Deviation ot No Purchaser Specifications Statement if any catalogue of datasheet Compliance manual 4 46 Working length 1000mm 4 47 Total length 1300mm Biopsy forceps 2 pes one type each Bidder shall indicate types sizes working length channel 4 48 size amp etc and part number of each piece of these forceps offered here 4 49 Injection needle for oesophageal varices 2 sets 4 50 Bite Block 1 piece per each scope Video colonoscope 1 unit Bidder shall indicate brand and model information here and 4 51 provide technical data document for the colonoscope offered It optical system shall be compatible with and allow the 4 52 scope to perform narrow band imaging 4 53 Field of view 140 degree 4 54 Depth of field 3 100mm 4 55 Direction of view 0 degree forward Tip Deflection approximately Up 180 deg Down 180 4 56 deg Right 160 deg Left 160 deg 4 57 Distal outer diameter 13mm 4 58 Insertion tube outer diameter 12mm 4 59 Inner diameter of instrument channel 3 5mm 4 60 Working length 1700mm 4 61 Total length 2000mm Biopsy forceps 2 pcs one type eac
66. 26 1 GCC 26 2 GCC 27 1 Applicable rate is 0 05 per day of the price of the delayed goods GCC 27 1 GCC 28 3 GCC 28 5 GCC 36 1 applicable Incoterms DDU The Supplier is required under the Contract to transport the Goods to the specified place of final destination as defined as the Project Site in Section VI Schedule of Requirements Part 1 List of Goods and Delivery Schedule including insurance and storage This shall be arranged by the Supplier and related costs shall be included in the Contract Price The inspections and tests shall be as specified in Section VI Schedule of Requirements of the bidding documents The inspections and tests will be conducted at the premises of the supplier manufacturer and or at the Goods final destination at the discretion of the Purchaser The maximum amount of liquidated damages shall be ten percent 10 of the Total Contract Price The period of validity of the Warranty shall be 24 months after acceptance of the Goods for items for which this is specified as par Part VI Schedule of Requirements 2 List of requirements for manufacturer s authorization warranty period related services and completion schedule For purposes of the Warranty the place s of final destination s shall be as defined in Section VI Schedule of Requirements List of Goods and Delivery Schedule The period for repair or replacement shall be within 60 days of receipt of written request by
67. 85 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 24 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with service amp installation manual operation and instruction manual wiring and schematic diagrams and parts listing 152 Section VI Schedule of Requirements Technical Specifications Form Specification amp Statement of Compliance 31 17 Blood Culture System Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requi
68. AGREEMENT WITNESSETH AS FOLLOWS 1 In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to 2 The following documents shall constitute the Contract between the Purchaser and the Supplier and each shall be read and construed as an integral part of the Contract a This Contract Agreement b Special Conditions of Contract c General Conditions of Contract d Technical Requirements including Schedule of Requirements and Technical Specifications e The Supplier s Bid and original Price Schedules f The Purchaser s Notification of Award g Add here any other document s 3 This Contract shall prevail over all other Contract documents In the event of any discrepancy or inconsistency within the Contract documents then the documents shall prevail in the order listed above 4 In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Contract 214 Section IX Contract Forms 215 5 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
69. Back section approx 65 degree up 40 degree down Section VI Schedule of Requirements 105 Bidder s Page no of z 3 Offer Deviation catalogue r S No Purchaser Specifications Statement of if any datasheet Compliance manual 4 16 Leg section 20 degree up 95 degree down and or to be completely removable for obstetrics gynaecology procedures 5 Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify ina separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 5 3 All accessories which are to be rail mounted shall be supplied complete with mounting brackets clamps 5 4 Basic accessories 1 set consists of the following items 5 5 Lithotomy stirrups it shall be insulated to protect patient for electric burn by electric cautery unit 1 pair 5 6 Arm posturing board x2pcs 5 7 Anaesthesia screen xlpc 5 8 Body strap
70. C expeditiously repair or replace the defective Goods or parts thereof at no cost to the Purchaser If having been notified the Supplier fails to remedy the defect within the period specified in the SCC the Purchaser may proceed to take within a reasonable period such remedial action as may be necessary at the Supplier s risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract The Supplier shall subject to the Purchaser s compliance with GCC Sub Clause 29 2 indemnify and hold harmless the Purchaser and its employees and officers from and against any and all suits actions or administrative proceedings claims demands losses damages costs and expenses of any nature including attorney s fees and expenses which the Purchaser may suffer as a result of any infringement or alleged infringement of any patent utility model registered design trademark copyright or other intellectual property right registered or otherwise existing at the date of the Contract by reason of a the installation of the Goods by the Supplier or the use of the Goods in the country where the Site is located and b the sale in any country of the products produced by the Goods Such indemnity shall not cover any use of the Goods or any part thereof other than for the purpose indicated by or to be reasonably inferred from the Contract neither any infringement resulting from the us
71. Endocavity Multi frequency Probes 31 13 Flexible Naso 10 Units Pharyngoscope with halogen light 31 14 X Ray C Arm Mobile a ee eo Units 31 16 X Ray Machine 500 mA 2 Units Fixed DR with film printer 31 17 Blood Culture Bist camesen 2 Units 300W 31 19 Video Gastro Duodeno hed Units Colono with Camera System 31 20 Flat Panel Digital 1 Unit Subtraction Angiography System with Pressure Injector including Accessories 31 21 Flat Panel Digital 1 Unit Fluoroscopy 31 22 Motorised High Frequency 1 Unit Portable Digital X Ray Total Price Nate of Bidder 3s iezctiaineetinivwa ts Biss Heine ees eel nature OF Bidder mieie an Dales nwt ic ee e The unit price must include the cost of on site installation commissioning and user training for items for which this is specified as par Part VI Schedule of Requirements 2 List of requirements for manufacturer s authorization warranty period related services and completion schedule 44 Section IV Bidding Forms Price Schedule Goods Manufactured Outside the Purchaser s Country already imported Date Group C bids Goods already imported ICB No Alternative No Currencies in accordance with ITB Sub Clause 15 Page N of 1 2 3 4 5 6 7 8 9 10 11 12 Slice Description of Goods Countr Delivery Date Quantity and Unit price Custom Duties Unit Price net Price per line Price per line item S
72. Flat panel digital Fluoroscopy X ray unit 1 unit Ceiling suspended adjustable Lead glass ae shielding at tableside 1 unit 3 3 Workstation 1 unit Section VI Schedule of Requirements 177 Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 30 21 Flat Panel Digital Fluoroscopy 3 4 Dry chemistry printer minimum 600 dpi capable of multiple size films up to 14 x17 networked to the system 1 unit 3 5 Flicker free slim film viewer with viewing area 140W x 43H cm 1 unit 3 6 Featherlite Lead wrap around jacket 6 pieces 3 7 Featherlite Lead wrap around skirt or frock 6 pieces 3 8 Thyroid shields 6 pieces Lead goggles 3 pieces 3 9 Lead Glass viewing window 100cmx120 cm 1 unit 3 10 UPS 150 KVA with 15 minutes back up 1 unit 3 11 Bidder shall indicate brand and model information here and provide technical data document for major components specified above Technical Specifications 4 1 An advanced remote controlled 1000mA digital multipurpose fluoro radiography system The equipment should be capable of performing all plain and contrast radiography It should have facility for DSA for interventional procedures Latest version of the quoted machine and accessories available at time of acceptance of tender is t
73. GENERAL POINTS AND NOTES 1 Dimensions Dimensions have been included in the specifications and are intended for GUIDANCE ONLY to match the type of size required Where there are particular parameters to observe minimum and maximum sizes have been quoted 2 Mains Electrically Powered Items All mains electrically powered items should be suitable for operation on the electrical system within Nepal 220 230 volts 110 volt units which work through transformers are NOT acceptable 3 Instruction Operating Manuals Each set of equipment must be supplied with detailed operating and maintenance manuals and technical information in the English language 4 Sensitive Nature All the equipment and instruments are of a sensitive nature so they will only be procured from recognized medical equipment instrument manufacturers who have an established history or the manufacturers of whose products meet international quality standards 5 Quality Assurance and Product Conformity Manufacturers of all medical devices equipment and instruments must have a quality assurance system certified under the following standards ISO 13485 2003 or later as well as ISO 14971 2007 risk management system for medical devices for manufacturing of medical equipment and instruments ISO 9001 2008 for manufacturing of all other goods Section VI Schedule of Requirements As may be further specified in the following Technical Specifications per item med
74. ICATION Specification amp Statement of Compliance 31 1 Anaesthesia Machine Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Bidder s Page no of A Offer Deviation catalogue 9 S No Purchaser Specifications Statement of if any datasheet Compliance manual 31
75. MD however will not be responsible for any delay or non delivery of the documents so sent Bids must be delivered to the address below by or before 1200 hours Nepal time on 18 April 2013 Electronic bidding will not be permitted Late Bids will be rejected Bids will be opened in the presence of the bidders representatives who choose to attend in person at the address below at 12 30 hours local time on 18 April 2013 All bids must be accompanied by a Bid Security not less than the amounts shown in the Table below ICB 31 Hospital Equipment including Anaesthesia Machine CT scan X Ray USG Video Arthroscopy System Naso Pharyngoscope etc Slice Item Description Total quantities Bid security No Required amount in NPR 1 Anaesthesia Machine 10 400 000 00 2 Autoclave Electric 100 80 000 00 3 eel Steam Pressure Electric Type 150 140 000 00 4 Intended Deletion 5 Pulse Oxymeter 70 65 000 00 6 CT Scan 16 Slice 4 5 500 000 00 7 Intended deletion 8 Dental Chair 10 175 000 00 9 ICU Ventilator for Children amp Adult 20 800 000 00 Pneumatic 10 Operation Table 10 110 000 00 11 1 USG Portable Colour Doppler 3 probes 10 11 2 High end Colour Doppler Ultrasound Machine with Convex Linear and 1 Endocavity Multi Frequency Probes 11 3 Middle range Colour Doppler Ultrasound Gees Machine with convex Linear and 1 Endocavity Multi frequency Probes 12 Video Arth
76. NT 4 12 Ventilation frequency approximately 2 80 bpm 4 13 Inspiratory flow range 6 to 150 l min 4 14 Triggering mechanism flow triggering preferably with pressure triggering 4 15 Inspiration time approximately 0 2 10 sec 4 16 Tidal volume approximately 0 05 2 litre 4 17 Inspiratory pressure approximately 0 100 mBar 1mBar 1 02 cmH20 4 18 Oxygen concentration FiO2 21 100 volume 4 19 Incase of oxygen failure the ventilator should be able to provide ventilation with room air 4 20 PEEP intermittent PEEP approximately 0 35mBar 4 21 Triggering sensitivity flow triggering not more than 1 15L min in the case if pressure triggering is included 20 0 lcmH20 4 22 Automatically calculate inspiratory and expiratory triggering points 4 23 With leak compensation to NPPV and pressure support PSV in SMIV and CPAP modes Section VI Schedule of Requirements 99 Bidder s ee S No orren Deviation catalogue Purchaser Specifications statement of if any datasheet Compliance manual 4 24 Pressure support Ventilation PSV approximately 0 35mBar 4 25 Controlled ventilation 4 26 The ventilators shall have volume controlled and pressure controlled modes that can be used to provide both full and partial ventilatory support 4 27 Volume controlled Assist Control IMV Intermittent
77. On Shipment Seventy 70 per cent of the foreign currency portion of the Contract Price of the Goods shipped shall be paid through irrevocable confirmed letter of credit opened in favour of the Supplier in a bank in its country upon submission of documents specified in GCC Clause 13 1 Alternatively at the Supplier s option Seventy 70 per cent of the foreign currency portion of the Contract Price of the Goods shipped shall be paid within thirty 30 days of submission of documents specified in GCC Clause 13 1 of SCC above by direct bank transfer to the Supplier s nominated bank account Opening charges and charges for amendment of the letter of credit at the request of or due to a fault or default of the Purchaser shall be to the account of the Purchaser Confirmation charges and charges for amendment to letters of credit at the request of or due to a fault or default on behalf of the Supplier shall be to the account of the Supplier On Acceptance Twenty 20 per cent of the foreign currency portion of the Contract Price of Goods received shall be paid within thirty 30 days of receipt of the Goods upon submission of an invoice supported by the Acceptance Certificate issued by the Purchaser following installation commissioning calibration and user training as appropriate In the event that the Supplier does not wish to receive an Advance Payment that portion will be added to the seventy percent 70 On Shipment Payment Payment of
78. System functionality 4 50 With fully customizable patient work list 4 51 With examination related pre configured views 4 52 All generator settings automatically as well as manually possible 4 53 Collimator set automatically according to examination 4 54 Pre filter settings automatically as well as manually possible 4 55 Manual input possibility for patient data 4 56 Automatic as well as fully customizable film labelling possible 4 57 Generator Control integrated into work spot software and with more than 500 pre programmable APRs 186 Section VI Schedule of Requirements S Purchaser Specifications Bidder s Deviation Page no No Offer if any of Statement of catalogue Compliance datasheet manual 31 Motorised high frequency portable digital X ray 22 4 58 Should be possible to perform an exam with just three clicks on the user interface 4 59 Paediatric friendly dose management 4 60 With filters built in to the collimator without having to carry filters 4 61 Short exposure time 1 ms 5 Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer whic
79. Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Bidder s Deviation Page no S No Offer if any of Purchaser Specifications Statement of catalogue Compliance datasheet manual 31 13 Flexible naso pharyngoscope with Halogen light source Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 A flexible naso pharyngoscope come with a Halogen light source 2 Operational Requirements 2 1 It shall operate on AC power supply 3 System Configurations 3 1 Flexible naso pharyngoscope lunit 3 2 Halogen light source 1 unit 3 3 Instrument tray 1 unit 4 Technical Specifications Section VI Schedule of Requirements 133 Bidder s Deviation Page no S No Offer if any of Pu
80. To insert complete name of Purchaser WHEREAS We insert complete name of Manufacturer who are official manufacturers of insert type of goods manufactured having factories at insert full address of Manufacturer s factories do hereby authorize insert complete name of Bidder to submit a bid the purpose of which is to provide the following Goods manufactured by us insert name and or brief description of the Goods and to subsequently negotiate and sign the Contract We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General Conditions of Contract with respect to the Goods offered by the above firm Signed insert signature s of authorized representative s of the Manufacturer Name insert complete name s of authorized representative s of the Manufacturer Title insert title Dated on day of insert date of signing Section V Eligible Countries Section V Eligible Countries Eligibility for the Provision of Goods Works and Services in Bank Financed Procurement 1 In accordance with Para 1 8 of the Guidelines Procurement under IBRD Loans and IDA Credits dated May 2004 and Revised October 2006 the Bank permits firms and individuals from all countries to offer goods works and services for Bank financed projects As an exception firms of a Country or goods manufactured in a Country may be excluded if Para 1 8 a i as a matter of law or official regulation the Borro
81. U final destinations as Tribhuvan I national T national Airport other services required in specified in Bidding Documents Airport Nepal To be Nepal Price per line Nepal to convey the Goods Section VI Specified by the bidder in item to their final destinations Col 7 8 accordance with ITB Col 5x6 as specified in Bidding 14 6 b i Documents Section VI in NPR 31 1 Anaesthesia Machine 10 Units 31 3 Steriliser Steam Pressure Electric Type 23L 100 Units 150 Units 31 9 ICU Ventilator Eien Children 31 11 1 USG Portable Colour 31 11 2 High end Colos Doppler Ultrasound Machine with Convex Linear and Endocavity Multi Frequency Probes Section IV Bidding Forms 43 1 2 3 4 5 6 7 8 9 Slice No Description of Goods Country of Delivery Date as Quantity and Unit price DDU DDU Birgunj Nepal Price per line item for Total Price per Line item Origin defined by Incoterms physical unit Birgunj Nepal or or Tribhuvan inland transportation and DDU final destinations as Tribhuvan I national T national Airport other services required in specified in Bidding Documents Airport Nepal To be Nepal Price per line Nepal to convey the Goods Section VI Specified by the bidder in item to their final destinations Col 7 8 accordance with ITB Col 5x6 as specified in Bidding 14 6 b i Documents Section VI in NPR 31 11 3 Middle range Colour 1 Unit Doppler Ultrasound Machine with convex Linear and
82. acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 T shall be installed and commissioned by the Supplier at the final destination s 12 Documentation wa It must be supplied with detailed operating and maintenance manuals and technical information in the English language 70 Section VI Schedule of Requirements Technical Specifications Form Specification amp Statement of Compliance 31 2 Autoclave Electric Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue
83. ales and other Total Price per line No y of as defined by physical unit DDU including and Import Taxes of custom item net of for inland taxes paid or item Origin Incoterms Custom Duties paid per unit in duties and Custom Duties transportation and payable per item DDU final and Import accordance with import taxes in and Import other services if Contract is destinations as Taxes paid in ITB 14 6 c Gi accordance Taxes paid in required in Nepal to awarded in specified in Bidding accordance to be supported with ITB 14 6 accordance with convey the goods to accordance with Documents Section with ITB by documents c Gii ITB 14 6 c i their final ITB 14 6 c iv VI 14 6 c i Col 6 minus Col 58 destinations as Col 9 10 Col 7 specified in Bidding Documents Section VI ITB 14 6 c v 31 1 Anaesthesia Machine 10 Units 513_ RutochveBecwie S oo SSS 31 3 Steriliser Steam 150 Units Pressure Electric Type 25L 14 Intended Deletion i S T T S 31 7 Intended deletion 31 8 Dental Chair 10 Units 31 9 ICU Ventilator for 20 Units Children amp Adult Pneumatic 31 10 Operation Table 10 Units 31 11 USG Portable Colour 10 Units 1 Doppler 3 probes Section IV Bidding Forms 45 1 2 3 4 5 6 7 8 9 10 11 12 Slice Description of Goods Countr Delivery Date Quantity and Unit price Custom Duties Unit Price net Price per line Price
84. all be equivalent or superior to the official standards whose application is appropriate to the Goods country of origin b The Supplier shall be entitled to disclaim responsibility for any design data drawing specification or other document or any modification thereof provided or designed by or on behalf of the Purchaser by giving a notice of such disclaimer to the Purchaser c Wherever references are made in the Contract to codes and standards in accordance with which it shall be executed the edition or the revised version of such codes and standards shall be those specified in the Schedule of Requirements During Contract execution any changes in any such codes and standards shall be applied only after approval by the Purchaser and shall be treated in accordance with GCC Clause 33 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Contract During transit the packing shall be sufficient to withstand without limitation rough handling and exposure to extreme temperatures salt and precipitation and open storage Packing case size and weights shall take into consideration where appropriate the remoteness of the goods final destination and the absence of heavy handling facilities at all points in transit The packing marking and documentation within and outside the packages shall comply strictly with
85. ame model of equipment quoted 10 Installation and commissioning All equipment which is so specified in the bidding documents must be installed and commissioned by the Supplier at the final destination s including any base plates or connecting devices to the floor foundation utility connection to the equipment within the location calibration and commissioning The Supplier will also provide and install the latest version of complete programme software required for the installation commissioning and its functioning for the diagnostic use of the equipment The Supplier will also provide licensed copies of all such software for future reference and use of the Purchaser Such software is to be Original Equipment Manufacturer OEM The Supplier will also be required to make available the updated version s of such OEM program software for use in the same equipment The Health Facility at final destination shall be responsible to ensure that a suitable location room is made available including required connections up to the location for electricity water air oxygen nitrous oxide drainage etc as applicable for the particular equipment All other equipment shall be delivered by the supplier in fully assembled operational condition The specifications per item also specify whether or not installation and commissioning is required 12 User training The Supplier shall conduct user training for equipment to enable operators to use the equi
86. and Structured Reporting Please specify the advance DICOM features available on the quoted system Section VI Schedule of Requirements 117 S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviatio n if any Page no of catalogue datasheet manual 4 38 System should have a full Alfa numeric key board with illuminated key and status display System should have Fully Articulating Control Panel including Height swivel amp slide adjustments 4 39 The system shall support simultaneous display of volume and multi planar reconstructed MPR views The system should have the in built software tool for imaging MPR Thick Slice and slice plane views The system shall support full screen display of all 3D views including individual X Y Z MPR views and simultaneous display of thumbnail views on the same system display monitor Full Trim capability must be supported Oblique and linear trimming in the MPRSs Freehand trimming of the volume 4 40 It shall come with the following probes 4 41 Convex probe 2 5 mHz 1 unit 4 42 Broadband linear array probe with frequency range between 5 to 17 mHz 1 unit 4 43 Broadband linear array probe with frequency range between 3 to 9 mHz 1 unit 4 44 Endocavity probe 3 10 mHz for TV TR application along with biopsy guide 1 unit 4 45 Broadband convex volume 4D transducer 2 6mHz for
87. and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this Section VI Schedule of Requirements 123 S No Purchaser Specifications Bidder s Deviatio Page no of Offer nif any catalogue Statement of datasheet Compliance manual unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 24 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language 124 Section VI Schedule of Requirements Technical Specifications Form Specification amp Statement of Compliance 31 12 Video Arthroscopy System Bidders are to offer a standard produc
88. and model part number information here and provide catalogue of each piece of item offered here 4 50 Come with one set of 4 pieces of amalgam condensers one each of serrated small size serrated big size smooth small size amp smooth big size Bidder shall indicate brand and model part number information here and provide catalogue of each piece of item offered here 4 51 Come with one set of 5 pieces of amalgam carvers double ended made of stainless steel one size each from small medium up to large size Bidder shall indicate brand and model part number information here and provide catalogue of each piece of item offered here 4 52 Come with one set of 5 pieces of burnishers double ended made of stainless steel one size each of different type Bidder shall indicate brand and model part number information here and provide catalogue of each piece of item offered here 4 53 Come with one air compressor at least 1 horse power or capacity sufficient to supply to the Dental chair specified above whichever higher Bidder shall indicate capacity of the unit offered here 4 54 Come with one suction unit at least 1 horse power or capacity sufficient to supply to the Dental chair specified above whichever higher Bidder shall indicate capacity of the unit offered here Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the prope
89. another party iv coercive practice is impairing or harming or threatening to impair or harm directly or indirectly any party or the property of the party to influence improperly the actions of a party v obstructive practice is aa deliberately destroying falsifying altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt Another party refers to a public official acting in relation to the procurement process or contract execution In this context public official includes World Bank staff and employees of other organizations taking or reviewing procurement decisions 7 Party refers to a public official the terms benefit and obligation relate to the procurement process or contract execution and the act or omission is intended to influence the procurement process or contract execution 8 Parties refers to participants in the procurement process including public officials attempting to establish bid prices at artificial non competitive levels Party refers to a participant in the procurement process or contract execution 194 Section VII General Conditions of Contract Interpretation 3 2 4 1 4 2 4 3 4 4 4 5 fraudulent coercive or collusive practice and or threatening harassing or intimidating any p
90. ar day Completion means the fulfillment of the Related Services by the Supplier in accordance with the terms and conditions set forth in the Contract GCC means the General Conditions of Contract Goods means all of the commodities raw material machinery and equipment and or other materials that the Supplier is required to supply to the Purchaser under the Contract Purchaser s Country is the country specified in the Special Conditions of Contract SCC Purchaser means the entity purchasing the Goods and Related Services as specified in the SCC Related Services means the services incidental to the supply of the goods such as insurance installation training and initial maintenance and other such obligations of the Supplier under the Contract SCC means the Special Conditions of Contract Subcontractor means any natural person private or government entity or a combination of the above to whom any part of the Goods to be supplied or execution of any part of the Related Services is subcontracted by the Supplier Supplier means the natural person private or government entity or a combination of the above whose bid to perform the Contract has been accepted by the Purchaser and is named as such Section VIII General Conditions of Contract 193 in the Contract Agreement o The Project Site where applicable means the place named in the SCC Contra
91. arantee will expire a if the Bidder is the successful bidder upon our receipt of copies of the contract signed by the Bidder and the performance security issued to you upon the instruction of the Bidder or b if the Bidder is not the successful bidder upon the earlier of i our receipt of a copy of your notification to the Bidder of the name of the successful bidder or ii twenty eight days after the expiration of the Bidder s Bid Consequently any demand for payment under this guarantee must be received by us at the office on or before that date This guarantee is subject to the Uniform Rules for Demand Guarantees ICC Publication No URDG 758 signature s 52 Section IV Bidding Forms Bid Security Bid Bond Not Applicable Section IV Bidding Forms Bid Securing Declaration Not Applicable 54 Section IV Bidding Forms Manufacturer s Authorization The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated This letter of authorization should be on the letterhead of the Manufacturer and should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer The Bidder shall include it in its bid if so indicated in the BDS Date insert date as day month and year of Bid Submission ICB No insert number of bidding process Alternative No insert identification No if this is a Bid for an alternative
92. ards MUST be submitted with this TSF 8 User Training The Supplier shall conduct user training for this equipment to enable operators to use the equipment 8 1 properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 91 The warranty period for this item shall be 24 months i after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 96 Section VI Schedule of Requirements Bidder s Page no Offer Deviati of S No Purchaser Specifications Statement onif catalogue of any datasheet Compliance manual 12 Documentation ini It must be supplied with detailed operating and maintenance manuals and technical information in the English language Section VI Schedule of Requirements 97 Technical Specifications Form Specification amp Statement of Compliance 31 9 ICU Ventilator for Children amp Adult Pneumatic Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum require
93. arty to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation or bb acts intended to materially impede the exercise of the Bank s inspection and audit rights provided for under Clause 11 Inspections and Audits by the Bank Should any employee of the Supplier be determined to have engaged in corrupt fraudulent collusive coercive or obstructive practice during the purchase of the Goods then that employee shall be removed If the context so requires it singular means plural and vice versa Incoterms a Unless inconsistent with any provision of the Contract the meaning of any trade term and the rights and obligations of parties thereunder shall be as prescribed by Incoterms b The terms EXW CIP FCA CFR and other similar terms when used shall be governed by the rules prescribed in the current edition of Incoterms specified in the SCC and published by the International Chamber of Commerce in Paris France Entire Agreement The Contract constitutes the entire agreement between the Purchaser and the Supplier and supersedes all communications negotiations and agreements whether written or oral of the parties with respect thereto made prior to the date of Contract Amendment No amendment or other variation of the Contract shall be valid unless it is in writing is dated expressly refers to the Contract and is signed by a duly authorized representativ
94. as accrued or will accrue thereafter to the Purchaser Termination for Convenience a The Purchaser by notice sent to the Supplier may terminate the Contract in whole or in part at any time for its Section VIII General Conditions of Contract 205 Assignment Export Restriction 36 1 37 1 convenience The notice of termination shall specify that termination is for the Purchaser s convenience the extent to which performance of the Supplier under the Contract is terminated and the date upon which such termination becomes effective b The Goods that are complete and ready for shipment within twenty eight 28 days after the Supplier s receipt of notice of termination shall be accepted by the Purchaser at the Contract terms and prices For the remaining Goods the Purchaser may elect i to have any portion completed and delivered at the Contract terms and prices and or ii to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and Related Services and for materials and parts previously procured by the Supplier Neither the Purchaser nor the Supplier shall assign in whole or in part their obligations under this Contract except with prior written consent of the other party Notwithstanding any obligation under the Contract to complete all export formalities any export restrictions attributable to the Purchaser to the country of the Purchaser or to the use of the p
95. as been accepted 42 2 Until a formal Contract is prepared and executed the notification of award shall constitute a binding Contract 42 3 The Purchaser shall publish in UNDB online and in the dgMarket the results identifying the bid and lot numbers and the following Section I Instructions to Bidders 25 information i name of each Bidder who submitted a Bid ii bid prices as read out at bid opening iii name and evaluated prices of each Bid that was evaluated iv name of bidders whose bids were rejected and the reasons for their rejection and v name of the winning Bidder and the price it offered as well as the duration and summary scope of the contract awarded After publication of the award unsuccessful bidders may request in writing to the Purchaser for a debriefing seeking explanations on the grounds on which their bids were not selected The Purchaser shall promptly respond in writing to any unsuccessful Bidder who after Publication of contract award requests a debriefing 42 4 Upon the successful Bidder s furnishing of the signed Contract Form and performance security pursuant to ITB Clause 44 the Purchaser will promptly notify each unsuccessful Bidder and will discharge its bid security pursuant to ITB Clause 21 4 43 Signing of 43 1 Promptly after notification the Purchaser shall send the successful Contract Bidder the Agreement and the Special Conditions of Contract 43 2 Within twenty eight 28 days of
96. at the times and in the manner prescribed by the Contract IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of Nepal on the day month and year indicated above For and on behalf of the Purchaser Signed insert signature in the capacity of insert title or other appropriate designation in the presence of insert identification of official witness For and on behalf of the Supplier Signed insert signature of authorized representative s of the Supplier in the capacity of insert title or other appropriate designation in the presence of insert identification of official witness Section IX Contract Forms 2 Performance Security The bank as requested by the successful Bidder shall fill in this form in accordance with the instructions indicated Date insert date as day month and year of Bid Submission ICB No and title insert no and title of bidding process Bank s Branch or Office insert complete name of Guarantor Beneficiary insert complete name of Purchaser PERFORMANCE GUARANTEE No insert Performance Guarantee number We have been informed that insert complete name of Supplier hereinafter called the Supplier has entered into Contract No insert number dated insert day and month insert year with you for the supply of description of Goods and related Services hereinafter called the Contract Furthermore we under
97. atasheet manual 3 4 Floor stand 1 unit 3 5 Graduated water measuring jug to enable filling of steriliser with correct quantity of water 1 unit Technical Specifications 4 1 The pressure cooker type portable steriliser unit shall be operated by mains electrically Suitable for sterilising of surgical instruments and dressing materials by means of steam under pressure of not less than 1 1 to 1 2 Kg em 15 to 18 PSD 4 2 Constructed of heavy duty spun aluminium preferably stainless steel cylindrical shape Minimum Diameter 300 mm X Depth app 500 mm and must be seamless construction to prevent bacteria residue and dirt accumulation 4 3 Lid have spring loaded safety valves pressure relief steam release valves dead weight type safety valve automatic over pressure safety valve and dial type pressure gauge 0 60 PSI and must be sealed the autoclave with joint less neoprene gasket 4 4 Unit to include fitted spacing shelf trivet above heating element to prevent contact of contents with heating element Electrical heating element to have over temperature protection cut out and Maximum electrical power should not to exceed 4KW 4 5 The life span of all items required in this TSF excluding wear and tear parts or consumables shall have a minimum of 5 years from the date of successful handing over Accessories Spare Parts and Consumables 5 1 All standard accessori
98. be 24 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with service amp installation manual operation and instruction manual wiring and schematic diagrams and parts listing Section VI Schedule of Requirements 145 Technical Specifications Form Specification amp Statement of Compliance 31 16 X Ray Machine 500 mA Fixed DR with film printer Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in
99. be at least 3 metres in length and 380 or 415VAC 3 phase Standards amp Safety Requirements 7 1 This unit shall be certified to meet ISO9001 and ISO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 8 2 One week on site training by manufacturers application specialist and service engineer for training of medical and technical staffs to familiarize in proper operation and basic maintenance and troubleshooting Warranty 9 1 The warranty period for this item shall be 24 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 10 2 The service shall cover replacement of parts of the complete system including x ray tube electronic items and all other parts The service shall also include a 98 uptime warranty during the warranty period the warranty period will be extended
100. brand and model information here and provide technical data document for the Ultrasonic cleaner offered 4 95 The unit shall be specially designed for cleaning of endoscopic accessories 4 96 Bidder shall indicate here the technical information which include frequency in kHz capacity of tank and etc Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 5 3 One set of the standard maintenance accessories for example cleaning brushes rubber seal cleaning cap cleaning adapter silicone oil EO gas sterilisation venting cap shall be included for each scope Bidder shall specify in details the quantity of each item included in its offer 5 4 Come with 2 boxes of 100 pieces colour video printing paper Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug Th
101. bstantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Page no s Bidder s Offer Deviation of No Purchaser Specifications Statement of if an catalogue Compliance y datasheet manual 31 X ray machine 300mA 15 Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 A general X ray machine 300mA with fixed height table 2 Operational Requirements 2 1 It shall operate on single phase AC power supply 3 System Configurations 3 1 X ray Generator lunit 3 2 Control Console lunit 3 3 Radiography patient table lunit 3 4 Floor mounted bucky stand 1 unit 3 5 Floor mounted tube stand amp X Ray Tube lunit 142 Section VI Schedule of Requirements Page no s Bidder s Offer Deviation of No Purchaser Specifications Statement of if any catalogue i Compliance datasheet manual 3 6 Bidder shall indicate brand and model information here and provide technical data document for all major components specified above 4 Technical Specifications 4 1 X ray Generator 4 2 Microprocessor based high frequency inverter generator the generator shall have at least 40kHz 4 3 Generator output not less than 30 kW 4 4 Radiographic voltage range 40 125KV with
102. cations Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Bidder s Page no S Oier Deviation of No Purchaser Specifications Statement if any catalogue i of datasheet Compliance manual 31 video gastroscope video duodenoscope amp video 19 colonoscope with camera system Manufacturer Brand Type Model Country of Origin 1 Description of Functions A video endoscopy system include a gastroscope a video 1 1 duodenoscope amp a video colonoscope 2 Operational Requirements The video endoscopy system including camera system all video endoscopes and all other peripheral equipment offered must be of the same BRAND and same MANUFACTURER All video endoscopes offered in this TSF must also be able to share one common camera system in order to promote sharing of such camera system and hence increase its utilisation All bidders must comply
103. ce Schedule Forms included in Section IV Bidding Forms To establish the conformity of the Goods and Related Services to the Bidding Documents the Bidder shall furnish as part of its Bid the documentary evidence that the Goods conform to the technical specifications and standards specified in Section VI Schedule of Requirements The documentary evidence may be in the form of literature drawings or data and shall consist of a detailed item by item description of the essential technical and performance characteristics of the Goods and Related Services demonstrating substantial responsiveness of the Goods and Related Services to the technical specification and if applicable a statement of deviations and exceptions to the provisions of the Schedule of Requirements The Bidder shall also furnish a list giving full particulars including available sources and current prices of spare parts special tools etc necessary for the proper and continuing functioning of the Goods during the period specified in the BDS following commencement of the use of the goods by the Purchaser Standards for workmanship process material and equipment as well as references to brand names or catalogue numbers specified by the Purchaser in the Schedule of Requirements are intended to be descriptive only and not restrictive The Bidder may offer other standards of quality brand names and or catalogue numbers provided that it demonstrates to the Purchaser
104. ce of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 24 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 135 Section VI Schedule of Requirements Bidder s Deviation Page no S No Offer if any of Purchaser Specifications Statement of catalogue Compliance datasheet manual 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language 136 Section VI Schedule of Requirements Technical Specifications Form Specification amp Statement of Compliance 31 14 Mobile C arm x ray Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must
105. ces for the preparation of the design specifications and other documents to be used for the procurement of the goods to be purchased under these Bidding Documents or b submit more than one bid in this bidding process except for alternative offers permitted under ITB Clause 13 However this does not limit the participation of subcontractors in more than one bid 4 3 4 4 A firm that has been sanctioned by the Bank in accordance with the above ITB Clause 3 1 d or in accordance with the Bank s Guidelines on Preventing and Combating Fraud and Corruption in Projects Financed by A firm or an individual may be declared ineligible to be awarded a Bank financed contract upon completion of the Bank s sanctions proceedings as per its sanctions procedures including inter alia i temporary suspension in connection with an ongoing sanctions proceeding ii cross debarment as agreed with other International Financial Institutions including Multilateral Development Banks and iii the World Bank Group corporate administrative procurement sanctions procedures for fraud and corruption P A nominated sub contractor consultant manufacturer or supplier or service provider different names are used depending on the particular bidding document is one which either has been i included by the bidder in its pre qualification application or bid because it brings specific and critical experience and know how that are accounted for in the evaluat
106. compatible imaging system for Radiology OB Gyn vascular small parts applications 2 Operational Requirements 2 1 It shall operate on AC power supply 3 System Configurations 3 1 Digital colour Doppler ultrasound machine 1 unit 3 2 2 6 mHz broadband curved array transducer 1 unit 3 3 3 12 mHz broadband linear array transducer 1 unit 3 4 4 8 mHz broadband endocavity TV TR transducer unit 3 5 2 6 mHz volume 4D convex transducer for real time 3D Imaging 4D Imaging 1 unit 3 6 3 9 mHz volume 4D TVS transducer for real time 3D Imaging 4D imaging for transvaginal application 1 unit 3 7 Ultrasound gel warmer 1 unit 3 8 Bidder shall indicate brand and model information here and provide technical data document for major components specified above 120 Section VI Schedule of Requirements S No Purchaser Specifications Bidder s Deviatio Page no of Offer nif any catalogue Statement of datasheet Compliance manual 4 Technical Specifications 4 1 System shall provide all digital broadband beam forming with maximum display depth shall be at least 30 cm 4 2 The system should be capable of supporting XRES Extreme Resolution adaptive image processing technique that performs analysis at the pixel level eliminating speckle noise artefact and dynamically enhancing tissue textures margins and borders 4 3 The system shall be capable of supporting SonoCT nine lines compound ima
107. ct Documents 2 1 Subject to the order of precedence set forth in the Contract Agreement all documents forming the Contract and all parts thereof are intended to be correlative complementary and mutually explanatory The Contract Agreement shall be read as a whole Fraud and 3 1 If the Purchaser determines that the Supplier and or any of its Corruption personnel or its agents or its Subcontractors consultants service providers suppliers and or their employees has engaged in corrupt fraudulent collusive coercive or obstructive practices in competing for or in executing the Contract then the Purchaser may after giving 14 days notice to the Supplier terminate the Supplier s employment under the Contract and cancel the contract and the provisions of Clause 35 shall apply as if such expulsion had been made under Sub Clause 35 1 a For the purposes of this Sub Clause i corrupt practice is the offering giving receiving or soliciting directly or indirectly of anything of value to influence improperly the actions of another party Gi fraudulent practice is any act or omission including a misrepresentation that knowingly or recklessly misleads or attempts to mislead a party to obtain a financial or other benefit or to avoid an obligation iii collusive practice is an arrangement between two or more parties designed to achieve an improper purpose including to influence improperly the actions of
108. ction in real time amp frozen mode should be available Should have single button control for automatic optimization and adjustment of TGC and Receiver Gain to achieve optimal uniformity of image quality and faster scans The automatic optimization should be offered in Colour Imaging too Control panel should be capable of being raised lowered and rotated 4 25 System should also have incorporated the following features 4 26 Real Time 3 D in grey scale fusion mode colour power amp B W STIC capability for Foetal Echocardiography 4 27 Real time 3D colour image package with volume 4D convex probe for real time 3D imaging with frequency range of 3 5 MHz 4 28 Multi slice iSlice TUI imaging should be there 4 29 vi Foetal Heart Navigator or Similar Technology to Automates the initial ductal arch view 4 30 Obtains the foetal heart views 4 Chamber LVOT and RVOT 116 Section VI Schedule of Requirements S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviatio nif any Page no of catalogue datasheet manual 4 31 The system should offer a very high frame rate up to 500 frames per second The system shall be able to perform mechanical 4D acquisitions at 30 Volumes per second and electronic live volume imaging up to 90 volumes per second Please specify 4 32 Machine should operate on single phase 220 V
109. d No insert No of IFB Alternative No insert identification No if this is a Bid for an alternative To insert complete name of Purchaser We the undersigned declare that a b c We have examined and have no reservations to the Bidding Documents including Addenda No insert the number and issuing date of each Addenda We offer to supply in conformity with the Bidding Documents and in accordance with the Delivery Schedules specified in the Schedule of Requirements the following Goods and Related Services insert a brief description of the Goods and Related Services The total price of our Bid excluding any discounts offered in item d below is insert the total bid price in words and figures indicating the various amounts and the respective currencies d The discounts offered and the methodology for their application are e f g h Discounts If our bid is accepted the following discounts shall apply Specify in detail each discount offered and the specific item of the Schedule of Requirements to which it applies Methodology of Application of the Discounts The discounts shall be applied using the following method Specify in detail the method that shall be used to apply the discounts Our bid shall be valid for the period of time specified in ITB Sub Clause 20 1 from the date fixed for the bid submission deadline in accordance with ITB Sub Clause 24 1 and it shall remain bi
110. d shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language Section VI Schedule of Requirements 107 Technical Specifications Form Specification amp Statement of Compliance 31 11 Doppler ultrasound machines Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any tex
111. d specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated S Purchaser Specifications Bidder s Deviation Page no No Offer if any of Statement of catalogue Compliance datasheet manual 31 Motorised high frequency portable digital X ray 22 Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 Itis a motorised high frequency portable digital flat panel X ray machine 2 Operational Requirements 2 1 It shall operate on AC power as well as built in battery 3 System Configurations 3 1 Motorised high frequency portable digital X ray machine 1 unit 4 Technical Specifications 4 1 X ray generator 4 2 Type High frequency 184 Section VI Schedule of Requirements S Purchaser Specifica
112. defeatable audible activation tone indicator alarm 4 22 The unit should have RF activation port to tell other equipment like ECG or EEG that RF current is being generated Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify ina separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 5 3 The unit shall come with trolley well designed to fit the generator with drawers for keeping the accessories 5 4 One unit set of explosion protected foot pedal for mono polar and bipolar operation 5 5 Universal adapter to fit and use with most common electrosurgical instruments hand pieces x 1 set Bidder shall indicate the brand of which the adapter is compatible with 5 6 Come with reusable standard mono polar pencil handle with 2 button switch 1 unit Bidder must specify the type size of pencil offered 5 7 Reusable mono polar cord x 1 set 5 8 Come with 2
113. distances angles 4 44 Come with one unit of CD DVD RW drive 4 45 Come with one unit of B W thermal video printer printing on 110mm width thermal paper resolutions more than 300 dpi 256 grey level The video printer can be placed on the monitor trolley 4 46 Sterilisable textile cover and clips for the X ray tube and the I I 4 47 Shall be operated on normal power supply at all diagnostic and treatment area within hospital 4 48 The system offered shall be a general fluoroscopy radiology system it should be a non digital non DICOM compatible type 4 49 Indicate here other features and software functions included in this offer 5 Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms Section VI Schedule of Requirements 139 Page no s Bidder s Offer Deviation of No Purchaser Specifications Statement of if an catalogue i Compliance y datasheet manual 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items
114. doscopes specified below 4 Technical Specifications 4 1 Digital single chip camera system 1 unit 4 2 The system shall come with Camera control unit and camera head 4 3 The camera shall be of single CCD chip 4 4 Horizontal image resolution shall be more than 450 lines 4 5 Automatic white balance with memory function 4 6 The system shall be compatible with all major rigid endoscope eyepieces 126 Section VI Schedule of Requirements S No Purchaser Specifications Qty Unit of Measure ment Bidder s Offer Statement of Complian ce Deviati on if any Page no of catalogue datasheet manual 4 7 The camera head shall have 2 programmable buttons for control of camera functions video recorder video printer and other peripheral equipment 4 8 The camera head shall be able to connect with operating microscope by means of a special adaptor 4 9 The camera head shall be Autoclaveable or at least shall be disinfected by soaking in common disinfectants and or sterilized by gas 4 10 The system shall have the following output Composite signal Y C signal RGB signal NTSC PAL 4 11 The system shall include 1x power supply cable 2x connecting cables for video recorder and video printer 1x BNC connecting cable 1x S VHS connecting cable 1x RGB connecting cable set 4 12 The system shall at least comply with IEC
115. e Statement of datasheet Compliance manual 4 11 System should have high precision beam steered spatial image compounding for acquisition of more tissue image information and reduction of angle generated artefacts Should have up to 9 beam steered lines of sight This should be demonstrated in convex linear and endocavity probes 4 12 Advanced measurements amp calculation package for abdominal obst gynae urology amp vascular should be available 4 13 System should be capable of scanning depth of 38cm 4 14 System should have an acquisition frame rate in 2D of 500 frames second Acquisition frame rate should be clearly mentioned in the technical quote 4 15 System should have a very high dynamic range of at least 170 dB to pick up subtle echoes 4 16 System should have THI amp should be able to work in combined mode of harmonic imaging and real time compound imaging to get excellent image quality The system shall offer Tissue Harmonic Imaging in Power Doppler imaging mode for improved sensitivity and specificity in differentiating blood agent from tissue 4 17 The system should have Contrast Harmonic Imaging and should have optimization settings to detect the Contrast Agents Please specify other advanced Technologies to perform better Contrast Harmonic Imaging 4 18 The system should have Harmonic Imaging for Tissues for hard to image patients The system shall support Tissu
116. e Harmonic Imaging capability on phased linear 3D and curved array transducers Tissue Harmonic Imaging should be available in colour flow imaging M Mode and 3D rendering modes 4 19 The system should have adaptive Image Processing for noise and artefact reduction that improves tissue conspicuity and artefact reduction Such as X rays SRI Speckle Reduction Imaging technology or equivalent Section VI Schedule of Requirements 115 S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviatio n if any Page no of catalogue datasheet manual 4 20 Selectable field of view from 20 90 degrees for sector probe PW Colour Tissue Doppler Imaging should be standard on the system PW CW Doppler facility in all imaging Phased Array Sector Transducers 4 21 Independently selectable Gain Control in both Axial amp Lateral Plane with control keys 4 22 Automatic real time amp frozen tracing of instantaneous peak velocity amp instantaneous mean velocity or frequency should be available Triplex Imaging should be standard on the system 4 23 PW velocity range up to 12 5KHz amp more than 15 KHz with HPRF option at 0 degree cursor angle preferably Should provide capability to change 2D Functions like Overall gain Dynamic Range and Colour Functions like Gain Baseline Colour Map Invert on a reviewed Image 4 24 Angle corre
117. e and in sync with the x ray system gantry rotation to help viewing the best projection 4 68 CD recording and archival 1 unit 4 69 DICOM 3 0 based CD recording for recording on CD CD review of DICOM CD s 174 Section VI Schedule of Requirements Purchaser Specifications Page no Bidder s Offer ae of S Deviation No Statement of if any catalogue i Compliance datasheet manual Flat Panel Digital Subtraction Angiography 31 System with Pressure Injector including 20 Accessories 4 70 System should have ability to record DSA runs on the CD and the embedded viewer should support review of these DSA runs at referring physicians PC 4 71 Angiography workstation 1 unit 4 72 The workstation provided should have the ability to view CT and MR images also 4 73 Ceiling suspended adjustable Lead glass shielding at tableside 1 unit 4 74 Hemodynamic physiology monitor for DSA use 1 unit 4 75 The monitoring system capable of monitoring 2 invasive pressures and 3 lead ECG Other functions should include NIBP SPO2 measurements 4 76 Single head pressure injector 1 unit suitable for angiography procedures including aortography 4 77 DICOM dry laser camera minimum 600 dpi resolution 1 unit 4 78 UPS for digital system 1 unit capacity sufficient to support 30 minutes of operation time amp stabilizer for the complete lab
118. e been possessed by that party at the time of disclosure and which was not previously obtained directly or indirectly from the other party or d otherwise lawfully becomes available to that party from a third party that has no obligation of confidentiality The above provisions of GCC Clause 20 shall not in any way modify any undertaking of confidentiality given by either of the parties hereto prior to the date of the Contract in respect of the Supply or any part thereof The provisions of GCC Clause 20 shall survive completion or termination for whatever reason of the Contract The Supplier shall notify the Purchaser in writing of all subcontracts awarded under the Contract if not already specified in the bid Such notification in the original bid or later shall not relieve the Supplier from any of its obligations duties responsibilities or liability under the Contract Subcontracts shall comply with the provisions of GCC Clauses 3 and 7 Section VIII General Conditions of Contract 199 Specifications and Standards Packing and Documents Insurance Transportation Inspections and Tests 22 1 23 1 23 2 24 1 25 1 26 1 26 2 Technical Specifications and Drawings a The Goods and Related Services supplied under this Contract shall conform to the technical specifications and standards mentioned in Section VI Schedule of Requirements and when no applicable standard is mentioned the standard sh
119. e included here 4 69 Shall support multiple print formats including 1 1 2 1 4 1 6 1 9 1 12 1 16 1 20 1 24 1 4 70 These diagnostic workstations shall be connected via networking with the imaging workstation or the main DR unit to facilitate transfer of images between the main unit and the diagnostic workstations 4 71 Come with free software upgrade within the lifespan of the system Bidder must declare his compliance with this condition here 4 72 Intercom 1 system 150 Section VI Schedule of Requirements Bidder s ee S Purchaser Specifications Citer Deviation catalogue No Statement of if any datasheet Compliance manual 4 73 One intercom system for communication between examination room and control room 4 74 Dry X ray film printer 1 unit Bidder shall indicate brand and model information here and provide technical data document for printer offered 4 75 Itis a direct thermal or laser imager that produces 14 x17 14 x 14 11 x14 10 x 12 and 8 x 10 dense high resolution images with 256 shades of grey in daylight without liquid chemicals 4 76 Throughput 100 sheets of 14 x 17 films hour 4 77 Film size shall have 2 film trays at a time with choice of film sizes 35 x 43cm 14 x 17 14 x 14 28 x 35cm 11 x 14 10 x 12 and 8 x 10 for selection 4 78 Resolution gt 320 ppi pixels per inch geometrical res
120. e of each party thereto Nonwaiver a Subject to GCC Sub Clause 4 5 b below no relaxation forbearance delay or indulgence by either party in enforcing any of the terms and conditions of the Contract or the granting of time by either party to the other shall prejudice affect or restrict the rights of that party under the Contract neither shall any waiver by either party of any breach of Contract operate as waiver of any subsequent or continuing breach of Contract b Any waiver of a party s rights powers or remedies under the Contract must be in writing dated and signed by an authorized representative of the party granting such waiver and must specify the right and the extent to which it is being Section VIII General Conditions of Contract 195 Language Joint Venture Consortium or Association Eligibility Notices Governing Law Settlement of Disputes 4 6 5 1 5 2 6 1 7 1 7 2 8 1 8 2 9 1 10 1 waived Severability If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable such prohibition invalidity or unenforceability shall not affect the validity or enforceability of any other provisions and conditions of the Contract The Contract as well as all correspondence and documents relating to the Contract exchanged by the Supplier and the Purchaser shall be written in the language specified in the SCC Supporting documents and printed lit
121. e of the Goods or any part thereof or any products produced thereby in association or combination with any other equipment 202 Section VII General Conditions of Contract Limitation of Liability Change in Laws and Regulations 29 2 29 3 29 4 29 5 30 1 31 1 plant or materials not supplied by the Supplier pursuant to the Contract If any proceedings are brought or any claim is made against the Purchaser arising out of the matters referred to in GCC Sub Clause 29 1 the Purchaser shall promptly give the Supplier a notice thereof and the Supplier may at its own expense and in the Purchaser s name conduct such proceedings or claim and any negotiations for the settlement of any such proceedings or claim If the Supplier fails to notify the Purchaser within twenty eight 28 days after receipt of such notice that it intends to conduct any such proceedings or claim then the Purchaser shall be free to conduct the same on its own behalf The Purchaser shall at the Supplier s request afford all available assistance to the Supplier in conducting such proceedings or claim and shall be reimbursed by the Supplier for all reasonable expenses incurred in so doing The Purchaser shall indemnify and hold harmless the Supplier and its employees officers and Subcontractors from and against any and all suits actions or administrative proceedings claims demands losses damages costs and expenses of any nature inc
122. e power cable must be at least 3 metres in length Standards amp Safety Requirements 166 Section VI Schedule of Requirements Bidder s Page no S One Deviation of No Purchaser Specifications Statement if an catalogue i of Y datasheet Compliance manual This unit shall be certified to meet ISO9001 and ISO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives 71 amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The 8 1 training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users In this case the user training should include hands on training of sufficient duration min 1 week for up to 2 persons per machine amp per endoscope at a suitable location 8 2 including traveling and per diem cost of Purchaser s personnel if applicable 9 Warranty The warranty period for this item shall be 24 months after 9 1 acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installati
123. e the Purchaser with a report of the results of any such test and or inspection The Purchaser may reject any Goods or any part thereof that fail to pass any test and or inspection or do not conform to the specifications The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Purchaser and shall repeat the test and or inspection at no cost to the Purchaser upon giving a notice pursuant to GCC Sub Clause 26 4 The Supplier agrees that neither the execution of a test and or inspection of the Goods or any part thereof nor the attendance by the Purchaser or its representative nor the issue of any report pursuant to GCC Sub Clause 26 6 shall release the Supplier from any warranties or other obligations under the Contract Except as provided under GCC Clause 32 if the Supplier fails to deliver any or all of the Goods by the Date s of delivery or perform the Related Services within the period specified in the Contract the Purchaser may without prejudice to all its other remedies under the Contract deduct from the Contract Price as liquidated damages a sum equivalent to the percentage specified in the SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance up to a maximum deduction of the percentage specified in those SCC Once the maximum is reached
124. ective 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty The warranty period for this item shall be 24 9 1 months after acceptance of the Goods 10 Maintenance Service During Warranty Period Preventive and corrective maintenance services 10 1 during warranty period shall be included 11 Installation and Commissioning It shall be installed and commissioned by the 11 1 Supplier at the final destination s 12 Documentation It must be supplied with detailed operating and 12 1 Maintenance manuals and technical information in the English language 176 Section VI Schedule of Requirements Technical Specifications Form Specification amp Statement of Compliance 31 21 Flat Panel Digital Fluoroscopy Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher speci
125. ed or processed or through manufacture processing or assembly another commercially recognized article results that differs substantially in its basic characteristics from its components Any notice given by one party to the other pursuant to the Contract shall be in writing to the address specified in the SCC The term in writing means communicated in written form with proof of receipt A notice shall be effective when delivered or on the notice s effective date whichever is later The Contract shall be governed by and interpreted in accordance with the laws of the Purchaser s Country unless otherwise specified in the SCC The Purchaser and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute 196 Section VII General Conditions of Contract 10 2 10 3 Inspections and 11 1 Audit by the Bank Scope of Supply 12 1 Delivery and 13 1 Documents Supplier s 14 1 Responsibilities Contract Price 15 1 Terms of Payment 16 1 16 2 arising between them under or in connection with the Contract If after twenty eight 28 days the parties have failed to resolve their dispute or difference by such mutual consultation then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration as hereinafter provided as to the matter in dispute and no arbitration in respect of this matter may be commenced unless
126. ed in the GCC and the SCC have been accepted by the Bidder without any material deviation or reservation The Purchaser shall evaluate the technical aspects of the Bid submitted in accordance with ITB Clause 18 to confirm that all requirements specified in Section VI Schedule of Requirements of the Bidding Documents have been met without any material deviation or reservation Section I Instructions to Bidders 23 33 3 If after the examination of the terms and conditions and the technical evaluation the Purchaser determines that the Bid is not substantially responsive in accordance with ITB Clause 30 it shall reject the Bid 34 Conversion to 34 1 For evaluation and comparison purposes the Purchaser shall convert all Single bid prices expressed in amounts in various currencies into an amount in Currency a single currency specified in the BDS using the selling exchange rates established by the source and on the date specified in the BDS 35 Domestic 35 1 Domestic preference shall not be a factor in bid evaluation unless Preference otherwise specified in the BDS 36 Evaluation of 36 1 The Purchaser shall evaluate each bid that has been determined up to Bids this stage of the evaluation to be substantially responsive 36 2 To evaluate a Bid the Purchaser shall only use all the factors methodologies and criteria defined in ITB Clause 36 No other criteria or methodology shall be permitted 36 3 To evaluate a Bid the Purchase
127. ee raae aeren 196 Delivery and Documents ioe eriei e Rodi ecbo a e a e e a teen dnt 196 Supplier s Responsibilities Sascspsiis enere aeia apr E N EA e E a E i 196 v Contract Price ai ree irisean a eee aa e ae ed caus E a ea aE aee ei Eeri 196 2 Terms Of Payme tenrnins cen n a aa a Net Nie E aie 196 a Taxes and Duties aiei eE EE E E SNE E E E EE TNR i 197 Performance SCCUTILY eeen ae eea e a dae a aai ro eie taraa e ee raa ariera 197 S COPY TIBHt iai n a a a a a a ee a cee ee e aaiae 197 Confidential Information ee ee npa E E E ENEE EE EE 198 SUDCOMELACIN e ER A E E E EA E TEET 198 lt Specifications and Standards sccciccseedsscahecsisceseieiecesteg lecedutdas cededsesaceuisesedey i aias 199 Packing and Documents correi EE E nated deeieagebueees sods EE E NR i 199 PE EIDE Ee 1e RE E E AA S EAT 199 e Transportations nni a a a i AEG a aa a aa a a ES 199 Inspections and Tests oirrrosaepne oe e E E E E ETENEE E eee eee 199 Liguidated Damages oieee es areni ree RE OEA Eea aR T ENEE EEO AEEA R AEE AE EEE REECE NERENN 200 s Waranty onin n a lasts r a aa a eG alin Gels A aia cea 201 Patent Indemnity asne ssa aeciss bes eategtewts soe biven seg mote EEES E ce tess piven yin wees 201 o Ast tan OF Liability aieri a ena eeen RE ee ne eea adds oss EEE R EEEE R EEEE 202 Change in Laws and RegulationS eeseeeesesseesessisseesrsseesresteerestessertessesrtsstentestestestessetresseesesseeet 202 Porce MA CUE verear ier T
128. eeaeeeaeeenaeenaes 12 8 Amendment of Bidding Documents 200 0 eee eeeeseeseecssecsseceseceseceseceseceseeeseeseeeseneseaeesaaeeaaeenaes 12 Preparation OF Bids saci scsicsscessscdccsoostsssesssvacvcsoccsssedesseensvacdcssecssscsnessoocssecesseunessoocdvonssonssssseessvodasseensssseess 12 9 Cost Of Biddin G05 asics satel ested ale eae heen Ba Ge ea ea ees 12 10 Lami g age Ot Bid en aietara aeee eee E AEEA ae Ee A e teuleh E AEE EARE 12 11 Documents Comprising the Bid eee retrage erate eneen eee EEE aE Ee REET EE 13 12 Bid Submission Form and Price Schedules 0 ccc ecescceesseceeececeeeeeeaeceeaeeceeneeeseeeeaeceeaeeeaes 13 13 Altemative Bids agesinn n bestescie sad doesnt E EEE E E cds ah E E E 13 14 Bid Prices and Discounts sss silts oot iiteeesend os aavedeios Ge eet ea etm enh 13 15 CUIreN CES OF Bid x weccteccedeseeibeec cose cbt T E a sneer ENE TEA EE EE ade Me 15 16 Documents Establishing the Eligibility of the Bidder eee eeceeceseeeeeeeeeeeeeeeseeeneeenaee 16 17 Documents Establishing the Eligibility of the Goods and Related Services cesses 16 18 Documents Establishing the Conformity of the Goods and Related Services eee 16 19 Documents Establishing the Qualifications of the Bidder 00 0 eee eeceeeeeeeeeeeeeeeeeeneeenees 16 20 Period of Validity Of Bids is arrori nenna e led ontedete tials eee en dace 17 21 Bid SOCULITY n eaaa eoa eaa a k A ea E e EA oeae ara e AT aE esos 17 22 Format and Signing
129. ensors 5 pcs 5 18 Inspiration bacterial filter able to filter 99 97 of all 0 3 microns particles 5 pcs 5 19 Expiration bacterial filter able to filter 99 97 of all 0 3 microns particles 5 pcs 6 Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements 7 1 This unit shall be certified to meet ISO9001 and 1SO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 7 2 Shall meet equipment safety standard of IEC 60601 8 User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 24 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 102 Section VI Schedule of Requirements Bidder s ai ae S No Offer Deviation catalogue Statement of Purchaser Specifications Compliance if any datasheet manual 10 1 Preventive and corrective maintenance services during
130. ental chair for Dental treatment 2 Operational Requirements 2 1 It shall operate on AC power supply 3 System Configurations 3 1 Patient chair 1 unit 3 2 Working stool 2 units 3 3 High speed hand piece 2 units Low speed motor with 1 straight hand piece amp 1 contra 3 4 angle hand piece 1 set 3 5 A built in light cure unit 92 Section VI Schedule of Requirements Bidder s Page no Offer Deviati of S No Purchaser Specifications Statement onif catalogue of any datasheet Compliance manual A built in ultrasonic scaler with one each of pointed and 3 6 flat scaler tips 3 7 One air compressor at least 1 horse power 3 8 One suction unit at least 1 horse power 3 9 One unit of automatic amalgamator One set of amalgam carrier with tips and one amalgam 3 10 well 3 11 One set of 4 pieces of amalgam condensers 3 12 One set of 5 pieces of amalgam carvers 3 13 One set of 5 pieces of burnishers Bidder shall indicate brand and model information here 3 14 and provide technical data document for major components specified above 4 Technical Specifications 4 1 Patient type adult amp paediatric amp deformity 4 2 CE marked and ISO9000 ISO13485 4 3 Main unit standard configuration as follow 4 4 Patient chair With electrical chair movement and deluxe double 4 5 articula
131. eptional circumstances prior to the expiration of the bid validity period the Purchaser may request bidders to extend the period of validity of their bids The request and the responses shall be made in writing If a Bid Security is requested in accordance with ITB Clause 21 it shall also be extended for a corresponding period A Bidder may refuse the request without forfeiting its Bid Security A Bidder granting the request shall not be required or permitted to modify its bid except as provided in ITB Sub Clause 20 3 20 3 In the case of fixed price contracts if the award is delayed by a period exceeding fifty six 56 days beyond the expiry of the initial bid validity the Contract price shall be adjusted as specified in the request for extension Bid evaluation shall be based on the Bid Price without taking into consideration the above correction 21 Bid Security 21 1 The Bidder shall furnish as part of its bid a Bid Security or a Bid Securing Declaration if required as specified in the BDS 21 2 The Bid Security shall be in the amount specified in the BDS and denominated in the currency of the Purchaser s Country or a freely convertible currency and shall a atthe bidder s option be in the form of either a letter of credit or a bank guarantee from a banking institution or a bond issued by a surety b be issued by a reputable institution selected by the bidder and located in any eligible country If the institution issu
132. erature that are part of the Contract may be in another language provided they are accompanied by an accurate translation of the relevant passages in the language specified in which case for purposes of interpretation of the Contract this translation shall govern The Supplier shall bear all costs of translation to the governing language and all risks of the accuracy of such translation for documents provided by the Supplier If the Supplier is a joint venture consortium or association all of the parties shall be jointly and severally liable to the Purchaser for the fulfillment of the provisions of the Contract and shall designate one party to act as a leader with authority to bind the joint venture consortium or association The composition or the constitution of the joint venture consortium or association shall not be altered without the prior consent of the Purchaser The Supplier and its Subcontractors shall have the nationality of an eligible country A Supplier or Subcontractor shall be deemed to have the nationality of a country if it is a citizen or constituted incorporated or registered and operates in conformity with the provisions of the laws of that country All Goods and Related Services to be supplied under the Contract and financed by the Bank shall have their origin in Eligible Countries For the purpose of this Clause origin means the country where the goods have been grown mined cultivated produced manufactur
133. erebrovascular peripheral vascular adult trans cranial amp superficial parts imaging like breast scrotum thyroid musculoskeletal exam and etc 2 Operational Requirements 2 1 It shall operate on AC power supply 3 System Configurations 3 1 Digital colour Doppler ultrasound machine 1 unit 3 2 Convex probe 2 5 mHz 1 unit 3 3 Broadband linear array probe with frequency range between 5 to 17 mHz 1 unit 3 4 Broadband linear array probe with frequency range between 3 to 9 mHz 1 unit 3 5 Endocavity probe 3 10 mHz for TV TR application along with biopsy guide 1 unit 3 6 Broadband convex volume 4D transducer 2 6mHz for 3D 4D applications 1 unit 3 7 Volume 4 D endo cavitary probe 1 unit 3 8 Ultrasound gel warmer unit Section VI Schedule of Requirements 113 S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviatio n if any Page no of catalogue datasheet manual 3 9 Bidder shall indicate brand and model information here and provide technical data document for major components specified above Technical Specifications 4 1 It should be fully digital technology with digital beam former and should have more than 50000 digitally processed channels Technical data sheet should be enclosed in technical bid to support the number of digitally processed channels on the system 4 2 Monitor should be at least 19 flat LCD col
134. ered with any relevant quality and safety standards MUST be submitted with this TSF User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users Warranty 9 1 The warranty period for this item shall be 24 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation Section VI Schedule of Requirements 119 S No Purchaser Specifications Bidder s Deviatio Page no of Offer nif any catalogue Statement of datasheet Compliance manual 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language 31 Middle range Colour Doppler Ultrasound 11 3 Machine with convex linear and endocavity multi frequency probes Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 A fully digital colour Doppler ultrasound DICOM
135. ert complete name and address of Supplier hereinafter called the Supplier has entered into Contract No insert number dated insert date of Agreement with you for the supply of insert types of Goods to be delivered hereinafter called the Contract Furthermore we understand that according to the conditions of the Contract an advance is to be made against an advance payment guarantee At the request of the Supplier we hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of insert amount s in figures and words upon receipt by us of your first demand in writing declaring that the Supplier is in breach of its obligation under the Contract because the Supplier used the advance payment for purposes other than toward delivery of the Goods It is a condition for any claim and payment under this Guarantee to be made that the advance payment referred to above must have been received by the Supplier on its account insert number and domicile of the account This Guarantee shall remain valid and in full effect from the date of the advance payment received by the Supplier under the Contract until insert date This Guarantee is subject to the Uniform Rules for Demand Guarantees ICC Publication No URDG 758 signature s of authorized representative s of the bank
136. es consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 5 3 Additional 2 spare lid gaskets 72 Section VI Schedule of Requirements Bidder s Page no Offer Pare of A Statement Deviana catalogue S No Purchaser Specifications of if any datasheet Compliance manual 6 Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements 7 1 This unit shall be certified to meet ISO9001 and 1SO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training 8 1 The Supplier shall conduct user training for
137. fications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Page no s Bidder s Offer Deviation of No Purchaser Specifications Statement of if an catalogue i Compliance Y datasheet manual 30 ig 21 Flat Panel Digital Fluoroscopy Manufacturer Brand Type Model Country of Origin 1 Description of Functions It is a Radiography Fluoroscopy X ray unit with 11 DSA function 2 Operational Requirements 2 1 It shall operate on AC power supply 3 System Configurations 3 1
138. fied in Section VI Schedule of Requirements The name and identification number of this International Competitive Bidding ICB procurement are specified in the BDS The name identification and number of lots of are provided in the BDS Throughout these Bidding Documents a the term in writing means communicated in written form e g by mail e mail fax telex with proof of receipt b if the context so requires singular means plural and vice versa and c day means calendar day The Borrower or Recipient hereinafter called Borrower specified in the BDS has applied for or received financing hereinafter called funds from the International Bank for Reconstruction and Development or the International Development Association hereinafter called the Bank toward the cost of the project named in the BDS The Borrower intends to apply a portion of the funds to eligible payments under the contract for which these Bidding Documents are issued Payments by the Bank will be made only at the request of the Borrower and upon approval by the Bank in accordance with the terms and conditions of the financing agreement between the Borrower and the Bank hereinafter called the Loan Agreement and will be subject in all respects to the terms and conditions of that Loan Agreement The Loan Agreement prohibits a withdrawal from the loan account for the purpose of any payment to persons or entities or
139. filter e 0 2 mm Cu 1 mm AL e 0 1 mm Cu 1 mm AL e 2 mm AL 4 31 With Laser light alignment at fixed SID 4 32 With manual SID indication 4 33 Dose Area product meter Section VI Schedule of Requirements 185 Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 31 22 Motorised high frequency portable digital X ray 4 34 The Dose Area Product meter should measure the X ray dose output at the collimator and reports the measured Dose Area Product mGy m2 to the DICOM header of the image 4 35 Image processing subsystem amp operator s console 4 36 1 Hardware 4 37 RAM storage capacity gt 4 Gbyte 4 38 Local storage typically 4000 images 4 39 With image storage on CD R DVD R 4 40 Start up time Less than 3 minutes 4 41 Monitor LCD colour touch screen monitor not less than 15 4 42 2 Image processing 4 43 With automatic detection of exposed area auto shuttering 4 44 With pre defined anatomically specific processing sets 4 45 With customizable processing sets 4 46 With image rotation and mirroring 4 47 3 Connectivity 4 48 Come with DICOM Storage Commit DICOM BWLM DICOM MPPS DICOM print amp DICOM Grayscale Standard Display 4 49 4
140. for evaluation No Bid shall be rejected at Bid opening except for late bids in accordance with ITB Sub Clause 25 1 The Purchaser shall prepare a record of the Bid opening that shall include as a minimum the name of the Bidder and whether there is a withdrawal substitution or modification the Bid Price per lot if applicable including any discounts and alternative offers if they were permitted and the presence or absence of a Bid Security or Bid Securing Declaration if one was required The Bidders representatives Section I Instructions to Bidders 21 who are present shall be requested to sign the attendance sheet A copy of the record shall be distributed to all Bidders who submitted bids in time and posted online when electronic bidding is permitted Evaluation and Comparison of Bids 28 Confidentialit 28 1 Information relating to the examination evaluation comparison and y postqualification of bids and recommendation of contract award shall not be disclosed to bidders or any other persons not officially concerned with such process until publication of the Contract Award 28 2 Any effort by a Bidder to influence the Purchaser in the examination evaluation comparison and postqualification of the bids or contract award decisions may result in the rejection of its Bid 28 3 Notwithstanding ITB Sub Clause 28 2 from the time of bid opening to the time of Contract Award if any Bidder wishes to contact the Purchase
141. for any import of goods if such payment or import to the knowledge of the Bank is prohibited by decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations No party other than the Borrower shall derive any rights from the Loan Agreement or have any claim to the funds It is the Bank s policy to require that Borrowers including beneficiaries of Bank loans as well as bidders suppliers and contractors and their agents whether declared or not personnel subcontractors sub consultants service providers and suppliers under Bank financed contracts observe the highest standard of ethics during the procurement and execution of such contracts In pursuance of this policy the Bank a defines for the purposes of this provision the terms set forth In this context any action taken by a bidder supplier contractor or any of its personnel agents subcontractors sub consultants service providers suppliers and or their employees to influence the procurement process or contract execution for undue advantage is improper Section I Instructions to Bidders b c below as follows i corrupt practice is the offering giving receiving or soliciting directly or indirectly of anything of value to influence improperly the actions of another party ii fraudulent practice is any act or omission including a misrepresentation that knowingly or recklessly
142. ght adjustment by a non electric hydraulic system 4 2 The table shall be mobile on castors with efficient braking system or castor lifting system in order to provide sufficient stability during operation 4 3 The movements of head section leg section raising and translation of backrest raising and translation of pelvic support shall be operated mechanically 4 4 All table adjustment mechanisms shall have locking mechanisms or non slip drives i e Worm drives ratchets groove locator etc Bidder shall indicate the locking mechanism of the table offered 4 5 Table shall be finished in non ferrous metal and or ferrous metal with heavy duty paint coating providing sealed and easy clean surface 4 6 Table shall have stainless steel or heavy duty chromed side rails for accessory fittings to permit rapid fitting and detachment of accessories 4 7 Table section 4 sections with adjustable and removable head leg flaps 4 8 Table top Full length radiotranslucent top with x ray cassette tunnel with cassette holder 4 9 Mattress Radiotranslucent antistatic 4 section washable and easy to clean with a thickness of at least 8cm 4 10 Dimension at least in range 600 x 2000 mm 4 11 Height adjustment 610 to 900mm 4 12 Trendelenburg and reverse Trendelenburg 30 degree 30 degree 4 13 Lateral tilt Left right approx 25 degree 25 degree 4 14 4 15
143. ging using computed beam steering technology 4 4 The system shall be capable of acquiring displaying quantitative 3D or 4D volume data with STIC capability for Foetal Echocardiography 4 5 The system should capable to perform 4D acquisitions at least 30 volumes sec 4 6 The system should have minimum 8000 digitally processed channels per image frame 4 7 The system should support broadband Phased array Convex and Linear array transducers 4 8 System should provide 232 dB fulltime input dynamic range 4 9 Digitally controlled 17 inch Flat Panel monitor with tilt amp swivel 4 10 Slide pot TGC amp LGC gain controls with pre defined curves 4 11 System should be a new generation ergonomically designed to curb minimum injury to sonographer physician with keyboard platform rotatable and moveable up down 4 12 System should support Tissue Harmonic Imaging in Phased Array Linear Array and convex array transducers Section VI Schedule of Requirements 121 S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviatio n if any Page no of catalogue datasheet manual 4 13 The system shall support full screen display of all 3D views including individual A B and C MPR views and simultaneous display of thumbnail views on the same system display monitor 4 14 The system should have in built
144. goscope with 10 Units halogen light 48 Section IV Bidding Forms 1 2 3 4 5 6 7 8 9 10 Slice no Description of Goods Delivery Quantity and Unit price Total EXW Price per line item for Cost of local labor Sales and other taxes payable Total Price per Date physical unit EXW price per line inland transportation and raw materials and per line item if Contract is line item Col item other services required in components from awarded in accordance with 6 7 Col 45 Nepal to convey the Goods with origin in Nepal ITB 14 6 a ii to their final destinations of Col 5 as specified in Bidding Documents Section VI STE IC Ray CAs MOB en a as a T 31 15 X Ray Machine 300mA 45 Units 45 Units 31 16 31 17 31 18 31 19 Video Gastro Duodeno Colono with Camera System 31 20 Flat Panel Digital Subtraction Angiography System with Pressure Injector including Accessories 31 21 Flat Panel Digital Fluoroscopy Unit 31 22 Namie OF Bidder soei oneee iene a aa a EAA E X Ray Machine 500 mA Fixed DR 2 Units with film printer 2 ee nits Motorised High Frequency Portable 1 Uni Digital X Ray Signature Of Bidder 0 cece eee eee cee eee eee eee Total Price Dalee aeaa take The unit price must include the cost of on site installation commissioning and user training for items for which this is specified as par Part VI Schedule of Requirements 2 List of require
145. governed by the rules prescribed in the current edition of Incoterms published by The International Chamber of Commerce as specified in the BDS Prices shall be quoted as specified in each Price Schedule included in Section IV Bidding Forms The dis aggregation of price components is required solely for the purpose of facilitating the comparison of bids by the Purchaser This shall not in any way limit the Purchaser s right to contract on any of the terms offered In quoting prices the Bidder shall be free to use transportation through carriers registered in any eligible country in accordance with Section V Eligible Countries Similarly the Bidder may obtain insurance services from any eligible country in accordance with Section V Eligible Countries Prices shall be entered in the following manner a For Goods manufactured in the Purchaser s Country i the price of the Goods quoted EXW ex works ex factory ex warehouse ex showroom or off the shelf as applicable including all customs duties and sales and other taxes already paid or payable on the components and raw material used in the manufacture or assembly of the Goods ii any Purchaser s Country sales tax and other taxes which will be payable on the Goods if the contract is awarded to the Bidder and iii the price for inland transportation insurance and other local services required to convey the Goods to their final destination Project Site specified in the
146. h 4 62 Bidder shall indicate types sizes working length channel size amp etc and part number of each piece of these forceps offered here 4 63 Polypectomy snare 2 sets 4 64 Bite Block 1 piece per each scope Video duodenoscope therapeutic 1 unit Bidder shall indicate brand and model information here and 4 65 provide technical data document for the duodenoscope offered It optical system shall be compatible with and allow the 4 66 scope to perform narrow band imaging 4 67 Field of view 100 degree 4 68 Depth of field 2 50mm 4 69 Direction of view 5 degree backward oblique 4 70 Tip Deflection approximately Up 120 deg Down 90 deg Right 110 deg Left 90 deg 4 71 Distal outer diameter 13mm 164 Section VI Schedule of Requirements Bidder s Page no S Oer Deviation of No Purchaser Specifications Statement if an catalogue of Y datasheet Compliance manual 4 72 Insertion tube outer diameter 1 1mm 4 73 Inner diameter of instrument channel 4mm 4 74 Working length 1200mm 4 75 Total length 1500mm 4 76 Forceps elevator V groove type or equivalent 4 77 All accessories offered for the duodenoscope shall be compatible with the V groove forceps elevator or any equivalent 4 78 Biopsy forceps 2 pes one type each Bidder shall indicate types sizes working length channel size amp etc
147. h as variable bypass or heated blender or equivalent 4 19 It shall accommodate two vaporizers Come with 2 sets of concentration calibrated type 4 20 vaporizers and two sets of compatible fillers for one i for isoflurane and the other for halothane Stainless steel supporting arm with two articulations 4 21 and rail clamp Vaporizer is to be maintenance free with easy re 4 22 filling 4 23 Gas flow control or Oxygen ratio control The N20 and O2 flow control shall be interlocked that the proportion of O2 to N20 will never fall 4 24 below a minimum value i e O2 concentration shall never be less than 25 to produce a hypoxic breathing mixture It shall automatically cut off the supply of N20 and other gases and activate an alarm if O2 pressure 4 25 drops below 28 30PSI It shall sounds at maximum volume every 10 seconds 4 26 Ventilator Microprocessor based electrically powered and 4 27 electrically controlled ventilator 4 28 Operating modes Manual spontaneous VCV 4 29 Tidal Volume approximately 50 1200 ml Breathing frequency approximately 5 60 4 30 breath min 4 31 Inspiratory flow approximately 5 70 L min Pressure limitation approximately 10 lt 70cm PEEP positive end expiratory pressure 4 33 approximately 0 20 cm H2O 4 34 Monitoring Alarms shall be available for all vital parameters and 4 35 System error or failure of at least the following a Concentra
148. h have not been specified in this Technical Specifications Form 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 6 Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements 7 1 This unit shall be certified to meet ISO9001 and 1SO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 24 months after acceptance of the Goods Section VI Schedule of Requirements 187 S Purchaser Specifications Bidder s Deviation Page no No Offer if any of Statement of catalogue Compliance da
149. hall be made promptly by the Purchaser but in no case later than sixty 60 days after submission of an invoice or request for payment by the Supplier and after the Purchaser has accepted it The currencies in which payments shall be made to the Supplier under this Contract shall be those in which the bid price is expressed In the event that the Purchaser fails to pay the Supplier any payment by its due date or within the period set forth in the SCC the Purchaser shall pay to the Supplier interest on the amount of such delayed payment at the rate shown in the SCC for the period of delay until payment has been made in full whether before or after judgment or arbitrage award For goods manufactured outside the Purchaser s Country the Supplier shall be entirely responsible for all taxes stamp duties license fees and other such levies imposed outside the Purchaser s Country For goods Manufactured within the Purchaser s country the Supplier shall be entirely responsible for all taxes duties license fees etc incurred until delivery of the contracted Goods to the Purchaser If any tax exemptions reductions allowances or privileges may be available to the Supplier in the Purchaser s Country the Purchaser shall use its best efforts to enable the Supplier to benefit from any such tax savings to the maximum allowable extent If required as specified in the SCC the Supplier shall within twenty eight 28 days of the notif
150. han 16 bits Section VI Schedule of Requirements 149 Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 4 58 With dynamic range extension software automatic image range detection and editing 4 59 With image documentation and archiving software 4 60 With DICOM Work list DICOM Print DICOM Storage 4 61 With quality assurance program QAP 4 62 Bidder shall describe in detail the imaging software and hardware here 4 63 Come with free software upgrade within the lifespan of the system Bidder must declare his compliance with this condition here 4 64 Diagnostic Workstation 1 unit Bidder shall indicate brand and model information here and provide technical data document for workstation offered 4 65 The workstation shall be made by the same X ray machine manufacturer generic workstation is not acceptable 4 66 Bidder shall indicate the specification of the workstation offered here 4 67 High resolution diagnostic grade black amp white flicker free anti glare monitor not less than 19 inches with not less than 1024x1280 matrix amp video refresh rate of gt 70Hz 4 68 With dedicated operating system and all software needed for x ray images diagnosis documentation reporting archiving Bidder shall specify in details all softwar
151. he Bidder shall not result in rejection of its bid but merely in the Purchaser s reclassification of the bid into its appropriate bid group The Purchaser will first review the bids to confirm the appropriateness of and to modify as necessary the bid group classification to which bidders assigned their bids in preparing their Bid Forms and Price Schedules All evaluated bids in each group will then be compared to determine the lowest evaluated bid of each group Such lowest evaluated bids shall be compared with each other and if as a result of this comparison a bid from Group A or Group B is the lowest it shall be selected for the award If as a result of the preceding comparison the lowest evaluated bid is from Group C the lowest evaluated bid from Group C bids will then be further compared with the lowest evaluated bid from Group A after adding to the evaluated bid price of goods offered in the bid for Group C for the purpose of further comparison only an amount equal to ten 10 percent of the CIP Birgunj Nepal or Kathmandu International Airport Nepal bid price The lowest evaluated bid determined from this last comparison shall be selected for the award 2 Evaluation Criteria ITB 36 3 d The Purchaser s evaluation of a bid will take into account in addition to the Bid Price quoted in accordance with ITB Clause 14 6 the following factors as specified in ITB Sub Clause 36 3 d and in BDS referring to ITB 36 3 d using t
152. he following criteria and methodologies a Delivery schedule The adjustment per week for delivery delays beyond the period specified in the Schedule of Requirement is one percent 1 of the quoted price per week Delivery delays in excess of 10 weeks beyond the period specified in the Schedule of Requirement will not be acceptable and will cause the Bid to be declared as non responsive 34 Section III Evaluation and Qualification Criteria b Deviation in payment schedule The SCC stipulates the payment schedule specified by the Purchaser If a bid deviates from the schedule such deviation is not considered acceptable to the Purchaser Bids deviating from the given payment schedule will be considered non responsive c Cost of mandatory spare parts user training and maintenance service as specified to be required in Section VI Schedule of Requirements will be considered during evaluation d Availability in the Purchaser s Country of spare parts and after sales services for equipment as specified to be required in Section VI Schedule of Requirements must be offered for three years beyond the stated warranty period in the bid An adjustment equal to the cost to the Purchaser of establishing the minimum service facilities and parts inventories as outlined in BDS Sub Clause 36 3 d if quoted separately shall be added to the bid price for evaluation purposes only Bidders not offering or committing to provide these services
153. he number of copies is One A copy is defined as a complete copy of the Original Bid including copies of all the documents contained within the Original Bid Failure to provide a copy will result in disqualification of entire bid 30 Section II Bid Data Sheet ITB 23 1 ITB 23 2 c ITB 24 1 ITB 27 1 ITB 34 1 ITB 35 1 ITB 36 3 a D Submission and Opening of Bids Bidders shall not have the option of submitting their bids electronically The inner and outer envelopes shall bear the following additional identification marks IFB No NHSP U G ICB 3 1 Procurement of Hospital Equipment including Anaesthesia Machine CT scan X Ray USG Video Arthroscopy System Naso Pharyngoscope etc 2012 13 For bid submission purposes the Purchaser s address is Attention Director Logistics Management Division Address Ministry of Health and Population Department of Health Services Logistics Management Division Pachali Teku City Kathmandu Country Nepal The deadline for the submission of bids is Date 18 April 2013 Time 1200 Hours Nepal Time If the specified date for submission and opening of the bid falls on a government holiday then the same time of the next working day shall be considered for such events The bid validity and validity of bid security remain unchanged unless amended by another notice The bid opening shall take place at Department of Health Services Logistics Management Divisio
154. hermal printer 5 Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts including 2 bottles of ultrasound gel required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 6 Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements 7 1 This unit shall be certified to meet ISO9001 and ISO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with Section VI Schedule of Requirements 111 this TSF 7 2 Shall comply with IEC60601 1 Class I Type BF User Training 8 1 The Supplier shall conduct user training for this equ
155. his offer which have not been specified in this Technical Specifications Forms 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 5 3 SpO2 reusable finger sensors for adult and child 1 each 5 4 SpO2 reusable sensor for infant Ipc 5 5 SpO2 reusable ear sensor adult size 1 pc 6 Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements 80 Section VI Schedule of Requirements Bidder s ee S No Purchaser Specifications s oier Peviahonet catalogue tatement of any Compliance datasheet manual 7 1 This unit shall be certified to meet ISO9001 and ISO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the
156. hnical Specifications Form All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate 5 2 Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 5 3 Featherlite Lead wrap around jacket 6 pieces 5 4 Featherlite Lead wrap around skirt or frock 6 pieces 5 5 Thyroid shields 6 pieces 5 6 Lead goggles 3 pieces 57 Lead Glass viewing window 100cmx120 cm 1 unit 6 Operating Environment Power supply 220 240 VAC 50Hz fitted with 6 1 appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements This unit shall be certified to meet ISO9001 and ISO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or 7 1 USEDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 182 Section VI Schedule of Requirements Page no s Bidder s Offer Deviation of No Purchaser Specifications Statement of ifan catalogue i Compliance y datasheet manual 30 avis 21 Flat Panel Digital Fluoroscopy 8 User Training The Supplier shall conduct user training for this equipment to enable operators t
157. house of the goods already imported in Nepal iii ITB 14 6 a Final destination Project Site iii b ii and c v As specified in Section VI Schedule of Requirements List of Goods and Delivery Schedule ITB 14 6 b In addition to the DDU price specified in ITB 14 6 b i the price of the Goods iii manufactured outside the Purchaser s Country shall be quoted DDU Final destination project sites ITB 14 7 The prices quoted by the Bidder shall not be adjustable ITB 14 8 Prices quoted for each slice shall correspond at least to 100 of the items specified for each slice Prices quoted for each item of a slice shall correspond at least to 100 of the quantities specified for this item in the slice ITB 15 1 The Bidder is required to quote in Nepalese Rupees ITB 18 3 Period of time the Goods are expected to be functioning for the purpose of spare parts 5 years ITB 19 1 a Manufacturer s authorization to the bidder is required for as shown in Part VI Schedule of Requirements 2 List of Related Services and Completion Schedule ITB 19 1 b After sales service maintenance repair and spare parts stocking obligations is required as shown in Section VI Schedule of Requirements 2 List of Related Services and Completion Schedule ITB 20 1 The bid validity period shall be 150 days after the deadline for bid submission i e up to 15 September 2013 ITB 21 1 Bid shall include a Bid Security
158. ical equipment and instruments proposed and supplied must conform to specific product certification namely CE mark certifying compliance with the Medical Devices Directive MDD 93 42 EEC with subsequent amendments or equivalent A Certificate of Conformity to the Test Parameters and date of manufacturing shall be available to the Purchaser for all the instruments and equipment 6 Product Information All the information provided in the bid should be substantiated by attached product data sheets technical catalogues and relevant Standards such as International Standards Organisation ISO European Norms EN Indian Standard Institute IS Nepal Standard NS British Standards Institute BS American National Standards Institute ANSD 7 Standard Accessories All equipment should be supplied with their standard accessories as normally provided by the manufacturers in addition to those accessories that are specifically mentioned in the specifications The cost of these accessories must be included in the bid price 8 Availability of Spare Parts and Consumables The bidder shall supply equipment with a start up supply of consumables allowing for testing and commissioning and approximately six months of normal operation 9 Technical Trial Technical trials may be conducted for all the instruments and equipment prior to purchase and the supplier is fully responsible to provide all facilities needed to conduct the Technical trial on the s
159. ical protection against accidental pedal depression and switches shall not be susceptible to sticking in the ON position unit Section VI Schedule of Requirements 129 Bidder s Page no Unit of s Pae t Deviati of S No Purchaser Specifications Qty Measure of onif catalogue ment any datasheet Complian ep manual 4 47 The system shall comply with IEC 601 1 or any other equivalent standards please indicate standards complied with 4 48 Arthroscope Autoclaveable 1 set 4 49 Arthroscope 30 4mm diameter 110 1 pe field of view 160mm working length Autoclaveable 4 50 Autoclaveable cannula set for the above 1 set arthroscope comes with a 5 8mm double valve rotatable cannula and obturator 4 51 Punch cone 1 set 4 52 Autoclaveable cannula set for the above 1 set cone punch comes with a 5 8mm quick locking double valve rotatable cannula and obturator 4 53 Sterilization tray for the above 1 set instruments 4 54 Hand instruments for large joint 1 set 4 55 Punch basket narrow shaft upswept 1 pe with loop handle 4 56 Punch basket duckling up biter with 1 pe loop handle 4 57 Punch basket duckling curved left with 1 pe loop handle 4 58 Punch basket duckling curved right 1 pe with loop handle 4 59 Punch scissors straight with loop 1 pe handle 4 60 Grasper forceps loose body pit bull with 1 pe
160. ication of contract award provide a performance security for the performance of the Contract in the amount specified in the SCC 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 As specified in the SCC the Performance Security if required shall be denominated in the currency ies of the Contract or in a freely convertible currency acceptable to the Purchaser and shall be in one of the format stipulated by the Purchaser in the SCC or in another format acceptable to the Purchaser The Performance Security shall be discharged by the Purchaser and returned to the Supplier not later than twenty eight 28 days following the date of Completion of the Supplier s performance obligations under the Contract including any warranty obligations unless specified otherwise in the SCC The copyright in all drawings documents and other materials containing data and information furnished to the Purchaser by the Supplier herein shall remain vested in the Supplier or if they are 198 Section VII General Conditions of Contract Confidential Information Subcontracting 20 1 20 2 20 3 20 4 20 5 21 1 21 2 furnished to the Purchaser directly or through the Supplier by any third party including suppliers of materials the copyright in such materials shall remain vested in such thi
161. ice 2 2 4 unit Regional and Zonal Hospitals 7 Intended Deletion 8 Dental Chair 5 5 10 unit PSHE Pesional and Zone Hospitals ICU Ventilator for Children amp Central Regional and Zonal R Adult Pneumatic 19 19 a a Hospitals 10 Operation Table 5 5 10 unit Psnice Po sional and Zone Hospitals 11 1 ee ea CONQUER ERE ICES 5 5 10 unit Regional and Zonal Hospitals 112 High end Colour Doppler 1 0 1 Sit Institute of Medicine i Ultrasound Machine with Convex Kathmandu Section VI Schedule of Requirements 59 DDU Delivery Date as per Incoterms st nd 2000 an Description of Goods e a eae a Gy Final fo ees REDS Required Bidder s offered s Delivery Delivery date to be Dates provided by the bidder Linear and Endocavity Multi Frequency Probes Middle range Colour Doppler 113 Ultrasound Machine with convex 1 0 1 ani Institute of Medicine Linear and Endocavity Multi Kathmandu frequency Probes 12 Video Arthroscopy System 1 1 2 unit ae Renee nee Hospitals 13 Flexible Naso Pharyngoscope with 5 5 10 unit Central Regional and Zonal halogen light Hospitals 14 X Ray C Arm Mobile 6 2 8 unit Regional and Zonal Hospitals 15 X Ray Machine 300mA 20 25 45 gae Pegodi Zonal and istig Hospitals 16 X Ray Machine S00 mA Fixed DR 1 1 2 unit Regional and Zonal Hospitals with film printer 17 Blood Culture System 1 1 2 unit Cen
162. if any datasheet manual 4 48 Standard monitoring of the following parameters Pressures flow volumes time frequency real time waveforms trends oxygen percentage and etc 4 49 Should contain all standard operator adjustable as well as special audible as well as visual alarms for all the vital ventilation parameters like volumes pressures frequencies oxygen percentage Apnoea and also its technical status 4 50 Apnoea alarm time approximately 15 60 sec 4 51 With internal flow sensor 4 52 With bacterial filter able to filter at least 99 97 of all 0 3 microns particles at both inspiration and expiration terminal 4 53 The expiration bacterial filter is preferably housed in a heating device to reduce condensation in the filter 4 54 Expiration sensitivity regulation 4 55 Auxiliary equipment port Bidder shall indicate details here 4 56 It shall be able to work with O2 concentrator in delivering oxygen to patient 5 Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shal
163. ignature of person signing the Bid Date insert date Section IV Bidding Forms Bid Security Bank Guarantee The Bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated Bank s Name and Address of Issuing Branch or Office Beneficiary Name and Address of Purchaser Date BID GUARANTEE No We have been informed that name of the Bidder hereinafter called the Bidder has submitted to you its bid dated hereinafter called the Bid for the execution of name of contract under Invitation for Bids No IFB number the IFB Furthermore we understand that according to your conditions bids must be supported by a bid guarantee At the request of the Bidder we name of Bank hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of amount in figures amount in words upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation s under the bid conditions because the Bidder a has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid or b having been notified of the acceptance of its Bid by the Purchaser during the period of bid validity i fails or refuses to execute the Contract Form or ii fails or refuses to furnish the performance security if required in accordance with the Instructions to Bidders This gu
164. ill be used for price comparison ITB 36 3 d The adjustments shall be determined using the following criteria from amongst those set out in Section HI Evaluation and Qualification Criteria For details refer to Schedule II Evaluation and Qualification Criteria deviation in Delivery schedule Yes up to 10 weeks deviation in payment schedule No deviation allowed the cost of required mandatory spare parts user training and maintenance service Costs as specified to be required in Section VI to be included in the price schedule the availability in the Purchaser s Country of spare parts and after sales services for the equipment offered in the bid A signed written declaration by the Bidder to this effect must be included as part of the Bid the projected operating and maintenance costs during the life of the equipment Not applicable the performance and productivity of the equipment offered Not applicable ITB 36 6 Bidders shall quote separate prices for individual Slices F Award of Contract ITB 41 1 The maximum percentage by which quantities may be increased is 25 The maximum percentage by which quantities may be decreased is 25 Section II Evaluation and Qualification Criteria 32 Section HI Evaluation and Qualification Criteria Contents 1 Domestic Preference ITB 35 1 2 Evaluation Criteria ITB 36 3 d 3 Multiple Contracts ITB 36 6 4 Post qualification Requirements ITB 38 2 Section HI
165. image management system with at least 80 GB HDD CD Writing facility and direct paper printout of images 4 15 The system should have 2D CW PW Colour Doppler THI Colour Power Doppler M Mode Pulse Inversion Harmonic Technology 4 16 Anatomical M Mode High Q Automatic Doppler Analysis Intelligent 2D Scan Facility Intelligent Doppler Scan Facility Tomographic Ultrasound Imaging Capability of Foetal brain TUD 4 17 System Shall offer Contrast harmonic imaging and should have optimization settings to detect contrast agents Please specify other advanced technologies to perform better contrast harmonic imaging 4 18 Following transducers to be quoted as standard 4 19 2 6 mHz broadband curved array transducer 4 20 3 12 mHz broadband linear array transducer 4 21 4 8 mHz broadband endocavity TV TR transducer 4 22 2 6 mHz volume 4D convex transducer for real time 3D Imaging 4D Imaging 4 23 3 9 mHz volume 4D TVS transducer for real time 3D Imaging 4D imaging for transvaginal application 4 24 To ensure maximum clinical utility the manufacturer must demonstrate the capability of the system to successfully perform in the following types of applications 4 25 Abdominal 4 26 Small parts and superficial 4 27 Paediatric 122 Section VI Schedule of Requirements S No Purchaser Specifications Bidder s Deviati
166. ime that representatives of the Borrower or of a beneficiary of the loan engaged in corrupt fraudulent collusive or coercive practices during the procurement or the execution of that contract without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur and Another party refers to a public official acting in relation to the procurement process or contract execution In this context public official includes World Bank staff and employees of other organizations taking or reviewing procurement decisions Party refers to a public official the terms benefit and obligation relate to the procurement process or contract execution and the act or omission is intended to influence the procurement process or contract execution gt Parties refers to participants in the procurement process including public officials attempting to establish bid prices at artificial non competitive levels 4 Party refers to a participant in the procurement process or contract execution 10 Section I Instructions to Bidders d will sanction a firm or an individual at any time in accordance with prevailing Bank s sanctions procedures including by publicly declaring such firm or individual ineligible either indefinitely or for a stated period of time 1 to be awarded a Bank financed contract and ii to be a nominated subcontrac
167. included in this offer which have not been specified in this Technical Specifications Forms 5 3 Thermal paper 110mm width for B W thermal video printer 2 rolls 6 Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements 7 1 This unit shall be certified to meet ISO9001 and ISO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 24 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 140 Section VI Schedule of Requirements Page no s Bidder s Offer Deviation of No P
168. ing the bond is located outside the Purchaser s Country it shall have a correspondent financial institution located in the Purchaser s Country to make it enforceable c be substantially in accordance with one of the forms of Bid Security included in Section IV Bidding Forms or other form approved by the Purchaser prior to bid submission d be payable promptly upon written demand by the Purchaser in case the conditions listed in ITB Clause 21 5 are invoked e be submitted in its original form copies will not be accepted f remain valid for a period of 28 days beyond the validity period of the bids as extended if applicable in accordance with ITB Clause 20 2 21 3 If a Bid Security or a Bid Securing Declaration is required in 18 Section I Instructions to Bidders 22 Format and Signing of Bid 21 4 21 5 21 6 21 7 22 1 22 2 22 3 accordance with ITB Sub Clause 21 1 any bid not accompanied by a substantially responsive Bid Security or Bid Securing Declaration in accordance with ITB Sub Clause 21 1 shall be rejected by the Purchaser as non responsive The Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder s furnishing of the Performance Security pursuant to ITB Clause 44 The Bid Security may be forfeited or the Bid Securing Declaration executed a if a Bidder withdraws its bid during the period of bid validity specified by the
169. ion marks as specified in the BDS and d bear a warning not to open before the time and date for bid opening in accordance with ITB Sub Clause 27 1 23 3 If all envelopes are not sealed and marked as required the Purchaser will assume no responsibility for the misplacement or premature opening of the bid 24 Deadline for 24 1 Bids must be received by the Purchaser at the address and no later than Submission the date and time specified in the BDS of Bids 24 2 The Purchaser may at its discretion extend the deadline for the submission of bids by amending the Bidding Documents in accordance with ITB Clause 8 in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended 25 Late Bids 25 1 The Purchaser shall not consider any bid that arrives after the deadline for submission of bids in accordance with ITB Clause 24 Any bid received by the Purchaser after the deadline for submission of bids shall be declared late rejected and returned unopened to the Bidder 26 Withdrawal 26 1 A Bidder may withdraw substitute or modify its Bid after it has been Substitution submitted by sending a written notice in accordance with ITB Clause and 23 duly signed by an authorized representative and shall include a Modification copy of the authorization the power of attorney in accordance with of Bids ITB Sub Clause 22 2 except that no copies of
170. ion materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 5 3 Video printer paper box of 100 pieces box 5 4 Cleaning brush 35cm length outer diameter 2 5mm pe 5 5 Cleaning brush 35cm length outer diameter 11mm pe 5 6 Oil 50ml bottle Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length Standards amp Safety Requirements Section VI Schedule of Requirements 131 S No Purchaser Specifications Qty Unit of Measure ment Bidder s Offer Statement of Complian ce Deviati on if any Page no of catalogue datasheet manual 7 1 This unit shall be certified to meet ISO9001 and ISO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational func
171. ion model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Bidder s Page no Offer Deviati of S No Purchaser Specifications Statement onif catalogue of any datasheet Compliance manual 31 8 Dental Chair Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 A D
172. ion of the bidder s pre qualification application or the bid or ii appointed by the Borrower Section I Instructions to Bidders 11 IBRD Loans and IDA Credits and Grants shall be ineligible to be awarded a Bank financed contract or benefit from a Bank financed contract financially or otherwise during such period of time as the Bank shall determine The list of debarred firms is available at the electronic address specified in the BDS 4 5 Government owned enterprises in the Borrower s Country shall be eligible only if they can establish that they i are legally and financially autonomous ii operate under commercial law and iii are not a dependent agency of the Purchaser 4 6 Bidders shall provide such evidence of their continued eligibility satisfactory to the Purchaser as the Purchaser shall reasonably request 5 Eligible 5 1 All the Goods and Related Services to be supplied under the Contract Goods and and financed by the Bank may have their origin in any country in Related accordance with Section V Eligible Countries Services 5 2 For purposes of this Clause the term goods includes commodities raw material machinery equipment and industrial plants and related services includes services such as insurance installation training and initial maintenance 5 3 The term origin means the country where the goods have been mined grown cultivated produced manufactured or processed or through
173. ioning of shutters 4 39 System should have road mapping facility wherein subtracted roadmap is superimposed on live fluoroscopy It should be possible to select different roadmap protocols depending upon the anatomy and procedure type 4 40 Overlaying of live fluoroscopy image over reference image with fade in and fade out capability 4 41 Parallel display of live and roadmap image for optimal guide wire navigation 4 42 Monitors 4 43 Two monitors of at least 18 size TFT LCD live reference and subtracted image with high resolution flicker free display should be provided in the examination room The monitor carriage in the exam room should move over a wide range longitudinally and transversally for better viewing 172 Section VI Schedule of Requirements Purchaser Specifications Page no Bidder s Offer bu of S Deviation No Statement of if any catalogue i Compliance datasheet manual Flat Panel Digital Subtraction Angiography 31 System with Pressure Injector including 20 Accessories A motorized up down movement of the monitor 4 44 carriage will be preferred An at least 18 TFT slave monitor should be 4 45 provided in the console room for live images Additional monitor for patient database is must 4 46 for user friendly patient entry without inhibiting live fluoroscopy viewing on slave monitor All intervention tools necessary
174. ipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 24 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language 112 Section VI Schedule of Requirements S No Purchaser Specifications Bidder s Deviatio Page no of Offer nif any catalogue Statement of datasheet Compliance manual 31 High end colour Doppler ultrasound machine 11 2 with convex linear and endocavity multi frequency probes Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 The system should be state of the art with fully digital technology equipment to incorporate the facility of 2D M Mode CDI PW CW Doppler Power Doppler directional power angio Contrast Imaging Real time 3 D 4 D Imaging for abdomen obstetrics amp Gynae C
175. istration insert Bidder s year of registration 5 Bidder s Legal Address in Country of Registration insert Bidder s legal address in country of registration 6 Bidder s Authorized Representative Information Name insert Authorized Representative s name Address insert Authorized Representative s Address Telephone Fax numbers insert Authorized Representative s telephone fax numbers Email Address insert Authorized Representative s email address 7 Attached are copies of original documents of check the box es of the attached original documents Articles of Incorporation or Registration of firm named in 1 above in accordance with ITB Sub Clauses 4 1 and 4 2 In case of JV letter of intent to form JV or JV agreement in accordance with ITB Sub Clause 4 1 In case of government owned entity from the Purchaser s country documents establishing legal and financial autonomy and compliance with commercial law in accordance with ITB Sub Clause 4 5 38 Section IV Bidding Forms Joint Venture Partner Information Form The Bidder shall fill in this Form in accordance with the instructions indicated below Date insert date as day month and year of Bid Submission ICB No insert number of bidding process Page of_ pages 1 Bidder s Legal Name insert Bidder s legal name 2 JV s Party legal name insert JV s Party
176. it 4 9 Display not less than 26cm 10 colour LCD display 4 10 Full alphanumeric keyboard 4 11 Probe connector at least 1 probe connector Section VI Schedule of Requirements 109 4 12 Shall come with 1 unit of broad bandwidth of 2 SMHz not less than 30cm scan depth convex array probe for OB GYN and abdominal application 4 13 Shall come with 1 unit of broad bandwidth of 5 10 MHz not less than 9cm scan depth linear array probe for small part and superficial scanning application 4 14 Shall come with 1 unit of broad bandwidth of 5 8 MHz not less than 10cm scan depth endo vaginal probe for OB GYN endo vaginal scanning application 4 15 The system shall accept most of the common probe types of convex array linear array phased array 4 16 Scan modes M mode B mode and 2 D 4 17 System shall be incorporated with English operation menu and reporting 4 18 With digital broad bandwidth multi frequency imaging capability 4 19 With Doppler angle and angle correction 4 20 Frame rate not less than 50fps 4 21 Display depth minimum 30cm 4 22 Matrix size 512 x 512 x 8bit 4 23 Grayscale levels 256 4 24 The machine shall include the following functions 4 25 Programmable pre set examination protocols store common setting related to image display adjustment annotation
177. it 4 Technical Specifications 4 1 Shall be a portable model 4 2 Shall have an LCD or LED display 4 3 Shall have a bright numeric display for easy to read parameter and menu keys Section VI Schedule of Requirements 79 Bidder s P S No Purchaser Specifications Orter Deviatiomii catalogue Statement of any datasheet Compliance manual 4 4 It must be suitable to operate in the presence of potentially flammable anaesthetic gases and it shall not cause fire or explosion during operations 4 5 It must be able to operate within specification at 10 to 45 degree C 4 6 Shall provide O2 saturation level 4 7 Shall provide pulse rate beats per minute 4 8 Standard range shall be provided for SPO2 0 to 100 4 9 Accuracy 3 from 70 100 SpO2 range 4 10 Pulse rate range approximately 30 to 250 bpm with an accuracy better than 5bpm 4 11 Audio visual alarms for high low SpO2 amp pulse rate sensor off sensor failure low battery with alarms override 4 12 The unit must be capable of storing and printing patient data 5 Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in t
178. ite Ui erio 3 Steriliser Steam Pressure Yes 1 year Yes Yes Yes Yes On site Electric 4 Intended deletion 5 Pulse Oxymeter No 1 year Yes Yes Yes No On site 6 CT Scan 16 Slice Yes 2 years Yes Yes Yes Yes On site 7 Intended Deletion 8 Dental Chair Yes 2 years Yes Yes Yes Yes On site 9 ICU Ventilator for Children Yes 2 years Yes Yes Yes Yes On site amp Adult Pneumatic 10 Operation Table Yes 1 year Yes Yes Yes Yes On site 11 1 USG Portable Colour Yes 2 years Yes Yes Yes Yes On site Doppler 3 probes 11 2 High end Colour Doppler Yes 2 years Yes Yes Yes Yes On site Ultrasound 11 3 Middle range Colour Yes 2 years Yes Yes Yes Yes On site Doppler Ultrasound Section VI Schedule of Requirements 61 Availability of Description of Service Manufacturer Warranty after sales On site User Preventive and Location Final Slice i EN s period service and installation training corrective where completion No Brief description Authorisation standard 1 _ minimum Required use and maintenance services have date of required year from utilisation period maintenanc services during to be Services acceptance standard 5 e warranty performed years period ICB 31 Hospital Equipment including Anaesthesia Machine CT scan X Ray USG Video Arthroscopy System Naso Pharyngoscope etc 12 Video Arthroscopy System Yes 2 years Yes Yes Yes Yes On site 13 Flexible Na
179. items included in this offer which have not been specified in this Technical Specifications Forms 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 6 Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements 144 Section VI Schedule of Requirements Page no s Bidder s Offer Deviation of No Purchaser Specifications Statement of if any catalogue i Compliance datasheet manual 7 1 This unit shall be certified to meet ISO9001 and 1SO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall
180. k 2 5k image matrix at 14 bits depth for the largest mode 170 Section VI Schedule of Requirements Purchaser Specifications Page no Bidder s Offer bu of S Deviation No Statement of if any catalogue i Compliance datasheet manual 31 Flat Panel Digital Subtraction Angiography System with Pressure Injector including 20 Accessories 4 13 System should have at least six imaging modes DQE of the entire detector should be more than 4 14 70 higher preferred Min Pixel pitch of at least 160 micrometre lower 4 15 preferred for better resolution 4 16 Image Processing amp Storage System should have a fully digital 2K image 4 17 processing for improved detailed visualization of A small structures System should have storage capability of at least 4 18 50 000 images at matrix size of 1024 x 1024 4 19 Advanced image processing technique for 4 20 a Real Time Edge Enhancement 4 21 b Real Time Harmonisation c Real Time Noise reduction and Dose 4 22 Correction Algorithms Availability of Vascular analysis software both in 4 23 examination room and console room System should be capable of virtual collimation 4 24 of the shutters and wedges in the last image to i reduce the x ray dose Grab function to allow storage and archiving of 4 25 fluoro image 4 26 X ray Generator and X ray Tube The system should have
181. l as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 24 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language Section VI Schedule of Requirements 159 Technical Specifications Form Specification amp Statement of Compliance 31 19 video gastroscope video duodenoscope amp video colonoscope with camera system Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifi
182. l be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 5 3 HEPA filter 5 sets for 5 replacements 5 4 Silicone Autoclaveable breathing circuit for adult and child 2 complete sets each 5 5 Connecting hose with regulator flow meter or probe for connection to Pin index oxygen cylinder and BOC type oxygen wall outlet 3 meter length 1 set 5 6 Calibration manometer Test 5 7 Hexagonal wrench 5mm 5 8 O2 cell with O ring 5 9 Silicone test lung adult and child size 1 set each Section VI Schedule of Requirements 101 Bidder s ee S No orren Deviation catalogue r Statement of Purchaser Specifications if any datasheet Compliance manual 5 10 Nipple connector 15 10 mm 5 11 Trolley 1 unit 5 12 Breathing gas Humidifier x 2 sets with following parameters a Adjustable temperature regulation b Safety valves c Display for operating status and Humidifier Accessories including 1 Clamp set 2 Temperature sensor 3 Humidifier bracket 4 Patient hoses 5 Water traps 6 Y pieces 6 Catheter connector and etc 5 13 Patient humidifier 1 pc 5 14 Humidifier bracket 1 pc 5 15 Hinged arm 1 pc 5 16 Temperature sensor 1 unit 5 17 Flow s
183. legal name 3 JV s Party Country of Registration insert JV s Party country of registration 4 JV s Party Year of Registration insert JV s Part year of registration 5 JV s Party Legal Address in Country of Registration insert JV s Party legal address in country of registration 6 JV s Party Authorized Representative Information Name insert name of JV s Party authorized representative Address insert address of JV s Party authorized representative Telephone Fax numbers insert telephone fax numbers of JV s Party authorized representative Email Address insert email address of JV s Party authorized representative T Attached are copies of original documents of check the box es of the attached original documents Articles of Incorporation or Registration of firm named in 2 above in accordance with ITB Sub Clauses 4 1 and 4 2 In case of government owned entity from the Purchaser s country documents establishing legal and financial autonomy and compliance with commercial law in accordance with ITB Sub Clause 4 5 Section IV Bidding Forms Bid Submission Form The Bidder shall fill in this Form in accordance with the instructions indicated No alterations to its format shall be permitted and no substitutions shall be accepted Date insert date as day month and year of Bid Submission ICB No insert number of bidding process Invitation for Bi
184. lete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Page no Bidder s Offer Deviation of S No Purchaser Specifications Statement of if any catalogue Compliance datasheet manual 31 6 CT Scan 16 Slice Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 Whole body multi detector rows 16 slices CT scanner 2 Operational Requirements 2 1 A 16 slices spiral CT scanner for high resolution whole body scanning including vascular applications The model should be capable of acquiring 16 or more slices per 360 rotation Bidder shall indicate the year of manufacturing 2 2 It shall be DICOM Ready 2 3 It shall integrate and interface with PACS 3 System Configurations 82 Section VI Schedule of Requirements Page no Bidder s Offer Deviation of S No Purchaser Specifications
185. lier for any Related Services that might be needed but which were not included in the Contract shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services 204 Section VII General Conditions of Contract Extensions of Time Termination 33 4 34 1 34 2 35 1 Subject to the above no variation in or modification of the terms of the Contract shall be made except by written amendment signed by the parties If at any time during performance of the Contract the Supplier or its subcontractors should encounter conditions impeding timely delivery of the Goods or completion of Related Services pursuant to GCC Clause 13 the Supplier shall promptly notify the Purchaser in writing of the delay its likely duration and its cause As soon as practicable after receipt of the Supplier s notice the Purchaser shall evaluate the situation and may at its discretion extend the Supplier s time for performance in which case the extension shall be ratified by the parties by amendment of the Contract Except in case of Force Majeure as provided under GCC Clause 32 a delay by the Supplier in the performance of its Delivery and Completion obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 26 unless an extension of time is agreed upon pursuant to GCC Sub Clause 34 1 Termination for Default
186. local currency portion for goods and services shall be made in Nepalese Rupee NPR within thirty 30 days of presentation of an invoice and supported by the Acceptance Certificate issued by the Purchaser Payment for Goods and Services supplied from within the Purchaser s country Payment for Goods and Services supplied from within the Purchaser s country shall be made in Nepalese Rupee NPR as follows i Advance Payment Ten 10 per cent of the Contract Price shall be paid within thirty 30 days of signing of the Contract and upon submission of claim and a bank guarantee for equivalent amount and in the form provided in Section IX of the bidding documents Advance Payment Bank Guarantee valid until the Goods are delivered and in the form provided in the bidding documents On Shipment Seventy 70 per cent of the Contract Price of the Goods shipped shall be paid within 30 days of submission of documents specified in GCC Clause 13 1 of SCC above by direct bank transfer to the Supplier s nominated bank account On Acceptance Twenty 20 per cent of the Contract Price of Goods received shall be paid within thirty 30 days of receipt of the Goods upon submission of an invoice and supported by the Acceptance Certificate issued by the Purchaser following installation commissioning calibration and user training as appropriate In the event that the Supplier does not wish to receive an Advance Payment that Section VIII
187. loods epidemics quarantine restrictions and freight embargoes If a Force Majeure situation arises the Supplier shall promptly notify the Purchaser in writing of such condition and the cause thereof Unless otherwise directed by the Purchaser in writing the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event The Purchaser may at any time order the Supplier through notice in accordance GCC Clause 8 to make changes within the general scope of the Contract in any one or more of the following a drawings designs or specifications where Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser b the method of shipment or packing c the place of delivery and d the Related Services to be provided by the Supplier If any such change causes an increase or decrease in the cost of or the time required for the Supplier s performance of any provisions under the Contract an equitable adjustment shall be made in the Contract Price or in the Delivery Completion Schedule or both and the Contract shall accordingly be amended Any claims by the Supplier for adjustment under this Clause must be asserted within twenty eight 28 days from the date of the Supplier s receipt of the Purchaser s change order Prices to be charged by the Supp
188. loop handle 4 61 Grasper forceps alligator max with loop 1 pe handle 4 62 Punch basket 90 rotary 2 2mm left 1 pe with straight handle 4 63 Punch basket 90 rotary 2 2mm right 1 pe with straight handle 4 64 Probe straight with straight handle 1 pe 4 65 Sterilization tray for linear instruments 1 pe 4 66 Sterilization tray for rotary instruments 1 pe 4 67 Any additional instruments deem necessary to compliment the above items bidder shall list these items 130 Section VI Schedule of Requirements S No Purchaser Specifications Qty Unit of Measure ment Bidder s Offer Statement of Complian ce Deviati on if any Page no of catalogue datasheet manual below 4 68 add1 4 69 add2 4 70 add3 4 71 This unit shall share with the common rigid scope camera system within the package Bidder must ensure and declare here the compatibility of this instrument set with the camera system offered Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 5 2 All standard Maintenance tools and cleaning lubricat
189. luding attorney s fees and expenses which the Supplier may suffer as a result of any infringement or alleged infringement of any patent utility model registered design trademark copyright or other intellectual property right registered or otherwise existing at the date of the Contract arising out of or in connection with any design data drawing specification or other documents or materials provided or designed by or on behalf of the Purchaser Except in cases of criminal negligence or willful misconduct a the Supplier shall not be liable to the Purchaser whether in contract tort or otherwise for any indirect or consequential loss or damage loss of use loss of production or loss of profits or interest costs provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser and b the aggregate liability of the Supplier to the Purchaser whether under the Contract in tort or otherwise shall not exceed the total Contract Price provided that this limitation shall not apply to the cost of repairing or replacing defective equipment or to any obligation of the supplier to indemnify the purchaser with respect to patent infringement Unless otherwise specified in the Contract if after the date of 28 days prior to date of Bid submission any law regulation ordinance order or bylaw having the force of law is enacted promulgated abrogated or changed in the place of the
190. may be related to the characteristics performance and terms and conditions of purchase of the Goods and Related Services The effect of the factors selected if any shall be 24 Section I Instructions to Bidders expressed in monetary terms to facilitate comparison of bids unless otherwise specified in Section III Evaluation and Qualification Criteria The factors methodologies and criteria to be used shall be as specified in ITB 36 3 d 36 6 If so specified in the BDS these Bidding Documents shall allow Bidders to quote separate prices for one or more lots and shall allow the Purchaser to award one or multiple lots to more than one Bidder The methodology of evaluation to determine the lowest evaluated lot combinations is specified in Section III Evaluation and Qualification Criteria 37 Comparison 37 1 The Purchaser shall compare all substantially responsive bids to of Bids determine the lowest evaluated bid in accordance with ITB Clause 36 38 Post 38 1 The Purchaser shall determine to its satisfaction whether the Bidder that qualification is selected as having submitted the lowest evaluated and substantially of the Bidder responsive bid is qualified to perform the Contract satisfactorily 38 2 The determination shall be based upon an examination of the documentary evidence of the Bidder s qualifications submitted by the Bidder pursuant to ITB Clause 19 38 3 An affirmative determination shall be a prerequisite for award of
191. ment Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Bidder s S S No OLON Deviation catalogue Statement of Purchaser Specifications Compliance if any datasheet manual 31 9 ICU Ventilator for Children amp Adult Pneumatic Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 A pneumatic dedicated adult and paediatric ventilator for use in intensive care unit with CPAP mode 2 Operational Requirements 2 1
192. ments for manufacturer s authorization warranty period related services and completion schedule Section IV Bidding Forms 49 Price and Completion Schedule Related Services Date Currencies in accordance with ITB Sub Clause 15 ICB No Alternative No Page N of Slice and Description of Services Country of Delivery Date at place Quantity of equipment units to be maintained Unit price for period Total Price per Service item Preventive and corrective maintenance during Origin of Final destination of warranty Col 5 6 or estimate number warranty ICU Ventilator for Children amp Adult Pneumatic N A Jni 31 10 Operation Table N A 31 11 1 USG Portable Colour Doppler 3 probes 31 11 2 High end Colour Doppler Ultrasound Machine with Convex Linear and Endocavity Multi Frequency Probes 31 11 3 Middle range Colour Doppler Ultrasound Machine with convex Linear and Endocavity Multi frequency Probes 31 12 Video Arthroscopy System 31 13 Flexible Naso Pharyngoscope with halogen light 50 Section IV Bidding Forms 31 16 X Ray Machine 500 mA Fixed DR with film N A 2 Units printer A i 7N i A 31 19 Video Gastro Duodeno Colono with Camera N 2 Units System 31 20 Flat Panel Digital Subtraction Angiography N A 1 Unit System with Pressure Injector including Accessories Ray Total Bid Price Name of Bidder insert complete name of Bidder Signature of Bidder s
193. model information here and provide technical data document for table offered 4 45 Patient table shall be height adjustment approximately from 600 900mm and mobile on castors with brakes on each side 4 46 Radiography table top dimension approximately 2200L x 650 W mm with effective X ray transparent area of approximately 1750 x 650mm 4 47 It shall be a radio transluscent floating table top with load capacity of approximately 200kg 4 48 Table top transverse movement 6cm 4 49 Table longitudinal movement 40cm 4 50 Lying SID 600 1100mm 4 51 Imaging Workstation 1 unit Bidder shall indicate brand and model information here and provide technical data document for workstation offered 4 52 The workstation shall be made by the same X ray machine manufacturer generic workstation is not acceptable 4 53 Dedicated imaging station with dedicated operation system and software Bidder shall indicate the specification of the workstation offered here 4 54 High resolution diagnostic grade black amp white flicker free anti glare monitor not less than 19 inches with 1024x1280 matrix amp video refresh rate of gt 70Hz 4 55 With AEC selection of anatomical and age programs selection of manual or automatic exposure 4 56 Image display on monitor Preview not more than 7 sec Complete image not more than 15 sec 4 57 Depth of image processing not less t
194. mpetitive position of other bidders presenting substantially responsive bids 30 3 If a bid is not substantially responsive to the Bidding Documents it shall be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the material deviation reservation or omission 31 Nonconformi 31 1 Provided that a Bid is substantially responsive the Purchaser may ties Errors waive any non conformities or omissions in the Bid that do not and constitute a material deviation 22 Section I Instructions to Bidders Omissions 32 Preliminary Examination of Bids 33 Examination of Terms and Conditions Technical Evaluation 31 2 31 4 32 1 32 2 Provided that a bid is substantially responsive the Purchaser may request that the Bidder submit the necessary information or documentation within a reasonable period of time to rectify nonmaterial nonconformities or omissions in the bid related to documentation requirements Such omission shall not be related to any aspect of the price of the Bid Failure of the Bidder to comply with the request may result in the rejection of its Bid Provided that the Bid is substantially responsive the Purchaser shall correct arithmetical errors on the following basis a if there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity the unit price shall prevail and the line item
195. mported 44 Price Schedule Goods Manufactured in the Purchaser s Country csscccssscsccccescseesssersscsee 47 Price and Completion Schedule Related Services scsscssssscssscsscssscscsssecesscsssscssccesesesesesees 49 Bid Security Bamk Guarantee sssscccscsssssscsssssnssscscssssssscssssscnsssssssscssessssssecssssssssesssssssssessssonses 51 Bid Security Bid BONG isssccccssssckscessccssssesscsocessacesesosestacessscsessosnessensseucoesonsed sees esccssosses ausoesoossssnetesuses 52 Bid Securing Declaration cs sscc cisicsssssissvaseesshesescsses oseasdscsevessonessondssooeactes esesedssseesanesssceedssoosecoes ooussdes 53 Mantifacturer s A ithoriZation sic icccccssesesesccccsccssossveccvcavsceossecececncescsasosseeleesovecvovosenedeesccsesssesseacsssevse 54 Section IV Bidding Forms 37 Bidder Information Form The Bidder shall fill in this Form in accordance with the instructions indicated below No alterations to its format shall be permitted and no substitutions shall be accepted Date insert date as day month and year of Bid Submission ICB No insert number of bidding process Page of pages 1 Bidder s Legal Name insert Bidder s legal name 2 In case of JV legal name of each party insert legal name of each party in JV 3 Bidder s actual or intended Country of Registration insert actual or intended Country of Registration 4 Bidder s Year of Reg
196. n Street Address Pachali Teku Floor Room number First floor Conference Hall of Procurement Section City Kathmandu Country Nepal Date 18 April 2013 Time 12 30 Hours Nepal Time E Evaluation and Comparison of Bids Bid prices expressed in different currencies shall be converted to Nepalese Rupees NPR The source of exchange rate shall be Nepal Rastra Bank Foreign Currency Exchange Rate Selling Rate available at website www nrb org np The date for the exchange rate shall be 28 days prior to closing of bids 21 March 2013 Domestic preference shall be a bid evaluation factor as specified in Section III Evaluation and Qualification Criteria Bids will be evaluated slice by slice and in no case will a slice be split and divided among bidders In case a slice contains more than one item all items in that slice must be substantially responsive Only those slices in which all the items are substantially responsive will be considered substantially responsive If a Price Schedule shows items listed but not priced their prices shall be assumed to be included in the prices of other items An item not listed in the Price Section II Bid Data Sheet 31 Schedule shall be assumed to be not included in the bid and provided that the bid is substantially responsive the average price of the item quoted by substantially responsive bidders will be added to the bid price and the equivalent total cost of the bid so determined w
197. n a copy of the power of attorney confirming the signature as a person duly authorized to sign on behalf of the Bidder the corresponding bid will be opened No bid withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and is read out at bid opening Next envelopes marked SUBSTITUTION shall be opened and read out and exchanged with the corresponding Bid being substituted and the substituted Bid shall not be opened but returned to the Bidder No Bid substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and is read out at bid opening Envelopes marked MODIFICATION shall be opened and read out with the corresponding Bid No Bid modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and is read out at Bid opening Only envelopes that are opened and read out at Bid opening shall be considered further All other envelopes shall be opened one at a time reading out the name of the Bidder and whether there is a modification the Bid Prices including any discounts and alternative offers the presence of a Bid Security or Bid Securing Declaration if required and any other details as the Purchaser may consider appropriate Only discounts and alternative offers read out at Bid opening shall be considered
198. n to Single Curren Cy irritiert ie iia i e E cer a 23 35 Domestic Preference i is iszeciscctsdcateot satcunegadadencasscestitd EEEE EEE EERTSE EEEE REEE EEEE 23 36 Evaluation of BidSin nenn ireen a ir e a i a BL ae T 23 37 Comparison Ob BidS ss cic sat teen its Rie ei nie eae bleed ant EE EER 24 Section I Instructions to Bidders 7 38 Postqualification of the Bidder eeeeccscesnceceseeeeseceeseeceeaeeceseeeesaecseaaeceeeeeceaeesesaeceeaeeseeees 24 39 Purchaser s Right to Accept Any Bid and to Reject Any or All Bids eeeeeseeeeeeeeeeeee 24 Award of COmtraclsseiscasscsesucissd canadian chseadsovesssdvsnekiedcasisnsaasusdvdooventsdoaneltauessosuguccuaeaudoovaseidocaustodecsoneaues 24 40 A Ward Criveriais zscsac despues assis pede oad e tPaa vd dake oct aad Nene A eeu ait ety Reese 24 41 Purchaser s Right to Vary Quantities at Time of Award eessseseseseseessesesrsrisresssrerrsrssesresess 24 42 Notification Of AWara Messiasta eaae ae EA EE AEE E EE N Ea Eeo Eeee 24 43 Sigsming Of Contract annue i ap dekh ia a a a a a Ea iien 25 44 Performance Security e a a a E a a a aa E ASO a 25 Section I Instructions to Bidders Section I Instructions to Bidders 1 Scope of Bid 1 1 1 2 2 Source of 2 1 Funds 2 2 3 Fraud and 3 1 Corruption General The Purchaser indicated in the Bidding Data Sheet BDS issues these Bidding Documents for the supply of Goods and Related Services incidental thereto as speci
199. nding upon us and may be accepted at any time before the expiration of that period If our bid is accepted we commit to obtain a performance security in accordance with ITB Clause 44 and GCC Clause 18 for the due performance of the Contract We including any subcontractors or suppliers for any part of the contract have nationality from eligible countries insert the nationality of the Bidder including that of all parties that comprise the Bidder if the Bidder is a JV and the nationality each subcontractor and supplier We have no conflict of interest in accordance with ITB Sub Clause 4 2 Our firm its affiliates or subsidiaries including any subcontractors or suppliers for any part of the contract has not been declared ineligible by the Bank under the Purchaser s country laws or official regulations in accordance with ITB Sub Clause 4 3 39 40 Section IV Bidding Forms Gj The following commissions gratuities or fees have been paid or are to be paid with respect to the bidding process or execution of the Contract insert complete name of each Recipient its full address the reason for which each commission or gratuity was paid and the amount and currency of each such commission or gratuity Name of Recipient Address Reason Amount If none has been paid or is to be paid indicate none k We understand that this bid together with your written acceptance thereof included in your notification of awa
200. ngiography System with Pressure Injector including Accessories 4 61 Stent Boost should have capability of showing fade in fadeout of lumen for better stent visibility in relation to coronary artery wall 4 62 3D road mapping to reduce contrast and time should allow overlay of real time 2D fluoro images on the 3D vessel image to see the advancement of the guide wire catheter and coils on the 3D volume in real time 4 63 System should have software to Percutaneous needle guided biopsies drainages etc by creating virtual paths on CT datasets It should be possible to overlay live fluoro in real time on CT image to see the progression of the needle to the target area 4 64 It should be possible to do automatic dual axis rotation wherein both rotation and angulation movements are combined in one single scan trajectory to reduce the x ray dose and contrast required for doing an angio procedure 4 65 Electrophysiology tools with the following functions shall be included 4 66 The system should be capable of providing 3D image of the heart based on both techniques i e from pre interventional CT image and also from an actual 3D rotational angiography acquisition in the cathlab 4 67 The 3D segmentation of different heart structures should be automatic It should be possible to select the 3D anatomy like left atrium and overlay it on live fluoroscopy image The 3D image should move in real tim
201. nts at the address given below from1000 to 1600 hours local time during office days or at their convenience download the documents from the LMD website www dohsImd gov np Please note however that Bids will only be accepted with a purchased numbered original of the Bidding Documents 6 Qualifications requirements include but are not limited to the requirements stated in the Section I Instructions to Bidders of the Bidding Documents T A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of NPR 10 000 00 or USD 120 00 The method of payment will be in the form of a cash deposit certificate in Revenue Title no 14227 Office code no 27 370 11 Account no Ka 1 1 001 of Rastriya Banijya Bank Teku Branch Foreign Bidders may also pay through a bank draft in favour of the LMD or may receive the numbered Bidding Invitation for Bids IFB Documents from the LMD upon presentation of Cash Payment Receipt from Financial Administration Section of DoHS The Bidding Documents will be available at the LMD at the address below during working hours between 4 March 2013 and up to 12 00 Hours Nepal Time on the 18 April 2013 If requested in writing and on payment of an additional non refundable fee of USD 50 00 or NPR 4 000 00 per set Bidding Documents shall be sent via a reliable courier service The L
202. o Page no of Offer nif any catalogue Statement of datasheet Compliance manual 4 28 Musculoskeletal 4 29 Obstetrical 4 30 Gynaecological and fertility 4 31 Prostate 4 32 Vascular Peripheral Cerebrovascular and Intraoperative 4 33 The system architecture shall be designed to simultaneously process the entire bandwidth of broadband transducer received frequencies from 1 to 15 MHz 5 Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts including 2 bottles of ultrasound gel required for the proper operation of the above item shall be included in the offer Bidders shall specify ina separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 6 Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements 7 1 This unit shall be certified to meet ISO9001 and ISO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC
203. o be supplied by the firm The system should have the following essential features 4 2 It shall be able to perform chest Radiography examination 4 3 Minimum Specifications The system will comprise Dynamic Flat Panel based remote controlled Digital Fluoroscopy and Radiography machine with high frequency generator rotating anode X ray tube and motorized table along with viewing monitors and dry chemistry printer It should have a cassette less design with instant availability of image for streamlined workflow 4 4 X ray generator High frequency generator with microprocessor control and touch screen operation for multiprogramming and having high dose yield with following parameters 178 Section VI Schedule of Requirements Page no s Bidder s Offer Deviation of No Purchaser Specifications Statement of if any catalogue i Compliance datasheet manual 30 21 Flat Panel Digital Fluoroscopy 4 5 Radiography 4 6 Maximum mA output not less than 1000mA 4 7 KV Range 40 150 KV 4 8 Power not less than 80 kW 4 9 Automatic exposure control for Radiography 4 10 Fluoroscopy Frame rate 15 or more sec in 1Kx1K 12 bit 4 11 matrix 4 12 KV range 40 150KV 4 13 Automatic dose rate control Pulsed fluoroscopy should be available at various 4 14 rates Facility for digitally recording fluoroscopy runs
204. o furnish all information or documentation required by the Bidding Documents may result in the rejection of the bid A prospective Bidder requiring any clarification of the Bidding Documents shall contact the Purchaser in writing at the Purchaser s address specified in the BDS The Purchaser will respond in writing to any request for clarification provided that such request is received no later than twenty one 21 days prior to the deadline for submission of bids The Purchaser shall forward copies of its response to all those who have acquired the Bidding Documents directly from it including a description of the inquiry but without identifying its source Should the Purchaser deem it necessary to amend the Bidding Documents as a result of a clarification it shall do so following the procedure under ITB Clause 8 and ITB Sub Clause 24 2 At any time prior to the deadline for submission of bids the Purchaser may amend the Bidding Documents by issuing addendum Any addendum issued shall be part of the Bidding Documents and shall be communicated in writing to all who have obtained the Bidding Documents directly from the Purchaser To give prospective Bidders reasonable time in which to take an addendum into account in preparing their bids the Purchaser may at its discretion extend the deadline for the submission of bids pursuant to ITB Sub Clause 24 2 Preparation of Bids The Bidder shall bear all costs associated with the preparation
205. o use the equipment properly The training shall include 8 1 the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 24 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning It shall be installed and commissioned by the 11 1 AGRA Supplier at the final destination s 12 Documentation Bi It must be supplied with detailed operating and maintenance manuals and technical information in the English language Section VI Schedule of Requirements 183 Technical Specifications Form Specification amp Statement of Compliance 31 22 Motorised high frequency portable digital X ray Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offere
206. of at least 100 sec duration Section VI Schedule of Requirements 83 Page no Bidder s Offer Deviation of S No Purchaser Specifications Statement of ifan catalogue Compliance y datasheet manual 4 16 Power output not less than 50kW 4 17 mA range 30 to 400 mA in ImA increment 4 18 X Ray Tube 4 19 Tube focal spots dual focal spot 4 20 Tube Voltage not less than 90 130 KV 4 21 Tube current not less than 30 400mA 4 22 Real Time mA modulation for dose regulation 4 23 Anode heat storage capacity not less than 5 0 MHU 4 24 Heat dissipation rate not less than 700kHU min 4 25 Warranty of tube 2 years irrespective of number of scans 4 26 Area of Coverage along Z axis not less than 16 mm per rotation 4 27 Resolution 4 28 High Contrast X Y axis 15 LP cm or better for complete FOV Bidder shall specify the high contrast value together with information of phantom used scan time mA scan field dose slice and MTF 4 29 Low contrast for CATPHAN Bidder shall specify the low contrast resolution value together with information of phantom used scan time mA filter for image reconstruction scan field dose and slice 4 30 Please specify the temporal and visual high resolution also 4 31 Patient Table 4 32 Maximum load not less than 200Kg 4 33 Table horizontal movable range not le
207. of one patient generated on different dates or with different acquisition time 3 Post processing software Perfusion CT VRT MIP SSD Image Fusion Vessel segmentation Virtual Endoscopy software to be provided on both workstations 4 Patient online registration pre registration facility and transfer of information from HIS RIS via DICOM should be possible 4 62 Image evaluation tools 1 Parallel evaluation of multiple ROI in circle irregular and polygonal forms 2 Statistical evaluation for area volume S D Mean Max and Histograms 3 Profile cuts horizontal vertical and oblique views 4 Distance amp angle measurement freely selectable positioning of co ordinate system grid and image annotation 5 Dynamic evaluation of contrast enhancement in organs and tissues calculation of time density curves peak enhancement images and time to peak images 4 63 Post processing tools 1 2 D including image zoom and pan image manipulations including averaging reversal of grey scale values and mirroring image filter functions including advanced smoothing algorithm and advanced bone correction 2 Real time multi planar reconstruction MPR of secondary views with viewing perspectives in all planes including curved amp orthogonal MPR 3 CT angiography MIP Min IP SSD VRT and other advanced 3D applications and colour coding for different tissues
208. olution 4 79 Contrast 12 bit contrast resolution 4 80 Film magazine about 100 film sheets 4 81 It shall connect with the digital x ray machine via DICOM standard All accessories software and labour required for this connection shall be included in the offer 5 Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 6 Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements Section VI Schedule of Requirements 151 Bidder s d 9 Purchaser Specifications Oner Dengnon catalogue No Statement of if any datasheet Compliance manual 7 1 This unit shall be certified to meet ISO9001 and ISO14971 and ISO 134
209. ommit in writing to make available required spares and maintenance services for three years beyond the stated warranty period iii The Bidder and or its local agent and or the local office of the offered equipment s manufacturer s shall have adequate maintenance and service centres in Nepal for items for which this is specified as par Part VI Schedule of Requirements 2 List of requirements for manufacturer s authorization warranty period related services and completion schedule If not available a plan to provide service and maintenance to the offered equipment shall be submitted c The Bidder shall furnish documentary evidence in the form of manufacturers catalogues and other appropriate documentation to demonstrate that the Goods it offers meet the requirements of the technical specifications Section IV Bidding Forms 36 Section IV Bidding Forms Table of Forms Bidder Information Form sssccsssscssscsccsscsscsecsssssssscssssssessscessenesessssescssssscsssssscssesssseneesesees 37 Joint Venture Partner Information Form s ssssesessesoesesoesosoesecossossesceoosoesecoseosoesesossossesoeoosoesesossoseese 38 Bid Submission FOr scccssscssccssscssscscssscvcesscsscssssescsscssssencescsesseseesesssssnecssesscssssssessesssseseesesees 39 Price Schedule Goods Manufactured Outside the Purchaser s Country to be Imported 42 Price Schedule Goods Manufactured Outside the Purchaser s Country already i
210. on and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language Section VI Schedule of Requirements 167 Technical Specifications Form Specification amp Statement of Compliance 31 20 Flat Panel Digital Subtraction Angiography System with Pressure Injector including Accessories Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit
211. on of any customs duty sales taxes or other similar taxes Original copy of consignment note as applicable Two copies of packing list identifying contents of each case or package Two copies of manufacturer s warranty certificate Two copies of manufacturer s test certificates Certificate of origin of goods Two Copies of Insurance certificates valid for the period till installation and commissioning is completed The above documents shall be received by the Purchaser before arrival of the Goods and if not received the Supplier will be responsible for any consequent expenses GCC 15 1 The prices charged for the Goods supplied and the related Services performed shall not be adjustable The method and conditions of payment to be made to the Supplier under this Contract shall be as follows GCC 16 1 Payment for Goods and Services supplied from abroad Payment of foreign currency portion shall be made in the following manner i Advance Payment Ten 10 percent of the foreign currency portion of the Contract Price shall be paid within thirty 30 days of signing of the Contract and upon submission of claim and a bank guarantee for equivalent amount and in the form provided in Section IX of the bidding documents Advance Payment Bank Guarantee valid until the Goods are delivered and in the form provided in the bidding documents 208 Section VIII Special Conditions of Contract and a bank guarantee Gi
212. onal Requirements 2 1 It shall operate on single phase AC power supply 3 System Configurations 3 1 Mobile C arm x ray 1 unit 3 2 CD DVD RW drive 1 unit 3 3 B W thermal video printer 1 unit Section VI Schedule of Requirements 137 Page no S Bidder s Offer Deviation of No Purchaser Specifications Statement of if ariy catalogue Compliance datasheet manual 3 4 Bidder shall indicate brand and model information here and provide technical data document for major components specified above 4 Technical Specifications 4 1 X Ray Generator 4 2 Microprocessor based high frequency inverter generator 4 3 Generator Output not less than 2kW at 100kV 4 4 Fluoroscopic Radiographic KV range 4 5 Lower limit shall not exceed 40 KV 4 6 Higher limit shall not be less than 110 KV 4 7 Fluoroscopic mA range 4 8 Lower limit shall be 0 1 mA 4 9 Upper limit shall be 9 mA 4 10 X Ray Tube 4 11 Rotating anode type 4 12 Single focal spot shall not be more than 0 6 mm 4 13 Nominal voltage 110 kV 4 14 Anode heat storage capacity not less than 300 KHU 4 15 Inherent filtration should be at least 3 mm Al equiv 4 16 Collimator 4 17 Operator controlled automatic collimation 4 18 C Arm 4 19 Focus I I Distance shall be at least 100 cm 4 20 Depth shall be 75cm
213. only in the form of a Bank Guarantee and in the format as provided in the template included in Section IV Bidding Forms In case of a Bid Security issued by a foreign bank the same shall be counter guaranteed by a Class A Commercial Bank in Nepal ITB 21 2 The amount of the Bid Security shall be not less than the amounts shown in the Table below and must be valid for twenty eight 28 days after the end of the bid validity period i e till 13 October 2013 ICB 31 Hospital Equipment including Anaesthesia Machine CT scan X Ray USG Video Arthroscopy System Naso Pharyngoscope etc Slice No Item Description Bid security amount in NPR 31 1 Anaesthesia Machine 400 000 00 31 2 Autoclave Electric 80 000 00 31 3 Steriliser Steam Pressure Electric Type 25L 140 000 00 Section II Bid Data Sheet 29 ITB 21 7 ITB 22 1 Intended Deletion Pulse Oxymeter 65 000 00 CT Scan 16 Slice 5 500 000 00 Intended deletion Dental Chair 175 000 00 ICU Ventilator for Children amp Adult Pneumatic 800 000 00 Operation Table 110 000 00 USG Portable Colour Doppler 3 probes High end Colour Doppler Ultrasound Machine with Convex Linear and Endocavity Multi Frequency Probes Middle range Colour Doppler Ultrasound Machine with convex Linear and Endocavity Multi frequency Probes 2 700 000 00 Video Arthroscopy System 280 000 00 Flexible Naso Pharyngosc
214. ontent of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Bidder s Page no of Offer Deviation catalogue r S No Purchaser Specifications Satemene Eny datashvet Compliance manual 31 10 Operating table Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 The table shall be suitable for a wide range of General surgery applications 2 Operational Requirements 2 1 It shall operate on a non electric hydraulic system 3 System Configurations 3 1 Operating table 1 unit 3 2 Lithotomy stirrups it shall be insulated to protect patient for electric burn by electric cautery unit 1 pair 3 3 Arm posturing board x2pcs 3 4 Anaesthesia screen xlpc 3 5 Body strap x2pcs 104 Section VI Schedule of Requirements Bidder s Page no of Offer Deviation catalogue Pi S No Purchaser Specifications Statement of if any datasheet Compliance manual 3 6 Wristlet xlpc 3 7 Head ring xlpc 3 8 Knee crutches x2pcs 3 9 kidney pillar support x Ipc 3 10 Douche tray fitting 1 set 3 11 At least three spare mounting brackets clamps 4 Technical Specifications 4 1 Hei
215. ope with halogen light 250 000 00 X Ray C Arm Mobile 2 300 000 00 X Ray Machine 300mA 11 000 000 00 X Ray Machine 500 mA Fixed DR with film printer 1 100 000 00 Blood Culture System 510 000 00 Diathermy Electrosurgical 300W 275 000 00 Video Gastro Duodeno Colono with Camera System 850 000 00 Flat Panel Digital Subtraction Angiography System with Pressure Injector including Accessories 1 800 000 00 31 21 Flat Panel Digital Fluoroscopy 1 250 000 00 31 22 Motorised High Frequency Portable Digital X Ray 600 000 00 Notes A single bid security may be provided for the total of all slices bid for Bidders may also provide multiple bid securities for any combination of slices or bid security singly per slice Bid securities in another freely convertible currency apart from NPR will be converted into NPR at the Selling Exchange rate for that currency on the date specified in ITB Clause 34 1 21 March 2013 Insufficiency of bid security amount due to conversion of other currencies will result in disqualification of the bid for the slices for which such bid security was provided If the Bidder incurs any of the actions prescribed in sub paragraphs a or b of this provision the Borrower will declare the Bidder ineligible to be awarded contracts by the Purchaser for a period of two 2 calendar years In addition to the original of the bid t
216. or for medical use with approximately 170 degree horizontal 4 17 and vertical viewing angle 1920 x 1200 pixel 16 10 ratio or better with colour tone calibrated to suit for displaying endoscope images It have at least 25 of screen size with high contrast ratio of 4 18 approximately 1000 1 With multiple HD inputs and output such as HD SD SDI 4 19 Video Y C Analogue RGB External Sync HD15 DVI and etc 4 20 With picture in picture PiP display function 4 21 With memory of about 20 user selectable settings It shall be compatible with the video processor specified 4 22 above Xenon light source 300 watt 1 unit Bidder shall indicate brand and model information here and 4 23 provide technical data document for the light source offered Per The lamp shall be of Xenon type of at least 300watt It shall be compatible with narrow band imaging technology 4 25 and come with special filters 4 26 With white balance 4 27 With automatic brightness control 4 28 There shall be at least 1 light outlet 162 Section VI Schedule of Requirements Bidder s Page no S oney Deviation of No Purchaser Specifications Statement ifan catalogue of y datasheet Compliance manual The intensity of light shall be continuously adjustable The 4 29 adjustment shall be in both Manual and AUTO mode The life span of the lamp shall be at least 500 hours with 4 30 lifespan
217. ories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length Standards amp Safety Requirements 76 Section VI Schedule of Requirements S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 7 1 This unit shall be certified to meet ISO9001 and ISO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to u
218. ors at no charge to the Purchaser The Purchaser or its designated representative shall be entitled to attend the tests and or inspections referred to in GCC Sub Clause 26 2 provided that the Purchaser bear all of its own costs and expenses incurred in connection with such attendance including but not limited to all traveling and board and lodging expenses Whenever the Supplier is ready to carry out any such test and inspection it shall give a reasonable advance notice including the place and time to the Purchaser The Supplier shall obtain from any relevant third party or manufacturer any necessary permission or consent to enable the Purchaser or its designated representative to attend the test and or inspection The Purchaser may require the Supplier to carry out any test and or inspection not required by the Contract but deemed necessary to verify that the characteristics and performance of the Goods comply with the technical specifications codes and standards under the Contract provided that the Supplier s reasonable costs and expenses incurred in the carrying out of such test and or inspection shall be added to the Contract Price Further if such test and or inspection impedes the progress of manufacturing and or the Supplier s performance of its other obligations under the Contract due allowance will be made in respect of the Delivery Dates and Completion Dates and the other obligations so affected The Supplier shall provid
219. osesvocscsastesnssesuesocesoaestelstancecsssecssosesuesvecescssesesuacoccdseossoonsves 62 A DAWU Sesessscesccncsscsossesactscencssoncosentsceseactoncesecbssesestsbocsssesceesescsdeaesectecesesesvouebevesessessesaesecsstesesssses 188 5 Inspections and Tests sicsescsssscsessssexssesssssssoncscsovnsedssssvsccossveessseievsss pesosa Eers svnnsssecesceses soeessesbecse 189 58 Section VI Schedule of Requirements The Bidders are required to bid for total number of units sets as per annual requirement according to the delivery schedule 1 List of Goods and Delivery Schedule DDU Delivery Date as per Incoterms 7 st nd e 2000 aes Description of Goods Gundi ai a Mint n Final AREO IA Required Bidder s offered i Delivery Delivery date to be Dates provided by the bidder ICB 31 Hospital Equipment including Anaesthesia Machine CT scan X Ray USG Video Arthroscopy System Naso Pharyngoscope etc 1 Anaesthesia Machine 10 0 10 unit Senak Pe eipnal n Amal Pist oe Hospitals supplies 2 Autoclave Electric 50 50 100 unit District Hospitals and PHCs within 180 Steriliser Steam Pressure Electric District Regional and Zonal aye of 3 75 75 150 unit signing of Type 25L Hospitals supply contract and 4 Intended deletion Second Year supplies by District Regional and Zonal 30 June 5 Pulse Oxymeter 40 30 70 unit Hospitals 2014 6 CT Scan 16 Sl
220. osurgical 300W 18 Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 A 300W diathermy machine electrosurgical unit 2 Operational Requirements 2 1 It shall operate on AC power supply in the operating theatre 3 System Configurations 3 1 300W diathermy machine electrosurgical unit 1 unit 4 Technical Specifications 4 1 Nominal HF output 300 Watts at 400 Ohm 4 2 At least 2 modes of operation mono polar cutting and mono polar bipolar coagulation 156 Section VI Schedule of Requirements Page no s Bidder s Offer Deviation of No Purchaser Specifications Statement of if any catalogue i Compliance datasheet manual 4 3 Mono polar cutting modes shall have different level of effects from pure cutting to blend cutting cutting with haemostasis 4 4 Come with 3 mono polar coagulation modes soft forced and spray 4 5 Desiccate mode for low voltage contact coagulation suitable in delicate tissue work 4 6 Fulgurate mode for efficient non contact coagulation in most applications 4 7 Spray mode for coagulation large tissue areas with minimum depth of necrosis 4 8 Come with 3 bipolar modes precise standard and macro or equivalent 4 9 Precise mode to have fine control of desiccation in delicate tissue 4 10 Standard mode for applications at low voltage to
221. ount cross discount if any Bidders shall quote for the complete quantity of quoted slice Evaluation will be done for each slice with the final award being determined on the combination that is of least cost to Purchaser The term slice has the same meaning as lot in Section I ITB and Section VII ITB 1 2 se General Conditions of Contract ITB 2 1 The Borrower is Government of Nepal GoN Loan or Credit Number Cr 4707 NEP amp Gr H 557 NEP The name of the Project Nepal Health Sector Program 2 NHSP 2 ITB 4 3 4 4 A list of debarred firms is available at http www worldbank org debarr a B Contents of Bidding Documents For Clarification of bid purposes only the Purchaser s address is Attention Director Logistics Management Division Department of Health Services Address Teku Kathmandu City Kathmandu Country Nepal Telephone 977 01 4261768 Facsimile number 977 01 4261413 Electronic mail address director dohslmd gov np LG C Preparation of Bids ITB 10 1 The language of the bid is English ITB TBA 1 TBA The Bidder shall submit the following additional documents in its bid None ITB 13 1 Alternative Bids shall not be considered 28 Section II Bid Data Sheet ITB 14 5 The Incoterms edition is 2000 ITB 14 6 b Place of Destination DDU Birgunj Nepal or Tribhuvan International i Airport Kathmandu Nepal to be specified by the bidder ITB 14 6 c Place of Destination Ware
222. our display 4 3 System should have at least 3 universal active probe ports with electronic switching facility form key board without probe adapter 4 4 Operating modes B mode M Mode B M Mode Doppler Mode Colour flow power Doppler DCA DPA Contrast Imaging B Colour flow PW CW Doppler Real time 3D 4 D imaging Elastography Imaging for Breast Liver and Gynaecology Application 4 5 System should support broadband probes spanning a frequency of 2 17 MHz 4 6 B mode amp B colour simultaneous should be available side by side real time display of B Mode amp Colour flow Digital zoom facility for region of interest in real time and frozen images 4 7 System should have 256 grey shades 4 8 Image storage facility on built in hard disc or MOD CD DVD RW facility In case of built in hard disk it shall have a capacity of 160GB System should have extensive image management capability including thumb nail review Cineloop editing etc 4 9 Cine loop as well as cine scroll facility in B mode with storage of 800 or more images should be available Cineloop frames should also be available for abdominal contrast applications 4 10 Auto trace amp automatic Doppler calculations should be available in Live amp frozen images 114 Section VI Schedule of Requirements S No Purchaser Specifications Bidder s Deviatio Page no of Offer nif any catalogu
223. pecial Conditions of Contract 207 GCC 13 1 third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties and shall act as presiding arbitrator In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the arbitrator appointed subsequently the Presiding Arbitrator shall be appointed in accordance with the provisions of the Arbitration Act 2055 1999 as currently in force ii If one of the parties fails to appoint its arbitrator in pursuance of sub clause a above within 30 days after receipt of the notice of the appointment of its arbitrator by the other party then the appointment of the Arbitrator shall be made in accordance with the provisions of the Arbitration Act 2055 1999 as currently in force iii The venue of Arbitration shall be Kathmandu and the language of the arbitration proceedings and that of all councils and communications between the parties shall be English iv The majority decision of arbitrators shall be final and binding upon parties The cost and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal v The provisions of the Arbitration Act 2055 1999 as currently in force Details of Shipping and other Documents to be furnished by the Supplier are Two copies of the Supplier s invoice showing goods description quantity unit price total amount with separati
224. pies the original shall prevail The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder Any interlineation erasures or overwriting shall be valid only if they are signed or initialed by the person signing the Bid Section I Instructions to Bidders 19 Submission and Opening of Bids 23 Submission 23 1 Bidders may always submit their bids by mail or by hand When so Sealing and specified in the BDS bidders shall have the option of submitting their Marking of bids electronically Bids a Bidders submitting bids by mail or by hand shall enclose the original and each copy of the Bid including alternative bids if permitted in accordance with ITB Clause 13 in separate sealed envelopes duly marking the envelopes as ORIGINAL and Copy These envelopes containing the original and the copies shall then be enclosed in one single envelope The rest of the procedure shall be in accordance with ITB sub Clauses 23 2 and 23 3 b Bidders submitting bids electronically shall follow the electronic bid submission procedures specified in the BDS 23 2 The inner and outer envelopes shall a Bear the name and address of the Bidder b be addressed to the Purchaser in accordance with ITB Sub Clause 24 1 c bear the specific identification of this bidding process indicated in ITB 1 1 and any additional identificat
225. ply 220 240 V AC 4 21 Come with an Optical Fibre Cable to be used with the naso pharyngoscope 5 Accessories Spare Parts and Consumables 134 Section VI Schedule of Requirements Bidder s Deviation Page no S No Offer if any of Purchaser Specifications Statement of catalogue Compliance datasheet manual 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify ina separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms 5 3 One spare lamp should be supplied along with the System separately 6 Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements 7 1 This unit shall be certified to meet ISO9001 and 1SO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the complian
226. pment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 63 64 Section VI Schedule of Requirements For fixed equipment the training shall be conducted at the site of the equipment following installation and commissioning For other equipment the training will be conducted at a central location Kathmandu or capital of one or more of the regions in consultation with the Purchaser The specifications per item also specify whether or not user training is required 13 Maintenance service during warranty period For items as specified in the following individual Technical Specifications and 2 List of Related Services and Completion Schedule preventive and corrective maintenance must be provided by the supplier during the period of warranty and included in his bid The cost of spare parts will be separately payable by the user except cases covered under warranty 13 Right to Reject All the information provided should be accurate and sufficient to convince fully the Purchaser that all the offered goods fully meet the technical specifications and output quality If such complete information is not provided and which leads to doubts about the technical compliance of the item s the Purchaser retains the right to reject the corresponding item 65 Section VI Schedule of Requirements Technical Specifications Form B SLICE WISE SPECIF
227. pply and Delivery of Hospital and Laboratory Equipment including Anaesthesia Machine CT Scan X Ray USG Video Arthroscopy System Naso Pharyngoscope etc under one package of 22 slices as detailed in paragraph 8 below 3 The MoHP Department of Health services DoHS Logistic Management Division LMD now invites sealed bids from eligible and qualified bidders for Hospital and Laboratory Equipment to be delivered to the designated sites as defined in Section VI Schedule of Requirements List of Goods and Delivery Schedule Bidders may bid for one or more Slice and shall indicate this in their bid form together with any statement on discount cross discount if any A bidder must quote for the total quantity of all items in each Slice Evaluation will be conducted on a Slice by Slice basis with the final awards being determined based on the combination of contracts that is of least cost to the Purchaser 4 Bidding will be conducted through the International Competitive Bidding ICB procedures specified in the World Bank s Guidelines Procurement under IBRD Loans and IDA Credits May 2004 revised October 1 2006 and is open to all bidders from Eligible Source Countries as defined in the World Bank s Guidelines 5 Interested eligible bidders may obtain further information from the Director e mail director dohslmd gov np of the Logistic Management Division LMD Department of Health Services DoHS MoHP and inspect the Bidding Docume
228. quirements ccssccssssccssssscssssccssssccsssccssssssssssssssssssssesseees 57 PART 3 gt COMLEACE ciostisseviisccsieas session cuaaienouadoueddssunsaussdeasscoicestenaudsonandenusvexsseuesvunisoensvondsonanten 190 Section VII General Conditions of Contract 0tisasndticasingnd ediadig etnias 191 Section VIII Special Conditions of Contract 0 eee eee ceseceseeeseeeeeceaeceseeeseeesaeessaeeneessnes 206 Section IX Contract FOrMS is cccccsseccssssecccedecsetessevstvcecsteveesssostueedece ves besstveccetaseessssevscedectusends 213 Invitation for Bids IFB 1 Invitation for Bids IFB Country Nepal Name of the Project Nepal Health Sector Program 2 NHSP 2 Credit Grant No Cr 4707 NEP amp Gr H 557 NEP Supply and Delivery of Hospital and Laboratory Equipment IFB Number NHSP II G ICB 31 Procurement of Hospital and Laboratory Equipment including Anaesthesia Machine CT Scan X Ray USG Video Arthroscopy System Naso Pharyngoscope etc 2012 13 First date of Publication 4 March 2013 1 This Invitation for Bids follows the General Procurement Notice for this Project that appeared in Development Business issue no 790 of 16 January 2011 2 The Ministry of Health and Population MoHP has received a grant credit from the International Development Association toward the cost of the Health Sector Programme and it intends to apply part of the proceeds of this grant credit to payments under the Contract for Su
229. r on any matter related to the bidding process it should do so in writing 29 Clarification 29 1 To assist in the examination evaluation comparison and post of Bids qualification of the bids the Purchaser may at its discretion ask any Bidder for a clarification of its Bid Any clarification submitted by a Bidder in respect to its Bid and that is not in response to a request by the Purchaser shall not be considered The Purchaser s request for clarification and the response shall be in writing No change in the prices or substance of the Bid shall be sought offered or permitted except to confirm the correction of arithmetic errors discovered by the Purchaser in the Evaluation of the bids in accordance with ITB Clause 31 30 Responsivene 30 1 The Purchaser s determination of a bid s responsiveness is to be based ss of Bids on the contents of the bid itself 30 2 A substantially responsive Bid is one that conforms to all the terms conditions and specifications of the Bidding Documents without material deviation reservation or omission A material deviation reservation or omission is one that a affects in any substantial way the scope quality or performance of the Goods and Related Services specified in the Contract or b limits in any substantial way inconsistent with the Bidding Documents the Purchaser s rights or the Bidder s obligations under the Contract or c if rectified would unfairly affect the co
230. r operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Forms Section VI Schedule of Requirements 95 Bidder s Page no Offer Deviati of S No Purchaser Specifications Statement onif catalogue of any datasheet Compliance manual All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the 5 2 quantity and details of any items included in this offer A which have not been specified in this Technical Specifications Forms 6 Operating Environment Power supply 220 240 VAC 50Hz fitted with 6 1 appropriate plug The power cable must be at least 3 metres in length Environment 6 2 Temperature 10 45 degree C Relative Humidity not more than 98 6 3 Maximum power consumption 300VA 6 4 Air supply pressure 0 55 0 830Mpa 6 5 Water supply pressure 0 20 0 40Mpa 7 Standards amp Safety Requirements This unit shall be certified to meet ISO9001 and 1SO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional 71 Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety stand
231. r shall consider the following a evaluation will be done for Items or Lots as specified in the BDS and the Bid Price as quoted in accordance with clause 14 b price adjustment for correction of arithmetic errors in accordance with ITB Sub Clause 31 3 c price adjustment due to discounts offered in accordance with ITB Sub Clause 14 4 d adjustments due to the application of the evaluation criteria specified in the BDS from amongst those set out in Section IM Evaluation and Qualification Criteria e adjustments due to the application of a margin of preference in accordance with ITB Clause 35 if applicable 36 4 The Purchaser s evaluation of a bid will exclude and not take into account a In the case of Goods manufactured in the Purchaser s Country sales and other similar taxes which will be payable on the goods if a contract is awarded to the Bidder b in the case of Goods manufactured outside the Purchaser s Country already imported or to be imported customs duties and other import taxes levied on the imported Good sales and other similar taxes which will be payable on the Goods if the contract is awarded to the Bidder c any allowance for price adjustment during the period of execution of the contract if provided in the bid 36 5 The Purchaser s evaluation of a bid may require the consideration of other factors in addition to the Bid Price quoted in accordance with ITB Clause 14 These factors
232. rade terms shall be as prescribed by Incoterms GCC 4 2 b The version edition of Incoterms shall be 2000 GCC 5 1 The language shall be English GCC 8 1 For notices the Purchaser s address shall be Attention Director Logistics Management Division Street Address Pachali Teku Floor Room number First floor Procurement Section City Kathmandu Country Nepal Telephone 00977 1 4261768 Facsimile number 977 1 4261413 Attention Director LM Division Electronic mail address director dohslmd gov np For enquiries only GCC 9 1 The governing law shall be the law of Nepal GCC 10 2 The dispute resolution mechanism to be applied pursuant to GCC Sub Clause 10 2 shall be as follows a Contracts with foreign Supplier GCC 10 2 a Any dispute controversy or claim arising out of or relating to this Contract or breach termination or invalidity thereof shall be settled by arbitration in accordance with the UNCITRAL Arbitration Rules as at present in force Contracts with national Supplier of the Purchaser s country GCC 10 2 b i In case of Dispute or difference arising between the Purchaser and a supplier relating to any matter arising out of or connected with this agreement such disputes or difference shall be settled in accordance with the Arbitration Act 2055 1999 as currently in force The arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Purchaser and the Supplier The Section VIII S
233. ray 4 13 Travel range Longitudinal approximately 3000mm Transverse approximately 1500mm 4 14 Vertical adjustment approximately 1500mm 4 15 X ray tube rotations with positions lock at 90 to 90 Around vertical axis 150 to 180 Around horizontal axis 120 to 120 Section VI Schedule of Requirements 147 Bidder s ee 3 Purchaser Specifications Oen Donaton catalogue No Statement of if any datasheet Compliance manual 4 16 Large focus not more than 1 2 mm 4 17 Small focus not more than 0 6 mm 4 18 Maximum tube voltage 150 KV Maximum tube output shall match with the generator output of not less than 50 kW 4 19 Cooling method passive or forced air and or oil cooling 4 20 The anode shall be a rotating anode with a speed not less than 3000rpm 4 21 Anode heat capacity shall not be less than 300 KHU 4 22 It shall come with tube overload and overheat protection 4 23 Automatic collimator with automatic and manual exposure field setting 4 24 Fixed multipurpose wall stand 1 unit 4 25 The stand shall be fixed on the floor or on the floor and wall with no horizontal movement needed 4 26 The stand shall have the detector integrated with motorised vertical movement range approximately from 300 1700cm 4 27 The detector panel shall be tiltable from 20 to 90 degree with locking positions a
234. rchaser Specifications Statement of catalogue Compliance datasheet manual 4 1 Flexible naso pharyngoscope Bidder shall indicate brand and model information here and provide technical data document for the scope offered 4 2 It should be a fiberscope consisting of thousands of light fibres in a bundle 4 3 Working length 300 mm 4 4 Distal end OD 3 4 mm Insertion tube OD 3 6 mm 4 5 Bending section Angulation Range 4 6 Up 130 Down 130 4 7 Length of A Rubber section 25 mm 4 8 Minimum bending radius 20 mm 4 9 Field of view 85 4 10 Depth of focus 5 50 mm 4 11 The visibility of the scope shall be clear under the moist and humid environment Bidder shall indicate here the mechanism installed in the scope to enhance the visibility under this condition 4 12 Weight of the flexible naso pharyngoscope not more than 250 grams 4 13 Come with instrument tray preferably plastic 4 14 Halogen Light Source Bidder shall indicate brand and model information here and provide technical data document for the light source offered 4 15 Power of light source 150 W 4 16 The lamp shall be of Halogen or metal halide cold lamp type of at least 150 watts with manual brightness control 4 17 Colour temperature 3250 K 4 18 Dimension should W x H x D in mm approximately 220x74x290 approximately 5 0 kg 4 19 It should have a Protecting class of BF 4 20 Halogen Light Source should operate on a Power sup
235. rd shall constitute a binding contract between us until a formal contract is prepared and executed 1 We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive Signed insert signature of person whose name and capacity are shown In the capacity of insert legal capacity of person signing the Bid Submission Form Name insert complete name of person signing the Bid Submission Form Duly authorized to sign the bid for and on behalf of insert complete name of Bidder Dated on day of j insert date of signing Section IV Bidding Forms 41 Price Schedule Forms The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and Related Services specified by the Purchaser in the Schedule of Requirements Section IV Bidding Forms 42 Price Schedule Goods Manufactured Outside the Purchaser s Country to be Imported Date Group C bids goods to be imported ICB No Currencies in accordance with ITB Sub Clause 15 Alternative No Page N of 1 2 3 4 5 6 7 8 9 Slice No Description of Goods Country of Delivery Date as Quantity and Unit price DDU DDU Birgunj Nepal Price per line item for Total Price per Line item Origin defined by Incoterms physical unit Birgunj Nepal or or Tribhuvan inland transportation and DD
236. rd party The Purchaser and the Supplier shall keep confidential and shall not without the written consent of the other party hereto divulge to any third party any documents data or other information furnished directly or indirectly by the other party hereto in connection with the Contract whether such information has been furnished prior to during or following completion or termination of the Contract Notwithstanding the above the Supplier may furnish to its Subcontractor such documents data and other information it receives from the Purchaser to the extent required for the Subcontractor to perform its work under the Contract in which event the Supplier shall obtain from such Subcontractor an undertaking of confidentiality similar to that imposed on the Supplier under GCC Clause 20 The Purchaser shall not use such documents data and other information received from the Supplier for any purposes unrelated to the contract Similarly the Supplier shall not use such documents data and other information received from the Purchaser for any purpose other than the performance of the Contract The obligation of a party under GCC Sub Clauses 20 1 and 20 2 above however shall not apply to information that a the Purchaser or Supplier need to share with the Bank or other institutions participating in the financing of the Contract b now or hereafter enters the public domain through no fault of that party c can be proven to hav
237. receipt of the Agreement the successful Bidder shall sign date and return it to the Purchaser 43 3 Notwithstanding ITB 43 2 above in case signing of the Contract Agreement is prevented by any export restrictions attributable to the Purchaser to the country of the Purchaser or to the use of the products goods systems or services to be supplied where such export restrictions arise from trade regulations from a country supplying those products goods systems or services the Bidder shall not be bound by its bid always provided always provided however that the Bidder can demonstrate to the satisfaction of the Purchaser and of the Bank that signing of the Contact Agreement has not been prevented by any lack of diligence on the part of the Bidder in completing any formalities including applying for permits authorizations and licenses necessary for the export of the products goods systems or services under the terms of the Contract 44 Performance 44 1 Within twenty eight 28 days of the receipt of notification of award Security from the Purchaser the successful Bidder if required shall furnish the Performance Security in accordance with the GCC using for that purpose the Performance Security Form included in Section IX Contract forms or another Form acceptable to the Purchaser The Purchaser shall promptly notify the name of the winning Bidder to each unsuccessful Bidder and discharge the Bid Securities of the unsuccessful bidders pur
238. rement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Bidder s a S Purchaser Specifications Orter De viahon catalogue No Statement of if any datasheet Compliance manual 31 Blood Culture System 17 Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 This automated microbiology system is for general detection of microorganisms including mycobacterium growth in blood and other body fluids 2 Operational Requiremen
239. res The Goods and Related Services to be supplied shall be as specified in the Schedule of Requirements Subject to GCC Sub Clause 33 1 the Delivery of the Goods and Completion of the Related Services shall be in accordance with the Delivery and Completion Schedule specified in the Schedule of Requirements The details of shipping and other documents to be furnished by the Supplier are specified in the SCC The Supplier shall supply all the Goods and Related Services included in the Scope of Supply in accordance with GCC Clause 12 and the Delivery and Completion Schedule as per GCC Clause 13 Prices charged by the Supplier for the Goods supplied and the Related Services performed under the Contract shall not vary from the prices quoted by the Supplier in its bid with the exception of any price adjustments authorized in the SCC The Contract Price including any Advance Payments if applicable shall be paid as specified in the SCC The Supplier s request for payment shall be made to the Purchaser in writing accompanied by invoices describing as appropriate the Section VIII General Conditions of Contract 197 Taxes and Duties Performance Security Copyright 16 3 16 4 16 5 17 1 17 2 17 3 18 3 18 4 19 1 Goods delivered and Related Services performed and by the documents submitted pursuant to GCC Clause 13 and upon fulfillment of all other obligations stipulated in the Contract Payments s
240. roducts goods systems or services to be supplied which arise from trade regulations from a country supplying those products goods systems or services and which substantially impede the Supplier from meeting its obligations under the Contract shall release the Supplier from the obligation to provide deliveries or services always provided however that the Supplier can demonstrate to the satisfaction of the Purchaser and of the Bank that it has completed all formalities in a timely manner including applying for permits authorizations and licenses necessary for the export of the products goods systems or services under the terms of the Contract Termination of the Contract on this basis shall be for the Purchaser s convenience pursuant to Sub Clause 35 3 Section VHI Special Conditions of Contract 206 Section VIII Special Conditions of Contract The following Special Conditions of Contract SCC shall supplement and or amend the General Conditions of Contract GCC Whenever there is a conflict the provisions herein shall prevail over those in the GCC GCC 1 1 j The Purchaser s country is Nepal GCC 1 1 k The Purchaser is Ministry of Health and Population Department of Health Services Logistics Management Division Pachali Teku Kathmandu GCC 1 1 q The Project Site s Final Destination s are As specified in Section VI Schedule of Requirements List of Goods and Delivery Schedule GCC 4 2 a The meaning of the t
241. roscopy System 2 280 000 00 13 Flexible Naso Pharyngoscope with 10 250 000 00 halogen light 14 X Ray C Arm Mobile 8 2 300 000 00 15 X Ray Machine 300mA 45 11 000 000 00 16 X Ray Machine 500 mA Fixed DR with 2 1 100 000 00 film printer 17 Blood Culture System 2 510 000 00 18 Diathermy Electrosurgical 300W 14 275 000 00 19 Video Gastro Duodeno Colono with 2 850 000 00 Camera System 20 Flat Panel Digital Subtraction Angiography System with Pressure 1 1 800 000 00 Injector including Accessories 21 Flat Panel Digital Fluoroscopy 1 1 250 000 00 22 Motorised High Frequency Portable Digital X Ray 1 600 000 00 Invitation for Bids IFB Bid securities should be in the name of the bidder and in case of a Bid Security issued by a foreign bank the same shall be counter guaranteed by a Class A Commercial Bank in Nepal The amount of the Bid Security shall be not less than the amounts shown in the Table above and must be valid for twenty eight 28 days after the end of the bid validity period i e till 13 October 2013 Notes Bidders have the choice to provide bid security as follows e A Single bid security for the total of all slices bid for e Multiple bid securities for any combination of slices bid for e Bid security singly per slice 9 If the specified date for submission and opening of the bid falls on a government holiday then the same time of the next working day shall be considered for such events The bid validity and validi
242. s par Part VI Schedule of Requirements 2 List of requirements for manufacturer s authorization warranty period related services and completion schedule Section IV Bidding Forms 47 e l a 9 Price Schedule Goods Manufactured in the Purchaser s Country Date Purchaser s Country Group A and B bids ICB No Alternative No Currencies in accordance with ITB Sub Clause 15 Page N of 1 2 3 4 5 6 7 8 9 10 Slice no Description of Goods Delivery Quantity and Unit price Total EXW Price per line item for Cost of local labor Sales and other taxes payable Total Price per Date physical unit EXW price per line inland transportation and raw materials and per line item if Contract is line item Col item other services required in components from awarded in accordance with 6 7 Col 4 5 Nepal to convey the Goods with origin in Nepal ITB 14 6 a ii to their final destinations of Col 5 as specified in Bidding Documents Section VI 31 3 Steriliser Steam Pressure Electric 150 Units Type 25L me sems PY amis PP 31 9 ICU Ventilator for Children amp 20 Units Adult Pneumatic 31 11 1 USG Portable Colour Doppler 3 10 Units probes 31 11 2 High end Colour Doppler 1 Unit Ultrasound Machine with Convex Linear and Endocavity Multi Frequency Probes 31 11 3 Middle range Colour Doppler 1 Unit Ultrasound Machine with convex Linear and Endocavity Multi frequency Probes 31 13 Flexible Naso Pharyn
243. se the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users Warranty 9 1 The warranty period for this item shall be 12 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language 12 2 It must be supplied with diagrams for assembly in English and list of accessories parts Section VI Schedule of Requirements 77 Technical Specifications Form Specification amp Statement of Compliance 31 4 Intended Deletion 78 Section VI Schedule of Requirements Technical Specifications Form Specification amp Statement of Compliance 31 5 Pulse Oxymeter Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Sta
244. so Yes 2 years Yes Yes Yes Yes On site Pharyngoscope with halogen light 14 X Ray C Arm Mobile Yes 2 years Yes Yes Yes Yes On site 15 X Ray Machine 300mA Yes 2 years Yes Yes Yes Yes On site 16 X Ray Machine 500 mA Yes 2 years Yes Yes Yes Yes On site Fixed DR with film printer 17 Blood Culture System Yes 2 years Yes Yes Yes Yes On site 18 Diathermy Electrosurgical Yes 2 years Yes Yes Yes Yes On site 300W 19 Video Gastro Duodeno Yes 2 years Yes Yes Yes Yes On site Colono with Camera System 20 Flat Panel Digital Yes 2 years Yes Yes Yes Yes On site Subtraction Angiography System 21 Flat Panel Digital Yes 2 years Yes Yes Yes Yes On site Fluoroscopy 22 Motorised High Frequency Yes 2 years Yes Yes Yes Yes On site Portable Digital X Ray 62 Section VI Schedule of Requirements 3 Technical Specifications FOR Hospital and Laboratory Equipment including Anaesthesia Machine CT Scan X Ray USG Video Arthroscopy System Naso Pharyngoscope etc The specification and equipment order list contains 2 sections A B These sections are an integral part of the specification and equipment order list and complement each other The two sections are namely A General points and notes B Slice wise specifications under different Slices altogether 22 slices The right hand blank side must be completed by the bidder with the technical specifications of the equipment offered with supplementary documents enclosed A
245. ss than 1500 mm 4 34 Table vertical movable range from 450 to 900 mm 4 35 Longitudinal Scan Range not less than 1500 mm 4 36 Positioning accuracy at any table feed rate not more than 0 25 mm 4 37 Table top shall be made of carbon fibre 4 38 Minimun table top height should not be more than 550mm from the floor level 4 39 Main Console 4 40 Main Computer for control of all examination 4 41 functions image reconstruction 3D processing filming and storage 84 Section VI Schedule of Requirements Page no Bidder s Offer Deviation of S No Purchaser Specifications Statement of if an catalogue Compliance y datasheet manual 4 42 Reconstruction time Not less than 20 images sec 4 43 Clock Frequency not less than 2 GHz memory not less than 12 GB 4 44 Display gt 19 colour LCD display monitor with matrix at least 1024 x 1280 4 45 Hard Disk Not less than 1 TB for raw data and images storage 4 46 Image Storage gt 240 000 of raw images of 512 x 512 4 47 Reconstruction Matrix 512 x 512 or more 4 48 Display Matrix 1024 x 1024 4 49 With parallel image processing function 4 50 Shall be able to simultaneously transfer image to workstation while performing scan 4 51 With DICOM 3 0 interface for transfer print receive archive retrieve and work list 4 52 Come with printer and
246. ssure monitor graph flow profile stop watch feature scan display multiphase capability and protocol locking capabilities 4 72 Resettable overcurrent circuit breaker fitted for protection 4 73 Servo controlled stabilizer CVT as applicable 4 74 UPS of at least 30 minutes operation with suitable rating shall be supplied for the complete system including computer system anaesthesia delivery system monitor and defibrillator Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 88 Section VI Schedule of Requirements S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must
247. stand that according to the conditions of the Contract a Performance Guarantee is required At the request of the Supplier we hereby irrevocably undertake to pay you any sum s not exceeding insert amount s in figures and words upon receipt by us of your first demand in writing declaring the Supplier to be in default under the Contract without cavil or argument or your needing to prove or to show grounds or reasons for your demand or the sum specified therein This Guarantee shall expire no later than the insert number day of insert month insert year and any demand for payment under it must be received by us at this office on or before that date This guarantee is subject to the Uniform Rules for Demand Guarantees ICC Publication No URDG 758 except that subparagraph ii of Sub article 20 a is hereby excluded signatures of authorized representatives of the bank and the Supplier Section IX Contract Forms 217 3 Bank Guarantee for Advance Payment The bank as requested by the successful Bidder shall fill in this form in accordance with the instructions indicated Date insert date as day month and year of Bid Submission ICB No and title insert number and title of bidding process bank s letterhead Beneficiary insert legal name and address of Purchaser ADVANCE PAYMENT GUARANTEE No insert Advance Payment Guarantee no We insert legal name and address of bank have been informed that ins
248. station 1 unit 3 6 Diagnostic Workstation 1 unit 3 7 Dry X ray film printer 1 unit 3 8 Intercom 1 system 3 9 Worktable and chair 1 set each for the imaging workstation and diagnostic workstation 4 Technical Specifications 4 1 X ray Generator 1 unit Bidder shall indicate brand and model information here and provide technical data document for X ray generator offered 4 2 With synchronization of the exposure parameters between generator and imaging workstation to document the post exposure data 4 3 Microprocessor based high frequency inverter generator the generator shall have at least 50kHz 4 4 Generator Output not less than 50 kW 500mA at 100kV 4 5 Radiographic voltage 40 kV to 150kV in 1kV step 4 6 Radiographic current 10 to 5 00mA 4 7 Exposure time 0 001sec 1msec 7sec 4 8 Anatomical Programmable Radiographic mode shall be available 4 9 Manual amp automatic exposure control and automatic brightness control shall be available 4 10 Shall come with overload protection device 4 11 X Ray tube amp tube support system 1 unit Bidder shall indicate brand and model information here and provide technical data document for X ray tube offered 4 12 It shall be ceiling mounted multi directional adjustment with synchronization control auto positioning and auto focusing of the X ray tube and the detector t
249. stem Naso Pharyngoscope etc Slice No Item Description 31 1 Anaesthesia Machine 31 2 Autoclave Electric 31 3 Steriliser Steam Pressure Electric Type 25L 31 4 Intended Deletion 31 5 Pulse Oxymeter 31 6 CT Scan 16 Slice 31 7 Intended deletion 31 8 Dental Chair 31 9 ICU Ventilator for Children amp Adult Pneumatic 31 10 Operating Table 31 11 1 USG Portable Colour Doppler 3 probes 31 11 2 High end Colour Doppler Ultrasound Machine with Convex Linear and Endocavity Multi Frequency Probes 31 11 3 Middle range Colour Doppler Ultrasound Machine with convex Linear and Endocavity Multi frequency Probes 31 12 Video Arthroscopy System 31 13 Flexible Naso Pharyngoscope with halogen light 31 14 X Ray C Arm Mobile Section II Bid Data Sheet 27 Slice No Item Description 31 15 X Ray Machine 300mA 31 16 X Ray Machine 500 mA Fixed DR with film printer 31 17 Blood Culture System 31 18 Diathermy Electrosurgical 300W 31 19 Video Gastro Duodeno Colono with Camera System 31 20 Flat Panel Digital Subtraction Angiography System with Pressure Injector including Accessories 31 21 Flat Panel Digital Fluoroscopy 31 22 Motorised High Frequency Portable Digital X Ray A bidder may bid for one or more than one slice Bidders bidding for more than one slice will so indicate in their bid form together with a statement regarding disc
250. suant to ITB Sub Clause 21 4 44 2 Failure of the successful Bidder to submit the above mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security or execution of the Bid Securing Declaration In that event the Purchaser may award the Contract to the next lowest evaluated Bidder whose offer is substantially responsive and is determined by the Purchaser to be qualified to perform the Contract satisfactorily 26 Section II Bidding Data Sheet BDS Section II Bidding Data Sheet BDS The following specific data for the goods to be procured shall complement supplement or amend the provisions in the Instructions to Bidders ITB Whenever there is a conflict the provisions herein shall prevail over those in ITB ITB Clause A General Reference ITB 1 1 Name of Purchaser Ministry of Health and Population Department of Health Services Logistics Management Division Pachali Teku Kathmandu Nepal Type of goods Hospital and Laboratory Equipment The name and identification number of the Contracts NHSP II G ICB 31 Procurement of Hospital and Laboratory Equipment including Anaesthesia Machine CT Scan X Ray USG Video Arthroscopy System Naso Pharyngoscope etc 2012 13 The contract package has been divided in 22 slices as under ICB 31 Hospital Equipment including Anaesthesia Machine CT scan X Ray USG Video Arthroscopy Sy
251. such special requirements as shall be expressly provided for in the Contract including additional requirements if any specified in the SCC and in any other instructions ordered by the Purchaser Unless otherwise specified in the SCC the Goods supplied under the Contract shall be fully insured in a freely convertible currency from an eligible country against loss or damage incidental to manufacture or acquisition transportation storage and delivery in accordance with the applicable Incoterms or in the manner specified in the SCC Unless otherwise specified in the SCC responsibility for arranging transportation of the Goods shall be in accordance with the specified Incoterms The Supplier shall at its own expense and at no cost to the Purchaser carry out all such tests and or inspections of the Goods and Related Services as are specified in the SCC The inspections and tests may be conducted on the premises of the Supplier or its Subcontractor at point of delivery and or at the Goods final destination or in another place in the Purchaser s 200 Section VII General Conditions of Contract Liquidated Damages 26 3 26 4 26 5 26 6 26 7 26 8 27 1 Country as specified in the SCC Subject to GCC Sub Clause 26 3 if conducted on the premises of the Supplier or its Subcontractor all reasonable facilities and assistance including access to drawings and production data shall be furnished to the inspect
252. t any degree 4 28 Flat panel receiver can be adjusted within 20 90 degrees and locked in the standing position per 15 degrees 4 29 SID any distance between 110 180cm Bidder to indicate the SID of the unit offered here 4 30 With side supports or grips on both sides 4 31 It shall synchronize the movement of X ray tube and flat detector With centre alignment X ray beam to the centre of the detector 4 32 The detector panel will be used for Radiographic exposure of patient on the Radiography table 4 33 Detector 1 unit 4 34 TFT flat panel single piece non moving detector for direct digital radiography 4 35 Material Caesium Iodide scintillator and or amorphous silicon 4 36 Grid ratio 8 1 10 1 or 12 1 Grid lines not less than 35 line cm Bidder to indicate the ratio and line cm of the unit offered here 148 Section VI Schedule of Requirements Bidder s Pa S Purchaser Specifications Citer Deviation catalogue No Statement of if any datasheet Compliance manual 4 37 Detector area 43 x 43 cm Bidder to indicate the effective active area of the unit offered here 4 38 Pixel size lt 145 x 145um 4 39 Matrix size 3000 x 3000 pixel 4 40 Resolution 3 5 LP mm 4 41 Image acquisition time lt 7 seconds 4 42 Natural cooling 4 43 With dosage optimization 4 44 Radiography patient table 1 unit Bidder shall indicate brand and
253. t or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated This ICB 31 11 consists of the following sub slices 11 1 USG Portable Colour Doppler 3 probes 11 2 High end Colour Doppler Ultrasound Machine with Convex Linear and Endocavity Multi Frequency Probes 11 3 Middle range Colour Doppler Ultrasound Machine with convex Linear and Endocavity Multi frequency Probes S No Purchaser Specifications Bidder s Deviation Page no of Offer if any catalogue Statement of datasheet Compliance manual 31 USG Portable Colour Doppler 3 probes 11 1 Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 A general purpose notebook type colour Doppler ultrasound imaging system 2 Operational Requirements 108 Section VI Schedule of Requirements 2 1 It shall operate on AC power supply The machine is intended to be carried to the field or the patient ward with the inbuilt battery system to examine patients who could not come to USG room System Configurations 3 1 Portable colour Doppler ultrasound imaging system lunit 3 2 1 unit of broad bandwidth of 2 SMHz convex array probe for
254. tableside 1 unit Hemodynamic physiology monitor for DSA use 3 5 1 unit Single head pressure injector suitable for 3 6 angiography procedures including aortography 1 unit DICOM dry laser camera minimum 600 dpi 3 7 resolution unit UPS for digital system capacity sufficient to 3 8 Support 30 minutes of operation time amp stabilizer for the complete lab 1 unit 3 9 Lead Glass 100 120 cm 1 piece 3 109 Lead apron 6 pieces 3 11 Thyroid shield 6 pieces Lead goggles 3 pieces Bidder shall indicate brand and model 3 13 information here and provide technical data document for major components specified above 4 Technical Specifications Bidders shall offer the most recent advanced high end models from the leading manufacturer only Any deviation in this regard would make the bid to be rejected technically 4 1 4 2 Gantry Section VI Schedule of Requirements 169 Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual 31 20 Flat Panel Digital Subtraction Angiography System with Pressure Injector including Accessories 4 3 Ceiling mounted gantry providing full body coverage without repositioning of patient Gantry should have 0 90 90 deg working positions for easy operation from 3 sides of the patient Facility for mo
255. tasheet manual 31 Motorised high frequency portable digital X ray 22 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language 188 Section VI Schedule of Requirements 4 Drawings These Bidding Documents do not include drawings Section VI Schedule of Requirements 189 5 Inspections and Tests The following inspections and tests shall be performed A technical inspection team at the option of the Purchaser may conduct all or some of the following activities to verify the compliance of the offered goods as per specifications e visit the manufacturing site as required and confirm the manufacturing process to the required standards or certifications e verify the products before shipment pre shipment inspection e verify the products after arrival to the destination post shipment inspection e verify the products after arrival and successful installation and commissioning acceptance inspection e Technical trials or lab tests may be conducted for any equipment or instruments in case of any doubts on the quality against the specification
256. ted headrest 4 6 With one left armrest as standard 3 pre set chair positions start treatment and rinsing 4 7 position Electrical patient chair loading capacity not less than 4 8 1323N 135kg 4 9 Backrest movement range 105 175 The lowest position of the patient chair from the ground 4 10 Shall not be less then 380mm The highest position of the patient chair from the ground 4 11 Shall not be less than 780mm Chair movement is controllable by the 4 way foot 4 12 control at the chair base without touch panel 4 13 No cables on the floor hygienic and clean 4 14 One main switch to control air water and power The chair position is locked while an instrument is 4 15 working With chair backrest safety system backrest and seat 4 16 movement can be stopped once it meets obstacle 4 17 Dentist element 4 18 Dentist element with whip arm system 4 19 Height of dentist element is adjustable Section VI Schedule of Requirements 93 Bidder s Page no Offer Deviati of S No Purchaser Specifications Statement onif catalogue of any datasheet Compliance manual 4 20 1 X ray film viewer 12V 2000cd m2 1 silicon mat for the dentist element which can be 4 21 sterilized 4 22 1 three way syringe 4 23 3 ISO 4 hole Midwest hand piece hoses 4 24 1 air pressure meter 4 25 Assistant element 4 26 1
257. tement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Page no Bidder s FE S No Purchaser Specifications Orter Deviationit catalogue Statement of any datasheet Compliance manual 31 5 Pulse Oxymeter Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 A portable pulse Oxymeter to measure heart rate and SpO2 2 Operational Requirements 2 1 It should operate from internal rechargeable battery with recharging function from the AC main 3 System Configurations 3 1 Pulse Oxymeter 1 un
258. tery type 4 39 The control unit shall be microprocessor controlled to produce optimum torque cutting power and precise control of blade speeds from 0 30000 rpm 4 40 Configuration of the saw shall be oscillating sagittal and reciprocating 4 41 The control unit shall have memory to store pre programmed speeds for each blades Bidder shall indicate the maximum number of pre programmed speeds for the system offered 4 42 The LED shall be capable of displaying maximum and minimum blade speed of all type of blades used It shall have safety of maximum and minimum speed locking feature 4 43 The control unit shall have self diagnostic function and shall indicate any faults detected via its LED 4 44 Shaver hand piece Shall come with 1 set of shaver hand piece it shall be Autoclaveable maximum 12 000rpm brushless motor with automatic torque feedback to maintain consistent speed and torque It shall accommodate various types of blades and burrs Bidder shall indicate the specifications of the hand piece offered here set 4 45 The system shall come with 1 set of standard saw blade Bidder shall indicate quantity and details of blades included here set 4 46 Shall come with a footswitch it shall be capable of oscillating forward and reverse control The footswitch shall be splash proof and unaffected by common OR fluid spills easy to clean have suitable mechan
259. the Section VIII General Conditions of Contract 201 Warranty Patent Indemnity 28 1 28 2 28 3 28 4 28 5 28 6 29 1 Purchaser may terminate the Contract pursuant to GCC Clause 35 The Supplier warrants that all the Goods are new unused and of the most recent or current models and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract Subject to GCC Sub Clause 22 1 b the Supplier further warrants that the Goods shall be free from defects arising from any act or omission of the Supplier or arising from design materials and workmanship under normal use in the conditions prevailing in the country of final destination Unless otherwise specified in the SCC the warranty shall remain valid for twelve 12 months after the Goods or any portion thereof as the case may be have been delivered to and accepted at the final destination indicated in the SCC or for eighteen 18 months after the date of shipment from the port or place of loading in the country of origin whichever period concludes earlier The Purchaser shall give notice to the Supplier stating the nature of any such defects together with all available evidence thereof promptly following the discovery thereof The Purchaser shall afford all reasonable opportunity for the Supplier to inspect such defects Upon receipt of such notice the Supplier shall within the period specified in the SC
260. the Contract to the Bidder A negative determination shall result in disqualification of the bid in which event the Purchaser shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder s capabilities to perform satisfactorily 39 Purchaser s 39 1 The Purchaser reserves the right to accept or reject any bid and to annul Right to the bidding process and reject all bids at any time prior to contract Accept Any award without thereby incurring any liability to Bidders Bid and to Reject Any or All Bids Award of Contract 40 Award 40 1 The Purchaser shall award the Contract to the Bidder whose offer has Criteria been determined to be the lowest evaluated bid and is substantially responsive to the Bidding Documents provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily 41 Purchaser s 41 1 At the time the Contract is awarded the Purchaser reserves the right to Right to Vary increase or decrease the quantity of Goods and Related Services Quantities at originally specified in Section VI Schedule of Requirements provided Time of this does not exceed the percentages specified in the BDS and without Award any change in the unit prices or other terms and conditions of the bid and the Bidding Documents 42 Notification 42 1 Prior to the expiration of the period of bid validity the Purchaser shall of Award notify the successful Bidder in writing that its Bid h
261. the Purchaser In the event of any correction of defects or replacement of defective material during the warranty period the warranty for the corrected replaced material shall be extended to a further period of warranty as specified in SCC 28 3 from the date of correction or replacement The assignment by the Supplier for receipt of payments to a third party will only be considered by the Purchaser if requested in the bid submitted when the payments are to be received by a banking institution due to overdraft or loan facilities extended by such bank to the Supplier or in case the Supplier is not a manufacturer the payments are to be received by a manufacturer manufacturing the goods supplied by the Supplier and the amount of the assignment of payment concerns does not exceed 70 of the contract price In addition in the case of assignment to a manufacturer the amount may not exceed the CIF costs of the goods manufactured by such manufacturer to be supplied under the supply contract At any rate assignment of payments shall be limited to one other party per contract The Buyer shall be under no obligation to agree to such assignment of payments 212 Section VIII Special Conditions of Contract Attachment Price Adjustment Formula Not Applicable Section IX Contract Forms 213 Section IX Contract Forms Table of Forms 1 Contract APreeme nt siiciccciinctecccccessvssicseccdecsevececssosescstucencessesecssed
262. their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Bidder s hace S No Purchaser Specifications OMen Devnon catalogue Statement of if any datasheet Compliance manual 31 3 Steriliser steam pressure electric type 25L Manufacturer Brand Type Model Country of Origin 1 Description of Functions 1 1 Electric steam steriliser to sterilise medical devices dressing material surgical instruments etc 2 Operational Requirements 2 1 It shall be an electric steam steriliser 3 System Configurations 3 1 Electric steam steriliser 1 unit 3 2 1 Drums Sterilising stainless steel with seamless construction suitable to fit into the steriliser 3 3 a Two 2 unit of drums approximately 160 180 mm height x external diameter 270mm
263. this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as well as routine checks and maintenance expected by users 9 Warranty 9 1 The warranty period for this item shall be 12 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language Section VI Schedule of Requirements 73 Technical Specifications Form Specification amp Statement of Compliance 31 3 Steriliser steam pressure electric type 25L Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter
264. three way syringe 4 27 1 strong suction hose 4 28 1 saliva ejector 4 29 With suction filter system 4 30 Water unit The cuspidor can be swiveled and removable for easy 4 31 cleaning Cup filler and bowl rinsing systems shall prevent over 4 32 filling of cup and prolong rinsing of bowl Preferably programmable 4 33 With automatic water heating system 24V 4 34 With water venturi and air water separator system 4 35 Fresh water bottle at least 1 5L 4 36 Operating light 4 37 Colour temperature 3800 4500K 4 38 12V 50 Watt bulb 4 39 Dental light intensity min 25000lux 4 40 Working stool 2 units 4 41 Mobile on 5 castors 4 42 Height of seat and backrest is adjustable 4 43 Backrest angle is adjustable and lockable Come with NSK or equivalent high speed hand piece 2 4 44 units Come with NSK or equivalent low speed motor with 1 4 45 Straight hand piece amp 1 contra angle hand piece 1 set 4 46 Come with a built in light cure unit wae Come with a built in ultrasonic scaler with one each of pointed and flat scaler tips 4 48 Come with one unit of automatic amalgamator 94 Section VI Schedule of Requirements S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviati on if any Page no of catalogue datasheet manual 4 49 Come with one set of amalgam carrier with tips and one amalgam well Bidder shall indicate brand
265. tion model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be substantiated with authenticated catalogue data sheet manual with the page number of original catalogue datasheet manual of the relevant parameters indicated Bidder s Page no Unit of s pee t Deviati of S No Purchaser Specifications Qty Measure of onif catalogue ment any datasheet Complian manual ce 31 12 Video Arthroscopy System Manufacturer Brand Type Model Country of Origin
266. tion of O2 b Expiratory volume and flow c High and low airways pressure 68 Section VI Schedule of Requirements S No Purchaser Specifications Bidder s Offer Statement of Compliance Deviation if any Page no of catalogue datasheet manual Pressure high low or leakage Low gas supply pressure Power failure low battery patient disconnection and others Accessories Spare Parts and Consumables 5 1 All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall specify ina separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 5 2 All standard Maintenance tools and cleaning lubrication materials where applicable shall be included Bidders shall specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Technical Specifications Form 5 3 Silicone breathing circuit for adult and child 2 complete sets each 5 4 Connecting hose with regulator flow meter or probe for connection to PIN index oxygen cylinder and BOC type oxygen wall outlet at least 5 meter length 1 set 5 5 Connecting hose with regulator flow meter or probe for connection to N20 cylinder or N20 wall outlet at least 5
267. tions Bidder s Deviation Page no No Offer if any of Statement of catalogue Compliance datasheet manual 31 Motorised high frequency portable digital X ray 22 4 3 Power not less than 40 KW 4 4 KV range 40 150 kV in steps of 1 kV 4 5 mA range 10 to 500 mA 4 6 mA range 0 1 500 mA 4 7 Exposure time 0 001 10 s 4 8 X ray Tube 4 9 Focal spot dual focal spots of 0 7 amp 1 3mm 4 10 Heat storage capacity 300 KHU 4 11 Max Voltage 150 KV 4 12 With tube overload protection 4 13 Detector 4 14 Type CsI flat detector 4 15 Detector size 35 cm x 43 cm 14 x 17 4 16 Image matrix size gt 3000 X 2300 pixel 4 17 Pixel size approximately 140 150 um 4 18 Image resolution more than 30 Ip cm 4 19 MTF at 1 0 Lp mm gt 65 4 20 Battery 4 21 Come with internal Lithium ion battery with battery indicator 4 22 Battery charging time less than 4 hours to fully charged 4 23 Battery operating time 2 hours typical at 100 images hour 4 24 Grid 4 25 Type click on fixed grid 40 lines cm 4 26 Orientation Landscape or portrait 4 27 Collimator 4 28 Type manual with light field indicator 4 29 Rotation 120 4 30 Filters built in filter disk with more than 2 5 Aluminium equivalent for manual filter selection e No
268. tions of the equipment as well as routine checks and maintenance expected by users Warranty 9 1 The warranty period for this item shall be 24 months after acceptance of the Goods 10 Maintenance Service During Warranty Period 10 1 Preventive and corrective maintenance services during warranty period shall be included 11 Installation and Commissioning 11 1 It shall be installed and commissioned by the Supplier at the final destination s 12 Documentation 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language 132 Section VI Schedule of Requirements Technical Specifications Form Specification amp Statement of Compliance 31 13 Flexible naso pharyngoscope with Halogen light source Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro u Bidders must enter their offered specifications against each parameter of this
269. tor consultant manufacturer or supplier or service provider of an otherwise eligible firm being awarded a Bank financed contract 3 2 In further pursuance of this policy Bidders shall permit the Bank to inspect any accounts and records and other documents relating to the Bid submission and contract performance and to have them audited by auditors appointed by the Bank 3 3 Furthermore Bidders shall be aware of the provision stated in Sub Clause 35 1 a iii of the General Conditions of Contract 4 Eligible 4 1 A Bidder and all parties constituting the Bidder may have the Bidders nationality of any country subject to the restrictions specified in Section V Eligible Countries A Bidder shall be deemed to have the nationality of a country if the Bidder is a citizen or is constituted incorporated or registered and operates in conformity with the provisions of the laws of that country This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including Related Services 4 2 A Bidder shall not have a conflict of interest All bidders found to have conflict of interest shall be disqualified Bidders may be considered to have a conflict of interest with one or more parties in this bidding process if they a are or have been associated in the past with a firm or any of its affiliates which have been engaged by the Purchaser to provide consulting servi
270. torized positioning rotation of stand from the ceiling pivot by 90 degrees for improved workflow and for ease of operation from both left and right side of the patient in addition to zero degree normal head end position Patient access should be possible from either left or right side 25 deg sec or higher rotation speed with non contact sensing mechanism no collision protection switches Gantry rotation angulation 120 deg and 90 deg respectively 4 4 The system should have capability of memorizing at least 2 positions for easy recall of gantry positions for PTAs Percutaneous transluminal angioplasty or intervention 4 5 The throat depth of the gantry should be 100cm or more for better groin access 4 6 Table 4 7 Motorized up down free floating 4 way table top least radiation attenuation at least 200 kg at least 100kgs of additional weight for resuscitation in the metal free overhang area without having to retract the table back on its base 4 8 Table should have tilt facility to enhance the accuracy and efficiency of gravity oriented procedures 4 9 At least 15deg tilt should be possible 4 10 Detector 4 11 A 30x40cm rectangular detector that can be rotated by 90 degrees for better flexibility and projection angles depending upon area of interest 4 12 Flat Detector of latest generation the digital output of the flat detector should be is 2
271. tral and Regional Hospitals 18 Diathermy Electrosurgical 300W 7 7 14 unit Poses Pesional aapna Hospitals 19 Videp Gasto Ducdend Calono 1 1 2 unit Central and Regional Hospitals with Camera System Flat Panel Digital Subtraction l lnshtute of Medine 20 Angiography System with Pressure 1 0 1 unit i Kathmandu Injector including Accessories Ax Institute of Medicine 21 Flat Panel Digital Fluoroscopy 1 0 1 unit Kathmandu Motorised High Frequency Portable Institute of Medicine ae Digital X Ray l 0 1 us Kathmandu 60 Section VI Schedule of Requirements 2 List of requirements for manufacturer s authorization warranty period related services and completion schedule Availability of Description of Service Manufacturer Warranty after sales On site User Preventive and Location Final Slice M 5 period service and installation training corrective where completion No Brief description A thorisation standard 1 _ minimum Required use and maintenance Services have date of required year from utilisation period maintenanc services during to be Services acceptance standard 5 e warranty performed years period ICB 31 Hospital Equipment including Anaesthesia Machine CT scan X Ray USG Video Arthroscopy System Naso Pharyngoscope etc 1 Anaesthesia Machine Yes 2 years Yes Yes Yes Yes On site End of the 2 Autoclave Electric Yes 1 year Yes Yes Yes Yes On s
272. transferred to a softcopy reporting workstation in DICOM format The workstation will have two 3MP medical grade monitors in portrait orientation and 4 55 networked to the supplier printer It should be possible to transfer and view DICOM images from other modalities CD DVD recording along with fast processor and storage capacity of at least 20 000 full resolution radiography images Dry chemistry printer minimum 600 dpi 4 56 capable of multiple size films up to 1 x17 networked to the system unit Section VI Schedule of Requirements 181 Page no s Bidder s Offer Deviation of No Purchaser Specifications Statement of ifan catalogue i Compliance y datasheet manual 30 er 21 Flat Panel Digital Fluoroscopy 4 57 Flicker free slim film viewer with viewing area i 140W x 43H cm 1 unit The film viewer with viewing area of 140W x 43H cm Luminance 1500 cd m2 Film holder at 4 58 NEE the upper and lower edge of the viewing area Colour temperature approx 6200 kelvin 4 59 UPS 150 KVA with 15 minutes back up 1 unit 5 Accessories Spare Parts and Consumables All standard accessories consumables parts required for the proper operation of the above item shall be included in the offer Bidders shall 5 1 specify in a separate Excel worksheet the quantity and details of any items included in this offer which have not been specified in this Tec
273. ts 2 1 It shall operate on AC power supply in the laboratory department 3 System Configurations 3 1 Blood Culture System consist of the following major components 3 2 Control module 1 unit Bidder shall indicate brand and model information here and provide technical data document for control module offered here Section VI Schedule of Requirements 153 Bidder s ae 9 Purchaser Specifications orter Deviation catalogue No Statement of if any datasheet Compliance manual 3 3 Incubator to accommodate at least 200 vials 1 unit Bidder shall indicate brand and model information here and provide technical data document for incubator offered here 3 4 Built in or stand alone computer 1 unit for data storage and reporting The computer shall have a current common specifications with 21 LCD colour display Bidder shall specify in details specifications indicate brand and model information here and provide technical data document for the computer offered here 3 5 Laser printer black amp white A4 1 unit Bidder shall indicate brand and model information here and provide technical data document for printer offered here 4 Technical Specifications 4 1 Standards test method of fluorescence Bidder shall indicate test method offered 4 2 Sample volume of approximately 1 10 ml 4 3 Continuous monitoring of
274. ty of bid security remain unchanged unless amended by another notice The address referred to above is as follows The Director Logistic Management Division Department of Health services Ministry of Health amp Population Off Pachali Teku Kathmandu Tel off 977 0 1 426 1768 Fax off 977 0 1 426 1413 E mail director dohslmd gov np Section I Instructions to Bidders SECTION I INSTRUCTIONS TO BIDDERS Section I Instructions to Bidders PART 1 Bidding Procedures 6 Section I Instructions to Bidders Section I Instructions to Bidders Table of Clauses ETTE AR si svarssussinscssnaces save assuinSienstedieusapedbitin T E T 8 1 SCOPO OF Bidoo h TE cease igs deep e eeu coe at dees a cates areata E 8 2 Source of BUNS eeir onneen nne eeraa enian a bern E ea Miata ARETE EEEE ene acc RERA 8 3 Braud and CoOrr ption mio eene eee ene E A AEPA E A E A E E E E aa 8 4 Eligible Bidders sinerot cere ieee Ee E E NAE E eee R EE TE 10 5 Eligible Goods and Related Services eseeeesessseseesseseesesresresrtssesrtsstertrstestestessertesseeresseeseses 11 Contents of Bidding Documents eessesssocesocesocesocesocesocesooesoossooesooesooeesosesosesosesosesosssocessesssecssesssesesese 11 6 Sections of Bidding Documents eeesseseeseereeseesrsseesesresresresesttsserrtssesstsstestestesestessreeessrest 11 7 Clarification of Bidding Document 00 0 eee eseeseescecsseceseceseceseceseceseceeeeseeseneeene
275. types of reusable standard mono polar electrodes 1 piece type of electrode Bidder must specify the type size of electrodes offered 5 9 Come with 1 piece of reusable standard mono polar coagulation forceps 5 10 Come with 1 piece of reusable standard bipolar forceps with hand switch 5 11 Reusable bipolar cord x 1 set 158 Section VI Schedule of Requirements Page no s Bidder s Offer Deviation of No Purchaser Specifications Statement of if any catalogue i Compliance datasheet manual 5 12 Reusable connecting cable for patient electrode x 1 set 5 13 Patient return electrode for Adult amp Child 50 pieces each 6 Operating Environment 6 1 Power supply 220 240 VAC 50Hz fitted with appropriate plug The power cable must be at least 3 metres in length 7 Standards amp Safety Requirements 7 1 This unit shall be certified to meet ISO9001 and 1SO14971 and ISO 13485 2003 AC 2007 or Directive 93 42 EEC and its subsequent additional Directives amending to it or USFDA approval Certificates showing the compliance of this unit offered with any relevant quality and safety standards MUST be submitted with this TSF 8 User Training 8 1 The Supplier shall conduct user training for this equipment to enable operators to use the equipment properly The training shall include the use of all operational functions of the equipment as wel
276. uedscetesnseecsaueesdesisscesesonstsvsessabonesanes 214 2 Performance SCCUMILY 2sesciecdisscssosssssesstioncvietecsedessssonss senessensessosessdeesssaccessess soseessestessoeseseanssentesonseses 216 3 Bank Guarantee for Advance Payment cssccsssscssssscsssscsssssssseccssscscssssessessssssscsssssssssssssasens 217 Section IX Contract Forms 1 Contract Agreement The successful Bidder shall fill in this form in accordance with the instructions indicated THIS CONTRACT AGREEMENT is made the insert number day of insert month insert year BETWEEN 1 2 Logistics Management Division an agency of the Department of Health Services of the Ministry of Health and Population of the Government of Nepal and having its principal place of business at Pachali Teku Kathmandu Nepal hereinafter called the Purchaser and insert name of Supplier a corporation incorporated under the laws of insert country of Supplier and having its principal place of business at insert address of Supplier hereinafter called the Supplier WHEREAS the Purchaser invited bids for certain Goods and ancillary services viz insert brief description of Goods and Services and has accepted a Bid by the Supplier for the supply of those Goods and Services in the sum of insert Contract Price in words and figures expressed in the Contract currency ies hereinafter called the Contract Price NOW THIS
277. uments g documentary evidence in accordance with ITB Clause 19 establishing the Bidder s qualifications to perform the contract if its bid is accepted and h any other document required in the BDS 12 Bid 12 1 The Bidder shall submit the Bid Submission Form using the form Submission furnished in Section IV Bidding Forms This form must be completed Form and without any alterations to its format and no substitutes shall be Price accepted All blank spaces shall be filled in with the information Schedules requested 12 2 The Bidder shall submit the Price Schedules for Goods and Related Services according to their origin as appropriate using the forms furnished in Section IV Bidding Forms 13 Alternative 13 1 Unless otherwise specified in the BDS alternative bids shall not be Bids considered 14 Bid Prices 14 1 The prices and discounts quoted by the Bidder in the Bid Submission and Form and in the Price Schedules shall conform to the requirements Discounts specified below 14 2 All lots and items must be listed and priced separately in the Price Schedules 14 3 The price to be quoted in the Bid Submission Form shall be the total price of the bid excluding any discounts offered 14 4 The Bidder shall quote any unconditional discounts and indicate the 14 Section I Instructions to Bidders 14 5 14 6 method for their application in the Bid Submission Form The terms EXW CIP and other similar terms shall be
278. unction Adjustable colour tone and white balance of the endoscopic 4 7 images A keyboard for data entry and control of the processor shall 4 8 be included With Automatic gain control AGC to allow the image to 4 9 be electrically amplified With edge enhancement to increase the sharpness of images 4 10 with at least 3 steps of setting from low to high With 2 structural enhancement modes to improve the stereoscopic appearance and fine structural details of large 4 11 and small lesions with 3 steps settings from low to high Section VI Schedule of Requirements 161 Bidder s Page no S One Deviation ot No Purchaser Specifications Statement if an catalogue of Y datasheet Compliance manual With electronic magnification to enlarge images image size 4 12 selection and with iris focusing function The video processor system and all endoscopes specified in 4 13 this TSF shall come with Narrow Band Imaging capabilities to enhance the visibility of mucosal surfaces and capillaries It shall have HD SDI and SD SDI TV signal output to 4 14 allow high definition transfer of video images fis With scope ID function to ease endoscope management Colour video monitor 1 unit Bidder shall indicate brand and model information here and 4 16 provide technical data document for the monitor offered It shall be a full high definition LCD colour video monit
279. urchaser Specifications Statement of if any catalogue i Compliance datasheet manual 12 1 It must be supplied with detailed operating and maintenance manuals and technical information in the English language Section VI Schedule of Requirements 141 Technical Specifications Form Specification amp Statement of Compliance 31 15 X ray machine 300mA Bidders are to offer a standard production model most closely matching the specification below and provide details of the offer The offer must be for brand new equipment These specifications are for the minimum requirement Bidders may offer higher specifications but they are to highlight these in the Statement of Compliance column Units are to be stated using the SI system For example length in metres m Multiples and sub multiples to be used are 10 mega M 10 kilo k 10 milli m and 10 micro p Bidders must enter their offered specifications against each parameter of this Technical Specifications Form TSF comment as necessary and sign and stamp each page Failure to complete this statement of compliance may result in the offer being rejected A Bidder who enters texts such as Yes Complied Better Refer to catalogue and directly copying the Purchaser s descriptions leaving any parameter line blank and or submit any text or content of this nature may result in the offer being rejected The Statement of Compliance must be su
280. wer s Country prohibits commercial relations with that Country provided that the Bank is satisfied that such exclusion does not preclude effective competition for the supply of the Goods or Works required or Para 1 8 a ii by an Act of Compliance with a Decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations the Borrower s Country prohibits any import of goods from that Country or any payments to persons or entities in that Country 2 For the information of bidders at the present time firms goods and services from the following countries are excluded from this bidding a With reference to paragraph 1 8 a i of the Guidelines Andorra Cuba Democratic Peoples Republic of Korea North Korea Liechtenstein Monaco Nauru San Marino and Tuvalu b With reference to paragraph 1 8 a ii of the Guidelines None PART 2 Supply Requirements PART 2 Supply Requirements 57 Section VI Schedule of Requirements Section VI Schedule of Requirements Contents 1 List of Goods and Delivery Schedule ccscssssscssssscsssscsssscssseccssssscssscsssssssssessssscssssssessesesssees 58 2 List of requirements for manufacturer s authorization warranty period related Services and Completion schedule sssccsssscsssscssssccssssccssscsssescssssssssscsssesssssessssssssesssessesssssees 60 3 Technnical S pecitications sissc cccsssisscsissv
281. with this condition 2 1 3 System Configurations 3 1 Video Processor 1 unit 160 Section VI Schedule of Requirements Bidder s Page no S One Deviation of No Purchaser Specifications Statement if an catalogue i of Y datasheet Compliance manual 3 2 Colour video monitor 1 unit 3 3 Xenon light source 300 watt 1 unit 3 4 VCD DVD Recorder 1 unit 3 5 Endoscopy trolley 1 unit 3 6 Video gastroscope 1 unit 3 7 Video colonoscope 1 unit 3 8 Video duodenoscope therapeutic 1 unit 3 9 Suction Unit 1 unit 3 10 Manual scope disinfector 1 unit 311 Ultrasonic cleaner for endoscopic accessories 1 unit 4 Technical Specifications Video Processor 1 unit 41 Bidder shall indicate brand and model information here and provide technical data document for the video processor offered The video processor offered shall be compatible with all type of videoscopes offered in this tender It shall be 4 2 compatible with all type of flexible endoscopes by using of a suitable adapter Capable of storing about 40 pre recorded patients data and 4 3 about 20 doctor s pre set conditions 4 4 Video Output 1x RGB 1x VBS 2 x Y C 4 5 Video signal output PAL SECAM NTSC Shall be capable of freezing an endoscope image 4 6 displaying stationary endoscopic images with picture in picture PiP display f
282. with Camera System 46 Section IV Bidding Forms 1 2 5 7 8 9 10 12 Slice Description of Goods Quantity and Custom Duties Unit Price net Price per line Price per line item Sales and other Total Price per line No physical unit DDU including and Import Taxes of custom item net of for inland item Custom Duties paid per unit in duties and Custom Duties transportation and payable per item DDU final accordance with import taxes in and Import other services destinations as ITB 14 6 c Gi accordance Taxes paid in required in Nepal to specified in Bidding to be supported with ITB 14 6 accordance with convey the goods to accordance with Documents Section by documents c Gii ITB 14 6 c i their final ITB 14 6 c iv VI Col 6 minus Col 58 destinations as Col 9 10 Col 7 specified in Bidding Documents Section VI ITB 14 6 c v 31 20 Flat Panel Digital 1 Unit Subtraction Angiography System with Pressure Injector including Accessories 31 21 Flat Panel Digital 1 Unit Fluoroscopy 31 22 Motorised High 1 Unit Frequency Portable Digital X Ray Name of Bidd r 2 5 3ccictedcpoesgh ceeded Ua tek bce ee ade Racivan siete gee oe e10 signature of Bidder 0 Total Bid Price damon Datema aa e The unit price must include the cost of on site installation commissioning and user training for items for which this is specified a
283. y with IEC 601 1 CE label according to MDD protection class 1 BF Bidder shall indicate the standards which their equipment complied with 4 27 Shall come with 1 unit of video CD 1 unit recorder 4 28 Shall come with 1 unit of video printer 1 unit 4 29 Arthroscopy Irrigation Distension 1 unit unit 4 30 Electronic centrifugal pump peristaltic pump or equivalent 4 31 The unit shall have at least pressure control to regulate the fluid pressure being produced and to directly regulate pressure within the joint 4 32 Fluid pressure range approximately 10 180 mmHg 4 33 Flow rate setting approximately 0 1 litre min adjustable 4 34 The system shall constantly monitor intra operational pressure to prevent over pressure There shall have optical and acoustical warning signal and software controlled electronic venting in case of overpressure 4 35 The system shall at least comply with IEC 601 1 Bidder shall indicate the standards which their equipment complied with 4 36 Power shaver system 1 unit 128 Section VI Schedule of Requirements S No Purchaser Specifications Qty Unit of Measure ment Bidder s Offer Statement of Complian ce Deviati on if any Page no of catalogue datasheet manual 4 37 The system shall consist of power shaver control unit footswitch and hand pieces 4 38 The motor of the system shall be electrical and bat

Download Pdf Manuals

image

Related Search

Related Contents

Samsung SC-D23 Camcorder User Manual  スーパー省エネ高圧インバータ FSDrive-MV1000    Bedienungsanleitung STYLUS TOUGH-8010 /μTOUGH  KWC Systema 10.501.222 User's Manual  ARCTIC L2 Pro  inno racks in551 car rack cross bar end hook installation instructions    Traxxas 4801 Motorized Toy Car User Manual  BPS / WinEDS Bridge Tool User`s Manual  

Copyright © All rights reserved.
Failed to retrieve file