Home

TENDER DOCUMENT FOR SUPPLY & INSTALLATION OF

image

Contents

1. To be submitted in Cover A Technical Bid Annexure VITTA Refer Clause No 3 10 STATEMENT REGARDING DEVIATIONS FROM TECHNICAL SPECIFICATIONS IF ANY Following are the Technical deviations and variations from the purchaser s Technical Specifications SI Item Name Clause of Technical Specification Statement of Deviations No Variations if any In case there is no deviation from technical specification Pl Mention No Deviation Signature of the Bidder Name Date Place Seal 64 Page To be submitted in Cover A Technical Bid Annexure VIII B Refer Clause No 3 10 DETAILS OF TECHNICAL SPECIFICATION OF THE PRODUCT S OFFERED BY THE BIDDER SI Item Name No Make Model Detail Specification of the product s offered PI Describe the detail specification of the product offered Para wise compliance to the technical specification asked for Leaflets Technical Brocheures of the product offered must be attached in support of the information provided above Signature of the Bidder Name Date Place Seal 651Page ANNEXURE To be submitted in COVER B PRICE BID 661Page To be submitted in Cover B Price Bid ANNEXURE IX A Refer Clause No 4 1 amp 8 16 Whether depot inside Odisha i e VAT paid to Government of Odisha Yes No If Yes Depot Address For items other th
2. I we am are the manufacturers authorized agents distributors of I we do accept agree for the all clauses including the warranty 2 years followed by 3 years CMC and payment terms and conditions of this tender I we do hereby confirm that the prices rates quoted are fixed and are at par with the prices quoted by me us to any other Govt of India Govt of Odisha Hospitals Medical Institutions I we also offer to supply the stores at the prices and rates not exceeding those mentioned in the price bid I we agree to abide by my our offer for a period of 365 days from the date of approval of the tender I we have necessary infrastructure for the maintenance of the equipment and will provide all the accessories spares as and when required I we also declare that in case of change of Indian Agent or for any other change merger dissolution solvency etc in the organization of our foreign principles we would take care of the Guarantee warranty maintenance of the machinery equipment and have provided written confirmation for the same Ta I we shall provide assistance to the consignee in clearance and delivery of store at consignee s stores premises 8 The demurrage storage charges if any payable to the customs department due to non receipt of required documents in time by the hospital delay due to incorrect entries mistakes to the documents etc shall be borne by me us 9 I we have carefu
3. Environment ISO 9001 2000 Quality amp ISO 13485 2003 Certified approved Technical Specification It should have High amp Low raising back rest Overall approx size 1905 mm L x 710 mm W Stretcher size 1830 mm L x 555 mm W Two sections top Height adjusted by foot operated hydraulic pump from 660 mm to 910 mm Gas spring assisted Trendelenburg Reverse Trendelenburg positions Complete with corner buffers synthetic rubber covered handles accessories tray oxygen cylinder holder SS telescopic IV rod and swing away SS side rails Pretreated and powder coated Four imported swivel castors 125mm dia and two with total lock 17 DRESSING TROLLEY Eligibility Criteria a Should be CE BIS approved product b Manufacturer should be ISO certified for quality standards Technical Specification Size should be 760mm Length x 510mm Width x 900mm height SS tubular frame mounted on four castors 200 mm dia Two SS shelves with protective railings on all four sides Supplied in kdc 18 TRACHEOTOMY SET 44 Page Eligibility Criteria a Should be CE BIS approved product b Manufacturer should be ISO certified for quality standards Technical Specification 1 Percutaneous tracheotomy set 2 Guide wire 3 Dilator metal and rhino 4 Various sizes tracheotomy tube 5 Special reusable Metallic Tracheal dilator with wire groove in the inner side 6 Should have all accessories 19 AMBU BAG Eligibi
4. amp Pulsed Short Wave Diathermy 1 500 26 Ultrasound Therapy Unit Single Head 1 500 27 Cervical Traction Wall M ount 1 500 28 Trancutaneous Electrical Nerve Stimulator TENS 1 500 29 Nebulizer 500 30 Suction Machine Electrical 27 000 Note The bidder may quote for any or all the equipment by submitting the required EMD for that equipment The Earnest Money Deposit will be paid in the shape of demand Draft only in favour of Joint Director State Drug Management Unit from any Nationalised Scheduled Bank payable at Bhubaneswar Performance Security The selected firm should submit the performance security in shape of Bank Draft Bank Guarantee equal to the amount of 10 of the purchase order value excluding the tax amp CMC cost of the items within 21 days of issue of the purchase order amp the same will be returned back after completion of warranty period The performance security shall be furnished at the Districts Directorates after getting the purchase order from the concerned Districts Directorates 10 Pre qualification Eligiblity Criteria A Manufacturing units Importers are eligible to participate in the tender provided they have i Import License In case of Importer only ii Valid ISO certificate iii Product must be ISI CE US FDA IEC etc certified as per Technical Specification Section VI iv Tenderer Manufacturer Importer should have proof of supply o
5. e System Should be Supplied with the following 2 5 MHz Convex Array probe 4 10 MHz Endocavity probe 5 13 MHz Linear Array Probe PC Based Image management system Black and white laserjet printer for reporting Power supply gt Power input to be 220 240VAC 50Hz fitted with Indian plug gt UPS of suitable rating shall be supplied gt Constant Voltage Stabiliser shall be supplied Documentation e User manual in English e Service manual in English Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet M CBE Machine Spar ee Eligibility Criteria e Should be US FDA and CE of the quoted model e Should be compliant to ISO 13485 Quality systems Medical devices Particular requirements for the application of ISO 9001 applicable to manufacturers and service providers that perform their own design activities e Should have local service facility The service provider should have the necessary equipments recommended by the manufacturer to carry out preventive maintenance test as per guidelines provided in the service maintenance manual Technical Specifications e Automatic blood cell counter that measures 18 parameters including 5 part differential of WBC is required complete with printer e Parameters to be measured are WBC LYM LYM MON MON GRA GRA RBC HGB HCT MCV MCH MC 361Page e Histogram WBC 5 part
6. e The control panel of machine should be provided with numeric and function keys for parameter settings e Micro volume Infusion 0 1 ml to 99 9 ml hr amp 100 ml to 999 ml hr e Broad range of delivery rate settings e The Vein should be Open when infusion is complete e Calibrated for Indian IV sets e Mains and battery operation e Blood Plasma Infusions possible e Drop Sensor as standard accessory e Alarms for Air Inline Occlusion Low Battery Door Open Tube Misloading Infusion Complete amp Empty Container Power Supply e Power input to be 220 240VAC 50Hz fitted with Indian plug Documentation e Certificate of calibration and inspection from factory e User Technical Maintenance manuals to be supplied 46 Page e Log book with instructions for daily weekly monthly and quarterly maintenance checklist The job description of the hospital technician and company service engineer should be clearly spelt out 23 Syringe Pump Description of function The Syringe Pump provides uniform flow of fluid by precisely driving the plunger of a syringe down its barrel It provides accurate and continuous flow rate for precise delivery of I V medication in critical medical care The syringe pump should be programmable user friendly safe to use and should have battery back up and comprehensive alarm system Product eligibility Criteria a Should be US FDA or CE of the quoted model b Manufacturer should be ISO certified fo
7. 3 17 Copy of Valid ISO certificate Copy of Valid ISI CE US FDA certificate as per Section V Technical Specification Copy of Certificate in support of IEC certificate as per Section V Technical Specification Copy of the up to date VAT clearance certificate The Original Tender Booklet with Conditions and the schedules signed by the tenderer at the bottom of each page with his official seal duly affixed Certificate in support of service center in Odisha or undertaking to set up service center in Odisha within one month from the date of installation if approved for those who have no service centers in Odisha COVER B PRICE BID 4 4 1 4 2 10 Pa The price to be quoted for medical equipments should be sent in the prescribed price format in a separate sealed cover hereafter called Cover B Price Bid Cover A and complies to tender specification amp find to be as per technical specification in Product in demonstration will only be opened The tender format Price Schedule in duplicate in the prescribed form as per Annexure IX must be submitted in Cover B The price of the item should be quoted inclusive of excise duty insurance packing forwarding freight door delivery and warranty for 2 years The price of CMC for 3 years turnkey job accessories if any for installation sales tax VAT and entry tax charges if any should be quoted in a separate column The rate should be quoted
8. B The date of opening of financial bid will be intimated to the firms found successful in the technical bid evaluation Venue is mentioned at the address mentioned above Bidders authorized representative may remain present at the time of opening of bid Director of Health Services O 21Page SECTION HI IMPORTANT INSTRUCTIONS TO BE NOTED CAREFULLY BY THE TENDERERS Mode of Procurement This is a Rate contract Tender the rate of which will be valid for a period of one year from the date of finalization of rate contract However the approx quantity requirement is mentioned in the Schedule of Requirement Section IV The State Drug Management Unit shall invite tender centrally amp evaluate the same After finalization approval of the supplier amp the rate the same will be communicated to the Districts and the concerned Chief Medical Officers of the District The purchase order shall be placed by the Chief Medical Officer of District State Dug Management Unit Directorates as per the requirement 2 Purchaser Chief District Medical Officer of the Districts Directorates of H amp FW Department GoO 3 Consignee District Headquarter Hospitals 4 Delivery Period Within 60 days from issue of the purchase order 5 Mode of Delivery By Air Road Rail 6 Guarantee Warranty Comprehensive warran
9. Certificate of the manufacturer as per as per Section VI Technical Specification Proof of supply installation of 50 of the required quantity executed directly by manufacturer or through distributor of the equipment s similar equipments mentioned in the schedule of requirement to any Govt Organization Corporate Hospitals PSU Hospitals UN Agencies and certificate in support of that from the user during the last three years Item wise Major deviations from the technical specification of the item s as per tender Price bid quoted rate with signature and seal Hard Copy EARNEST MONEY DEPOSIT 6 1 6 2 6 3 The amount of Earnest Money Deposit required is mentioned in the Section II The Earnest Money Deposit will be submitted in the shape of demand Draft only in favour of Joint Director State Drug Management Unit Bhubaneswar from any Nationalized Scheduled Bank payable at Bhubaneswar The EMD of the unsuccessful tenderers will be returned back without interest after placement of purchase order to the successful tenderer and EMD of successful tenderer will be returned after submission of performance security ies The EMD will be forfeited if the tenderer withdraws its tender furnish forged documents which is found during bid evaluation OR doesn t sign the contract doesn t furnish performance security doesn t supply the items in case of successful bidder within the stipulated time period PERFORMA
10. OF RAM MANDIR CONVENT SQUARE BHUBANESWAR 1 11Page SECTION I NOTICE INVITING TENDER Tender Reference No SDM U 2012 13 EQP 012 Dated 4 9 2012 TENDERS ARE INVITED FROM ELIGIBLE BIDDERS AS PER THE ELIGIBILITY CRITERIA FOR SUPPLY amp INSTALLATION OF MEDICAL EQUIPMENT 1 Period of Availability of From 10 9 2012 to 29 9 2012 Tender Document Downloadable from website http www orissa gov in portal default asp all tender link http www orissa gov in health_portal index html Tender amp Advt link In case of any bid amendment and clarification responsibility lies with the bidders to collect the same from the above mentioned website before last date of submission of tender document and the tender inviting authority shall have no responsibility for any delay omission on part of the bidder 2 Date time amp place of Date 17 9 2012 Time 11 30 AM Pre bid meeting Place State Drug Management Unit In front of Ram Mandir Square Convent Square Bhubaneswar 1 3 Last date amp time for Date 1 10 2012 Time 11 30 AM submission of Tender Address of Submission of Bid The Joint Director State Drug Management Unit In front of Ram Mandir Square Convent Square Bhubaneswar 1 Odisha Through Speed post Registered post Courier 4 Date time and place of a Technical Bid Cover A opening 1 10 2012 12 noon at the opening of Tender address mentioned above b Financial Bid Cover
11. STAND ALONE NON INVASIVE BIPAP Machine Description of Function Eligibility Criteria a Should be US FDA CE of the quoted model b Manufacturer should be ISO certfied for quality standards Technical Specification Should have Modes C P A P spontaneous Auto Should have fixed back up rate of 10 breaths per minutes I P A P Pressure Range 2 to 25 cm H20 in increments of 0 2 on H20 E P A P Pressure Range 2 to 25 cm H20 in increments of 0 2 on H20 Should be able to detect leak display tidal volume respiratory rate and pressure Should be able to set IPAR Max and Min time Should be able to set rise time Ramp time available for 45 minutes eo ON HA WHA KF wWwN Should provide 2 sets of reusable masks one face and one nasal with the machine 10 Should have a facility of automatic on off on the machine 11 Should have an in built S M P S 13 Should have leak compensation feature 15 Should have battery backup of 30mints Power Supply 43 Page Power input to be 220 240VAC 50Hz fitted with Indian plug Documentation e User manual in English e Service manual in English e Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet any point if not substantiated with authenticated catalogue manual will not be considered 16 Emergency Recovery Trolley Eligibility Criteria a It must be ISO 14001 1996
12. Safety for Electromagnetic Compatibility or should comply with 89 366 EEC EMC directive Technical Specifications Standard hinged arm holder for holding the circuit Colored TFT screen 12 Inch or more Facility to measure and display a 3 waves Pressure and Time Volume and Time and Flow and Time b 3 loops P V F V P F with facility of saving of 3 Loops for reference c Graphic display to have automatic scaling facility for waves d Status indicator for Ventilator mode Battery life patient data alarm settings clock etc e Trending facility for 24 72 hours with minimum 5 minutes resolution for recent 24 hours f Automatic compliance amp Leakage compensation for circuit and ET Tube Following settings for all age groups a Tidal Volume b Pressure insp c Pressure Ramp d Respiratory Rate e SIMV Respiratory Rate f CPAP PEEP g Pressure support h FIO2 i Pause Time j Pressure amp Flow Trigger Monitoring of the following parameters a Airway Pressure Peak amp plateau b Tidal volume Inspired amp Expired c Minute volume Inspired and Expired 231Page d Spontaneous Minute Volume e Total Frequency f FIO2 dynamic g Use selector Alarms for all measured amp monitored parameters Modes of ventilation a Volume controlled b Pressure Controlled c Pressure Support d SIMV Pressure Control and volume control with pressure support e CPAP PEEP f Inverse Ratio Ventilatio
13. Such damages shall be assessed by the C D M O Directors whose decision is final amp binding in the matter If any articles or things supplied by the tenderer have been partially or wholly used or consumed after supply and are subsequently found to be in bad order unsound inferior in quality or description or are otherwise faulty or unfit for consumption use amp rusted then the contract price or prices of such articles on full will be recovered from the tenderer if payment had already been made to him or the tenderer will not be entitled to any payment for that item amp no further order will be given to him For infringement of the stipulations of the contract or for other justifiable reasons the contract may be terminated by the C D M O Directors and the tenderer shall be liable for all losses sustained 75 Page by the C D M O Directors in consequence of the termination which may be recovered from the Security Deposit made by the tenderer or other money due or become due to him Supply of sub standard items or non performance of tender terms amp conditions will disqualify a firm to participate in the tender for the next five years ARBITRATIONS In the event of any dispute out of the contract such dispute should be subject to the Jurisdiction of the Civil Court Dist or High Court Odisha CHANGE OF TERMS AND CONDITIONS Any amendment to the terms amp conditions and clauses of the agreement if required must be d
14. Tender Cover A Technical Bid amp Cover B Price Bid is mentioned in the tender document In case of any bid amendment and clarification responsibility lies with the bidders to collect the same from the website or the office notice board before last date of sale of tender document and the D H S O shall have no responsibility for any delay omission on part of the bidder The authority reserves the right to accept reject any part thereof or all the bids amp without assigning any reason thereof gning any OIP Ea Va Director of Health Services O Memo No 0 vA S Dated Copy forwarded to the Directot Information amp Public Relations Odisha Bhubaneswar for information and necessary action This Directorate Memo No 2736 dt 27 08 2012 is hereby cancelled He is requested to please make necessary arrangements for publication of the tender Call Notice by dt 10 09 2012 in two widely circulated English dailies amp two Oriya dailies preferably The Economic Times The Indian Express The Times of India amp The Samaj The Sambad The Dharitri for wide publication as the total procurement will be more than 10 Crore rupees immediately under intimation to this Directorate Complementary copies of the News Papers in which the Tender Call Notice are published may please be made available to this Directorate within 3 three days time from the date of publication as the same will be r
15. VAT amp ET which will be chargeable on the price 3 shall be mentioned separately in column 7 above The cost of turnkey shall only be quoted if any specific accessories equipment is required for installation amp commissioning In case of turnkey the details of accessories equipment are to be mentioned Date Place Signature of the Bidder Name Seal 1 Rates should be quoted both in figures amp words for each item and if there is any discrepancy the quoted rates in words will be taken for evaluation 2 The tenderer has to mention the make brand specification warranty of all the items in turn key 68 Page ANNEXURES Agreement Warranty and CMC Undertaking 69 Page ANNEXURE X Refer clause no 7 1 2 AGREEMENT THIS AGREEMENT IS MADE AT THIS THE DAY OF 2012 BETWEEN Name of the Supplier with full address Here in after called the Supplier s as 1 Party AND The C D M O name of the District Health amp F W Department GoO Represented through the THE CONSIGNEE Hereinafter called the PURCHASER as 2 Party Relying on the documents and representation of facts connected to the issue of aforesaid parties to undertake the responsibilities of sell and purchase of following equipment s etc with the terms amp conditions hereinafter laid down And whereas the 2 party Purchaser s is willing to purchase Name of the Item Specifications As per specificati
16. and ICU Eligibility Criteria a Should be US FDA CE of the quoted model b Manufacturer should be ISO certified for quality standards Technical Specification Compact lightweight easily transportable mobile radiographic unit suitable for Bedside x ray for intensive care units Operation theaters and also in the Radiology department for conventional radiography The unit must have an effective braking system for parking transport and emergency braking The tube stand must be fully counterbalanced with rotation in all directions It must have an articulated arm for maximum positioning flexibility in any patient position AII cables should be concealed in the arm system The unit must have cassette storage facility for all size of cassettes X ray Generator with digital display of mAs and kV 1 Output Power lt 10 kW 2 Output Waveform High Frequency 3 kV 40 125 kV 4 mA lt 160 mA 5 mAs range 6mAs 200 mAs 6 Cable length not less than 2 m X ray Tube 301Page 1 Rotating Anode atleast2500 rev min 2 Focal Spot within 0 6 x 0 6 mm to 1 3 x 1 3 mm 3 Total filtration minimum 2 5 mm Al 4 Tube angulations horizontal movement at least 45 cm vertical movement at least 100 cm Z axis rotation at least 90 degrees X axis rotation at least 90 degrees Accessories 1 Grid stationary Accreditation 1 The unit Model must have type approval or No objection certificate from the Atomic Ener
17. assigning any reasons thereof The tenderers will not be entitled to any compensation whatsoever for such termination The supply should be completed within 60 days from the date of issue of purchase order unless otherwise specified If no supply is received even after 60 days or 88 days with liquidated damage from the date of issue of the purchase orders such orders will stand cancelled automatically without further notice Penalties shall also thereafter be applied to the tenderer as specified in clause no 21 1 to 21 2 The approved firm shall also suffer forfeiture of the EMD and Performance Security Deposit The tender inviting authority or his authorised representative s has the right to inspect the factory of those company who have quoted for the tender before accepting the rate quoted by them or before releasing any purchase order s or at any point of time during the validity period of tender and has also the right to reject the tender or terminate cancel the orders issued or not to reorder based on the facts brought out during such inspections EVALUATION 18 1 18 2 18 3 The price bid of the tenders who qualify in the technical bid fulfilling the eligibility criteria and complying to the technical specification shall only be opened The tender inviting authority may ask for demonstration of the equipment by the bidders at the premises of the tender inviting authority as a part of the technical evaluation before opening
18. be ISI BIS CE US FDA etc valid ISI BIS CE US FDA certificate certified As per Section VI technical specification 61Page iv v vi vil viii Tenderer Manufacturer Importer should have proof of supply of 50 of the required quantity executed directly by manufacturer or through distributor of the equipment s similar equipments mentioned in the schedule of requirement to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies and purchase order copies in support of that in last 3years as per format at Annexure VII Item wise For Category I Items Proof of annual average turnover Manufacturers Importer of Rs 10 Crore or more in the last three 3 financial years certified by the Chartered Accountant as per the format at Annexure VI For Category II Items Proof of annual average turnover Manufacturers Importer of Rs 3 Crore or more in the last three 3 financial years certified by the Chartered Accountant as per the format at Annexure VI Proof of compliance with IEC Certificate As per Section VI technical specification Medical Electrical Equipments Particular requirement for Electrical Safety of the equipments Manufacturing unit who has been blacklisted either by the Tender inviting authority or by any state Govt or Central Govt organization is not eligible to participate in the tender for that item during the period of blacklisting Copies of stay order s if any agains
19. conditions amp specifications of the tender document I we further declare that I we have a service centre will establish a service centre within one month of installation of the equipment in Odisha Signature of the bidder Seal Date Name amp Address of the Firm Affidavit before Executive Magistrate Notary Public 601Page ANNEXURE V Refer Clause No 2 2 i To be submitted in Cover A Technical Bid MANUFACTURER S AUTHORISATION FORMAT To The Joint Director State Drug Management Unit In front of Ram Mandir Square Bhubaneswar 1 Odisha Ref Tender No Dated for Dear Sir We are the manufacturers of name of equipment s and have the manufacturing factory at Messrs name and address of the agent is our authorized distributor for sale and service of name of equipment s We confirm that no supplier or firm or individual other than Messrs name of the above distributor is authorized to submit a tender and enter into a contract with you for the above goods manufactured by us We also extend our full warranty 2 years comprehensive warranty and also full back up support for 3 years AMC CMC after the warranty period as required by the purchaser We undertake that we have adequate infrastruct
20. for each item both in figures and words In case of difference in words and figures words will be taken into consideration for evaluation The Cover B of tenderers who qualifies in their technical bid will only be opened at the office of the Joint Director State Drug Management Unit ce ge SDMU Bhubaneswar at a date amp time which will be intimated to them by SDMU REJECTION OF TENDER 5 The tender submitted by the bidder will be rejected if any of the following documents are wanting not submitted with the tender 11iPa i ii iii iv v vi vil viii ix o e Import License In case of Importer Manufacturer s authorization in case of distributor importer Earnest Money Deposit EMD Annual Average Turnover of Rs 10 Crore or more or Rs 3 Crore or more depending upon category I or Category II Items in case of Manufacturer Importer OR Rs 2 Crore or more or Rs 1 Crore or more depending on the Category I or Category II Items In case of authorized distributors in the last 3 financial years as per Annexure VI In case of authorized distributor they will have to furnish alongwith their own turnover the Annual Average turnover statement as per Annexure VI from the Manufacture Importer of the item s as mentioned above Valid ISO certificate of Manufacturer Valid ISI CE US FDA certificate of the manufacturer as per Section VI Technical Specification IEC
21. manufacturer importer of the item s as mentioned in A v amp vi above They should submit manufacturer s authorization to transact business on behalf of the manufacturer as per the format at Annexure V Proof of supply of 50 of the required quantity executed directly by manufacturer or through distributor of the equipment s mentioned in the schedule of requirement to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies and purchase order copies in support of that in last 3years as per format at Annexure VII Item wise The authorized distributor will submit the following documents in support of the manufacturer along with the tender Valid ISO certificate Valid ISI CE US FDA IEC certificates of the manufacturer as per technical specification Section VI The Manufacturer or the tenderer if blacklisted either by the Tender inviting authority or by any state Govt or Central Govt organization for the quoted item is not eligible to participate in the tender during the period of blacklisting 5 1Page SECTION MI TERMS AND CONDITIONS FOR SUPPLY amp INSTALLATION OF MEDICAL EQUIPMENTS 1 1 12 1 3 1 4 Sealed tenders will be received till 1 10 2012 upto 11 30 AM by the office of the Joint Director State Drug Management Unit In front of Ram Mandir Square Bhubaneswar 1 Any tender received after the due date amp time will be rejected returned to the sender unopened Th
22. payment of equipment will only be made after receipt of certificate on working status of the equipment from the consignee after 6 weeks of installation and commissioning of the equipment for which the supplier has to raise two bills A one for 90 of the cost of the equipment 100 turnkey job 100 taxes the other for balance 10 of the cost of the equipment Payments as mentioned above will only be made after keeping the performance security deposit from the supplier as per clause no 7 1 if they have not deposited the same before Payment will only be made after ensuring signing of the Agreement undertaking and handing over of warranty papers of equipment and turnkey jobs by the supplier to the purchaser No claims shall be made against the purchaser in respect of interest on earnest money deposit or performance security deposit or any delayed payment or any other deposit Payments in shape of Draft Pay Order will preferably be despatched to the supplier by Registered post with A D or e payment on line transfer or may be handed over to the authorized person of the supplier The payment of CMC will be made on a six monthly basis after completion of warranty period and signing of the CMC agreement PENALTIES 21 1 21 2 201P a If the successful tenderer fails to deposit the required performance security within the time specified or withdraws his tender after acceptance of his tender owing to any other reasons or
23. quoted by the Supplier s in his their financial proposal will be the price for payment and no other price escalation will be allowed at any circumstances SUPPLY The supply should be completed within 60 days from the date of issue of purchase order unless otherwise specified If no supply is received even after 60 days or 88 days with liquidated damage from the date of issue of the purchase orders such orders will stand cancelled automatically without further notice Penalties shall also thereafter be applied to the tenderer as specified under Penalty The approved firm shall also suffer forfeiture of the EMD and Performance Security Deposit LIQUIDATED DAMAGE The C D M O of the concerned district may allow extension for a maximum period of 4 four weeks 28 days after the stipulated date of supply i e 60 days with a penalty of 0 5 which will be deducted from the purchase order value as Liquidated Damage for each week 7 days of delay upto a maximum 2 on the value of the goods If the supplier fails to complete the supply within the extended period i e 60 days after being allowed by the purchaser no further purchase order will be placed to the firm for the said item including forfeiture of the Performance security and the concerned firm will be blacklisted for two 2 years from the date of issue of letter for the said item TERMS FOR PAYMENT A The payment s shall be made by purchaser in Indian currencies No adv
24. requirement of items may increase or decrease depending on the situation PACKAGING 9 1 All the packaging should be New The supplier shall provide such packaging of the goods as is required to prevent their damage or deterioration during transit to their final destination The packaging shall be sufficient to withstand without any limitation including rough handling during transit exposure to extreme temperature salt and precipitation during transit and upon storage TURNKEY 10 1 The electrical power supply point will be provided by the purchaser at the room where the equipment will be installed but the wiring and electrical fittings inside the room and accessories if any required for installation amp commissioning of the equipment from the power supply point to the point of actual installation will be provided by the supplier without any extra cost apart from the cost mentioned under turnkey in the Price schedule which should include the cost of all such requirement COMPREHENSIVE WARRANTY amp CMC Undertaking as per Annexure XI amp XII 11 1 15 Pa The comprehensive warranty will remain valid for 2 years from the date of installation amp commissioning of the equipment The original copy of warranty documents will be submitted to the purchaser at the time installation The warranty will cover all the parts of the machine or item and any replacement or repair required within the warranty period and will be provide
25. second for faster reading in kinetic tests Aspiration system Programmable sipping volume from 100 1000 Automatic calibration of sipping volume Automatic adjustment of sipping time Facility for air purge in between 2 samples to avoid carry over Quality Control At least 2 controls per test Programme Levey jenning s plot optional High Low flags e Flow Cell Metal with quartz window measuring volume of about 25 ul e Temperature control by peltier element e Computer connection Possibility to take repeat readings of reaction solution aspirated flow cell for kinetics e Thu unit shall be capable of operating in ambient temperature of 20 30 deg C and relative humidity of less than 70 Power Supply e Input Power 220 VAC 10 50Hz Calibration The semi auto analyser need to be caliberated in every 6 months during the warranty period as well as CMC period The cost of such caliberation should be mentioned in the unit price as well as in CMC price 40 Page Documentation e User manual in English e Service manual in English e Certificate of calibration and inspection Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet 14 DIGITAL VIDEO COLPOSCOPE Description of function Colposcope is a diagnostic equipment which is used for early detection of cervical cancer Product Eligibility Criteria e Shoul
26. the issuing authority Import License in case of Furnish photocopy of Import License Importer only VAT validity Furnish photocopy of VAT PAN Furnish photocopy of VAT Details of the Service Centre Facilities in Odisha Signature of the Tenderer with seal Date Official Seal 59 Page ANNEXURE IV Refer Clause No 3 6 To be submitted in Cover A Technical Bid DECLARATION FORM DD A E E i E E E having Mys ie OUE a reana E ete O A EEN office e E E E a E ES do declare that I We have carefully read all the terms amp conditions of tender of the Odisha for the supply of medical equipments The approved rate will remain valid for a period of one year from the date of approval I will abide with all the terms amp conditions set forth in the Tender Reference no I We do hereby declare I We have not been de recognised black listed by any State Govt Union Territory Govt of India Govt Organization Govt Health Institutions for supply of Not of Standard Quality NSQ items non supply I We agree that the Tender Inviting Authority can forfeit the Earnest Money Deposit and or Performance Security Deposit and blacklist me us for a period of 3 years if any information furnished by us proved to be false at the time of inspection verification and not complying with the Tender terms amp conditions hereby declare that I we will supply the as per the terms
27. turnkey the details of accessories equipment are to be mentioned Signature of the Bidder Name Date Place Seal 1 Rates should be quoted both in figures amp words for each item and if there is any discrepancy the quoted rates in words will be taken for evaluation 2 The tenderer has to mention the make brand specification warranty of all the items in turn key 67 Page To be submitted in Cover B Price Bid Whether depot inside Odisha i e VAT paid to Government of Odisha Yes No If Yes Depot Address ANNEXURE IX B Refer Clause No 4 1 amp 8 16 For Items Semi Auto Analyser amp CBC Machine only Name of the Item s Specification Total Cost of the CST VAT amp In Case of Items mentioned in Item Unit Price ET VAT pl the schedule of with CMC amp if any on amp Mention requirement Turnkey if any above the whether VAT With Make amp Exclusive of item price is payable to Model Calibration Charges 6 CST VAT amp ET mentioned in Govt of monthly calibration charge during 3 Odisha warranty Mention whether CST Cost in Rs both in words amp VAT and ET figures the of tax amp it s value in Rs 1 2 3 4 5 6 3 445 7 8 1 year after warranty 2 year after warranty 3 year after warranty Price of each item s quoted should be mentioned separately by creating separate rows for each item CST
28. 13 e User manual in English e Service manual in English e Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet any point if not substantiated with authenticated catalogue manual will not be considered SEMIAUTO ANALYSER Product Eligibility Criteria Should be US FDA or CE of the quoted model Manufacturer should be ISO certified for quality standards Safety Standard should comply to IEC 60601 Technical Specification 39 Page e Semi automated Chemistry Analyser with built in software for the calculation and curve plotting It should accept all types of curvefits like Log log Log linear Exponential point to point User programmable memory for upto 50 chemistrics minimum with programmable by the user e Light Source Quartz Halogen Lamp e Wavelength Range Automatic selection by at least 8 position filter wheel ranging 340 770 nm e Photometric Range 0 to 3 0 Absorbance e Calculation Modes Absorbance concentration End point with factor or standard Enzyme kinetics with factor or standard Fixed time with factor or standard Differential mode with factor or standard Polygonal multi standard Calibration Curve e Nonlinear software for Elisa should be there Kinetics e Delta determination e Incubation Time 1 to 999 second e Interval Time 1 to 999 second e Should be programmable with increment of 1
29. ALTY CLAUSE During the Guarantee warranty period desired uptime will be 95 of 365 days 24 hour if downtime exceeds 5 penalty in the form of extended warranty double the number of days for which the equipment goes out of service will be applied The vendor must undertake to supply all spares for optimal upkeep of the equipment for TWO YEARS from the date of installation at the site If accessories other attachment of the system are procured from the third party then the vendor must produce cost of accessory other attachment and the CMC from the third party separately along with the main offer and the third party will have to sign the CMC with the consignee if required In no case equipment should remain in non working condition for more than 7 working days 72 Page The manufacturers or their agents are required to submit a certificate that they have satisfactory service arrangements and fully trained staff available to support the uptime guarantee COMPREHENSSIVE MAINTENANCE CONTRACT The supplier will provide CMC for 3 three years after the completion of 2 years comprehensive warranty period INSTALLATION AND DEMONSTRATION The installation and demonstration of the equipment shall be done by the Supplier s at free of cost at the installation site of the respective institutions TRAINING Supplier s shall impart adequate training to 2 doctors and 2 technicians at the site his their factory workshop inside outs
30. Calibration The semi auto analyser need to be caliberated in every 6 months during the warranty period as well as CMC period The cost of such caliberation should be mentioned in the unit price as well as in CMC price Documentation 12 e User Servive manual in English e Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet any point if not substantiated with authenticated catalogue manual will not be considered DEFIBRILLATOR WITH MONITOR Description of function Defibrillator is required for reviving the heart functions by providing selected quantum of electrical shocks Product Eligibility Criteria Should be US FDA and CE of the quoted model Manufacturer should be ISO certified for quality standards Shall meet IEC 60601 1 2 2001 Or Equivalent BIS General Requirements of Safety for Electromagnetic Compatibility or should comply with 89 366 EEC EMC directive Operational requirements Defibrillator should be Bi Phasic Should monitor vital parameters and display them Should print the ECG on thermal papers Should work on Manual and Automated external defibrillation AED mode Should be capable of doing synchronized cardioversion Can be operated from mains as well as battery Technical Specifications Should be a Low Energy Biphasic defibrillator monitor with Recorder having capability to arrest all arrhythmia wi
31. D DIRECTORATE OF HEALTH SERVICES ODISHA STATE DRUG MANAGEMENT UNIT IN FRONT OF RAM MANDIR CONVENT SQUARE BHUBANESWAR 1 Tel Fax 0674 2380750 2380749 _e mail sdmuorissa yahoo co in Letter No Dated SDMU II anos x TENDER CALL NOTICE FOR RATE CONTRACT OF MEDICAL EQUIPMENT FOR ICU NCD CELL Bid Reference No SDMU 2012 13 EQP 012 The Director of Health Services Odisha Bhubaneswar invites tenders in sealed cover only through Regd Post Courier Speed Post from the Manufacturers Importers Authorized Distributors for supply installation and commissioning of Medical Equipments Instruments Furniture for ICU amp Non Communicable Disease NCD Cell for different districts The rate contract will remain valid for a period of one year from the date of approval of the tender A complete set of the tender documents may be obtained from the office of the undersigned during the Office hours from 11 AM to 4 PM as per the details given below on submission of a written application and on payment of a non refundable fees as specified below All payments will be made only in shape of a Bank Draft from a Nationalized Scheduled Bank in favour of the Jt Director State Drug Management Unit Odisha Bhubaneswar payable at Bhubaneswar This Directorate Letter No 2735 dt 27 08 2012 is hereby cancelled The details are given below a Cost of Tender Document Rs 2 100 including VAT b Date of commencement of sale
32. G Machine 12 Leads with Interpretation Ol Patient Cable Ol Chest Electrodes Adult set of six 01 sets Chest Electrodes Paediatric set of six 01 sets Limb Electrodes set of 4 Ol sets Thermal Paper A4 Size for 500 patients Bidder should quote the rate of ECG paper per patient which will be valid for one year from the date of installation 28 Page Power supply Power input to be 220 240VAC 50Hz fitted with Indian plug Resettable over current breaker shall be fitted for protection Documentation User manual in English Service manual in English Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet any point if not substantiated with authenticated catalogue manual will not be considered 6 ICU BED Eligibility Criteria a Should be CE of the quoted model b Should have following certification ISO14001 1996 for Environment friendly features and ISO 9001 200 for quality product Technical Specification 29 Page Standard High quality ICU bed with following standard features and accessories It should have the dimension of 2 meters x 0 9 meters and variable heights from m0 4 to 0 8 meters approximately Should have broad base Mobile with 4 wheels 100mm dia and locking facility preferable central The bed should have multiple section four for various positions and patent comfort The ICU bed should have with adjustmen
33. NCE SECURITY amp AGREEMENT 7 1 T2 7 3 7 4 The performance Security should be submitted in shape of Bank Draft Bank Gurantee from a Nationalised Scheduled Bank in favour of the CDMO of the concerned District Joint Director SDMU Head of the Directorates as the case may be depending on the requirement equal to the amount of 10 of the purchase order value of the item excluding cost of CMC amp taxes within 21 days of issue of the purchase order The agreement as per Annexure X will be signed between the supplier and the purchaser and will be kept by the purchaser The performance Security Money will be returned back to the tenderer without interest after the expiry of the warranty period i e two years after the date of installation amp signing of the CMC agreement Security money will be forfeited if there is any violation of the tender terms and conditions TENDER CONDITIONS 8 1 The details of the medical equipments with specifications are mentioned in Section VI The firm must clearly mention their specification special 121Page 8 2 8 3 8 4 8 5 8 6 8 7 8 8 8 9 features upgraded version if any detail technical catalogue of the offered model in their tender Tenders should be typewritten or computerized and every correction in the tender should invariably be attested with signature by the tenderer with date before submission failing which the tender will be ineligible for
34. OCUMENT Four 4 copies of the Supplier invoice bills showing purchase order number good s description quantity unit price total amount with stock entry certificate by the consignee Photocopy of the Insurance Certificate if any The Original Certificate is to be given to the Consignee Attested Photocopy of Manufacturer s Supplier s warranty certificate The original warranty certificate is to be submitted to the consignee at installation point 74 Page INSURANCE For delivery of goods at site the insurance shall be obtained by the Supplier s in an amount equal to 110 of the value of goods from Warehouse final destination on All Risks basis including natural calamities PACKAGING The supplier shall provide such packaging of the goods as is required to prevent their damage or deterioration during transit to their final destination The packaging shall be sufficient to withstand without limitation rough handling during transit and exposure to extreme temperature salt and precipitation during transit and upon storage All primary packaging containers which come in contact with the item should strictly protect the quality and integrity of the Instruments amp Equipments Packing case size and weights should be taken into consideration in case of remoteness of final destination and the absence of heavy handling facilities at all points in transit The packaging marking shall show the description of quanti
35. a sheet 28 Trancutaneous Electrical Nerve Stimulator TENS Description and function Tens is an electrical modality which is used to manage pain through pulsed current by a portable generator and delivering them across the intact surface of the skin via a conducting pads called electrodes Product eligibility criteria e Should be US FDA or CE of the quoted model e Manufacturer should be ISO certified and quality standard e Safety should be complies to ICE 60601 Technical specification LED LCD display Freq 2 250 Hz Pulse Width 20 250 Hz Therapy Modes Continuous Burst Pol Alt Burst Frequency 1 5 Hz Power supply Power unit to be 220 240 V AC 50 Hz fitted with Indian plug Documentation 511Page Compliance repots to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet 29 NEBULISER Description of Function Nebulizer is a device used to administer medication to people in forms of a liquid mist to the airways It is commonly used in treating cystic fibrosis asthma and other respiratory diseases Product eligibility criteria e Should be CE of the quoted model e Manufacturer should be ISO certified Technical Specifications e Should be of Heavy duty compact Nebuliser is required e Heavy duty Compact light weight low noise Durable long life compressor Suitable for heavy duty institutional hospital use should be
36. able to run uninterruptedly for one hour Max Press 2 0 2 5 bars Should produce particle of size 1 5 micron Aluminium cabinet painted with epoxy powder Piston type electric aspirator that offers high performance and great durability Protective thermal cut out relay Air delivery rate app 15 L min e 24 hours continuous work for hospital use Power Supply Power input to be 220 240VAC 50Hz fitted with Indian plug 30 Suction Machine Electrical Description of Function To extract fluid from the body during surgery or emergency treatment Eligibility Criteria gt Should be FDA CE ISI approved product gt Manufacturer should be ISO certified for quality standards Operational Requirements e Shall have Motor ISI marked of minimum 4 H P capacity e The machine should be portable on three four wheels and handle for transportation Technical Specifications 521Page gt The Suction pump should be oil immersed fitted on Motor shaft gt Suction pump should have line grinding internally To facilitate maintenance the cover of machine should be easily to open from the top amp sides The suction machine should be capable of producing 0 600 approx mm Hg which should be 10 regulable flutter free vacuum control knob monitored by vacuum gauge The suction capacity should be 1 5 2 0 litres per minute and can be regulated Noise level should be less than 48dB gt It should have two bottles of 2 litters with synthetic rub
37. accrues back as revenue to the State If after such deduction the cost of articles to be purchased within the State is not more than the cost of including Central Sales Tax transport and other charges of similar articles from outside the State it would be economical to purchase articles within the State LIQUIDATED DAMAGE 19 1 19 2 The C D M O of the concerned district may allow extension for a maximum period of 4 four weeks 28 days after the stipulated date of supply i e 60 days with a penalty of 0 5 which will be deducted from the purchase order value as Liquidated Damage for each week 7 days of delay upto a maximum 2 on the value of the goods If the supplier fails to complete the supply within the extended period i e 88 days after being allowed by the purchaser no further purchase order will be placed to the firm for the said item including forfeiture of the Performance security and the concerned firm will be blacklisted for two 2 years from the date of issue of letter for the said item TERMS OF PAYMENT 20 1 19lPage No advance payments towards cost of medical equipments or turnkey job will be made to the tenderer 20 2 20 3 20 4 20 5 20 6 90 of the cost of the equipment excluding CMC Cost 100 turnkey job 100 tax shall be paid to the supplier on receipt of the stock entry certificate installation and demonstration of the item from the consignee The balance 10 of the
38. al in English Service manual in English Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet CERVICAL TRACTION WALL MOUNT Description of Function Cervical and lumbar traction units are useful therapy in relieving back and neck pain by causing a gentle stretch to the muscles and joints Product Eligibility Criteria Should be US FDA or CE of the quoted model Manufacturer should be ISO certified for quality standards Safety Standard should comply to IEC 60601 Technical Specifications Intermittent amp static traction Variable speed control Patient safety switch LED displays Wall mounted unit 501Page Weight 4 15 Kg each 1Kg step Hold time 10 20 40 60 80 sec with LED LCD display Rest time 1 5 10 15 20 sec with LED LCD Display Digital treatment time 30 min pre settable can be set between 1 99 min optional Operating voltage 200 240V S0Hz System Configuration Accessories spares and consumables 1 Cervical Head Holder with Bar Lumber Traction Belts with Bar Main Cord amp Pulley Doubler 2 Head Halter Pelvic amp Thoracic Belts Power Supply Power input to be 220 240VAC 50Hz fitted with Indian plug Documentation User manual in English Service manual in English Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue dat
39. along with the main offer and the third party will have to sign the CMC with the purchaser if required In no case equipment should remain in non working condition for more than 7 seven days from the date of complaint beyond which a penalty will be applicable as per Rule The principals or their agents are required to submit a certificate that they have satisfactory service arrangements and fully trained staff available to support the uptime guarantee SPARE PARTS 15 1 15 2 15 3 The spare price list of all spares and accessories including minor required for maintenance and repairs in future after guarantee warrantee period should be attached enclosed along with the sealed quotation The tenderers are required to furnish the list of spares along with their cost in the financial Bid separately which will not be taken for evaluation Local agents distributors quoting on behalf of the manufacturer importer must attach the authority letter in their favour LABELLING 16 1 The equipment supplied must be properly labelled with SI No Model Name Make amp year of Manufacture ACCEPTANCE OF TENDER AND SUPPLY CONDITIONS 17 Pa ge 17 1 17 2 17 3 17 4 The Purchaser reserves the right to reject the tenders or to accept the tenders for the supply of the item tendered without assigning any reason thereof The Purchaser will be at liberty to terminate the contract either wholly or in part without
40. an Semi Auto Analyser amp CBC Machine Name of the Item s CST VAT amp ET if any on amp above Items mentioned in Toal Cost of the item price eo L the Item Unit pl Mention the schedule of Specification mentioned in 3 requirement Price with CMC whether VAT is amp Turnkey if any payable to Govt With Make amp Exclusive of Mention whether of Odisha Model P ENT ET CST VAT and ET Cost in Rs both in words amp figures the of tax amp it s value in Rs 1 2 3 4 5 6 3 4 5 7 8 1 year after warranty 2 year after warranty 3 year after warranty Price of each item s quoted should be mentioned separately by creating separate rows for each item Note CMC for items Emergency Recovery Trolley Dressing Trolley Tachetomy Set Clinical Thermometer Glocometer Nebulizer Ultrasound Therapy Cervical Traction Trans Electric Nerve Simulator ICU bed Ambu Bag Suction Machine Electrical Ordinary ECG Machine is not required amp will not be taken into account for evaluation and hence CMC for these items are not to be quoted For all other items CMC is to be quoted CST VAT amp ET which will be chargeable on the price 3 shall be mentioned separately in column 7 above The cost of turnkey shall only be quoted if any specific accessories equipment is required for installation amp commissioning In case of
41. ance payments towards cost of Instruments and Equipments etc will be made to the tenderer No payment will be made to the supplier if he has not deposited the unconditional performance security in shape of Bank draft bank gurantee amounting to 10 of the purchase order value which will be deposited with the O o of the concerned CDMO of the district 71 Page B Before release of payment the supplier has to submit the signed agreement warranty documents of equipment and turnkey job to the consignee The undertaking as per Annexure XI amp XII will also be submitted to the consignee with photocopies to the purchaser C The payment of CMC will be made on six monthly basis after expiry of the warranty period and signing of the CMC agreement UP TIME BALANCE The Supplier s shall provide guarantee 95 uptime i e 41610 95 of 43800 Hours during comprehensive warranty period The up time guarantee will be 95 as calculated here under i e 8322 hours per annum 1 year 365 days 24 working hours per day Total working time per annum 365 days x 24 hrs 8760 hrs Up time guarantee 0 95 x 8760 hrs 8322 hrs per annum For 2 years warranty 8322 x2 16644Hours Any uptime less that specified above will be compensated by the Supplier s The consignee shall maintain a log book in the format provided by the Supplier s which will indicate usage of the equipment every day and for calculation of up time DOWNTIME PEN
42. ber lids The bottle shall be fitted with the arrangement to prevent overflow of fluid gt ON OFF Switch and Power indicator should be available gt Body material Base top amp panel made of rust proof and corrosion resistant moulded ABS Jar Bottle material Autoclavable polycarbonate Supplied with gt 3 Core lead of 2 meter long with one 3 pins 15 amp Plug 01 The Following spares per machine are also required i Bottles 2 Nos ii Lids 2 Nos iii Rubber Seals 2 Nos iv Blades 2 Nos v Suction Tubing set 1 No Documentation e User Service Manual in English Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet 531Page SECTION VI ANNEXURES Technical Bid Price Bid Agreement Undertaking for CMC 54 Page ANNEXURE I Refer Clause No 3 1 CHECK LIST To be submitted in Cover A Technical Bid Note The documents has to be arranged serially as per the order mentioned in the check list Please put Yin the respective box COVER A TECHNICAL BID DOCUMENTS SUBMITTED OR NOT 1 List of Item s Annexure IT ee ie A Tender document Fee EEE No Z Ea 3 Earnest Money Deposit Page No No 4 Details of Manufacturing Unit contact person Page Yes No Liaisioning agent servicing centre Annexure III No 5 Declaration form Annexure IV signed Page Yes No by t
43. ccepted will be binding on the tenderer for a period of one year from the date of approval of the rate contract and on no account any increase in the price will be entertained till the completion of this tender period 131Page 8 11 8 12 141Pa No tenderer shall be allowed at any time on any ground whatsoever to claim revision of or modification in the rate quoted by him Clerical error typographical error etc committed by the tenderers in the tender forms shall not be considered after opening of tenders Conditions such as SUBJECT TO AVAILABILITY SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED etc will not be considered under any circumstance and the tenders of those who have given such conditions shall be treated as incomplete and for that reason shall be rejected If at any time during the period of rate contract the price of tendered item is reduced or brought down by any law or act of the Central or State Government or the tenderer the tenderer shall be morally and statutorily bound to inform the purchaser immediately about such reduction in the contracted price The purchaser is empowered to unilaterally effect such reduction in rate in case the tenderer fails to notify or fails to agree for such reduction of rate Approved rate with terms conditions amp the quoted price of the tender shall remain valid for a period of 12 months from the date of approval of the rate contract or till issue of next ra
44. cessory kit for Capnography i Disposable electrodes for ECG 12 nos Monitor should have built in Electro Surgical Unit amp Defibrillator protection Monitor should have an optional facility for 12 lead ECG The monitor should have 1 hour Battery Backup rg ho Rose 321Page Power Supply Power input to be 220 240VAC 50Hz fitted with Indian plug Documentation e User manual in English e Service manual in English e Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet any point if not substantiated with authenticated catalogue manual will not be considered 9 ETO STERILIZERS Description of Function Ethylene oxide sterilizer is defined as equipment which uses ethylene oxide as a biocide to destroy bacteria viruses fungus and other unwanted organisms Ethylene oxide is used in sterilization of items that are heat and moisture sensitive Operational Requirements The ETO gas sterilizer should be fully automatic type for sterilization of heat sensitive goods such as anesthetic tubing and other plastic disposable materials etc Eligibility Criteria a Should be US FDA or CE of the quoted model b Manufacturer should be ISO certified for quality standards c Should have local service facility The service provider should have the necessary equipments recommended by the manufacturer to carry out preventive maintenance test as per guideli
45. ctrodes with individual electrodes ON OFF facility Fully automatic liquid calibration of all parameters at user defined intervals without the use of Gas calibrated reagents external gases tanks or regulators Continuous reagent level monitoring with graphic display Data display on well illuminated adequate size LCD color touch screen display Data print out on built in graphic printer Built in auto Quality control facility Suitable UPS with 30 min backup Cost of Reagents may be quoted separately valid for one year from the date of approval which will not be taken into evaluation Power Supply Should work on 220 240V AC as well as batteries Mains adaptor to be supplied Documentation e User manual in English e Service manual in English e Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet any point if not substantiated with authenticated catalogue manual will not be considered 5 12 CHANNEL ECG MACHINE COMPUTERISED Description of function ECG Machine is a primary equipment to record ECG Signal in various configurations 12 channels with interpretation is required for recording and analyzing the waveforms with a special software 27 Page Product Eligibility Criteria Should be US FDA and CE of the quoted model Manufacturer should be ISO certified for quality standards Shall meet IEC 60601 1 2 2001 General Requirements of Safet
46. cturer Certificate duly filled by the Auditor Chartered Accountant as per Annexure VI that the annual average turnover of the firm is Rs 10 Crore or more in the last 3 financial years or Rs 3 crore or more in the last 3 financial years depending upon the category I or Category II equipments In case of bidders who are manufacturer importer OR annual average turnover of Rs 2 Crores or more in the last 3 financial years or annual average turnover of Rs 1 Crores or more in the last 3 financial years depending upon category I or Category II equipments In case of bidders who are authorized distributors of the manufacturer In case of authorized distributor they will also have to submit the average annual turnover the manufacturer importer of the item s Performance Statement Annexure VII Item wise during the last three years towards proof of supply of the equipment s similar equipments mentioned in the schedule of requirement to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies The copy of Purchase orders and certificate from the user should be furnished in support of the information provided in the performance statement Deviation No Deviation Statement from Technical Specification amp details of technical specification of the product Annexure VIITA amp B Leaflet Technical Brochures of the product item offered Copy of Import License by the Importer in case of Importer 9 Page 3 13 3 14 3 16
47. d be US FDA or CE of the quoted model e Manufacturer should be ISO certified for quality standards e Safety Standard should comply to IEC 60601 Technical Specification e Should have colour CCD image processor e The video colposcope must have magnification from min 1x to 40 x e Resolution must be gt 825 lines Std e Facility to increase and decrease the light intensity e Varying color contrast 5 Steps e No of pixels should be more than 10 00 000 e High MCD super bright white shadow less LED light for true color reproduction e Colour temperature should be gt 7000 K and Avg LED lamp life should be gt 15000 hrs e Facility for fast focusing zooming image freeze using thumb on the hand held unit itself e Acetic test timer and magnification indicator should be available for display on screen e There must be Electronic Green Filter in the hand held unit Control panel should have feather touch and water proof illumination buttons e Facility for Fast auto manual focusing Auto focus range should be up to 20 30 30 40 cm e Internal Image freeze function facility e There should be two built in Video output BNC amp SVHS on the unit 41 Page Equipment should be supplied with Colposcopy Image Management software with computer with following facilities Upgradable software Forensic examination and sexual abuse Cryo surgery report with all details Should have facility for marking and highlighting of any abnor
48. d by the supplier free of cost at the destination point installation point The supplier will take back the replaced parts goods at the time of their replacement No claim whatsoever shall be on the purchaser for the replaced pie ge 11 3 11 4 11 5 11 6 parts goods thereafter No traveling allowances or transportation cost will be paid by the purchaser during the warranty period The Supplier shall warrant that the Goods supplied under this contract are new unused of the most recent or current models and they incorporate all recent improvements in design and materials The Supplier shall further warrant that all Goods supplied under this contract shall have no defect arising from design materials or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the place of final destination CMC The tenderer shall also commit to provide offer for CMC Labour all spare for the next three 3 years after two 2 years of warranty No extra cost will be paid other than the CMC cost for functioning of the item during this period The supplier will provide one 1 preventive maintenance in every six months in a year during the period of CMC The selected firm should have a service centre in Odisha All the warranty certificates must be handed over to the consignee at the time of installation TRANINING amp OPERATIONAL MANUAL 12 1 The fir
49. diff distribution RBC distribution PLT distribution HC RDW PLT MPV PCT PDW e Measurement Principle Electrical impedance method WBC RBC HCT PLT Cyanmethemoglobin colorimetric method HGB e Sample volume Whole blood upto 150 uL It should also be able to give all parameters with a finger prick volume of app 20 uL e Throughput gt 40 samples per hour e Built in LCD screen e Linearity Ranges WBC 0 5 80 0 103 uL RBC 0 20 7 50 106 uL HGB 2 0 25 0 g dL HCT 10 0 70 0 PLT 10 999 103 uL e Reproducibility CV WBC RBC HGB HCT PLT LYM MON GRA e The sampling probe should be automatically cleaned off so that any blood stack doesn t occur e It should take only 60 80seconds to acquire the measurement result e Various sensors should check the condition of the instrument If any abnormality is detected an error message be displayed so that occurrence of trouble is prevented e Integrated thermal printer e On board memory for about 200 250 tests records e Monitoring and flagging functions e Automatic startup Electronic self checks rinsing and background count check and automatic cleaning in case of blockage in capillary bubble in fluid e Printer paper for at least 1000 test should be provided e Reagent cost should be quoted separately 37 Page Power Supply Power input to be 180 270VAC 50Hz and UPS of suitable rating with voltage regulation and spike protection for 30 minutes back up
50. dustries Centre that it is a MSE SSI Units of the State of Odisha provided that MSE SSI units has not been derecognised by the Govt for that specified period 23 3 Local Micro amp Small Scale Enterprises MSE and Khadi amp Village industrial units including handloom and handicrafts will enjoy a price preference of 10 vis a vis over local medium and large industries as well as industries outside the State Local Micro amp Small Scale Enterprises having ISO ISI Certification for their product shall get an additional price preference of 3 as per provision of IPR 2007 23 5 Local MSEs registered with respective DICs Khadi Village Cottage and Handicraft Industries OSIC NSIC shall be exempted from payment of earnest money and shall pay 25 of the prescribed performance security deposit 23 6 Clause number 1 to 22 is also applicable to the Small Scale Industry Units of the State of Odisha 211Page SECTION IV SCHEDULE OF REQUIREMENT SI Name of the Equipment pee Place of Supply Installation Time for Installation CATEGORY 1 entilator Highend ICU 25 For items Pulse Oximeter amp Within 60 days from 2 Pulse Oximeter 77 Suction Machine Electrical the date of placement 3 Portable Vento 10 Pepa maama aaa SPS ood Gas Analyser 5 12 Channel ECG Machine with Interpretation 10 6 ICU Bed 55 For all othe
51. e It should record on standard thermal printer paper e It should record the paper at a speed of 25 mm per second Documentation e User Service manual in English e Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet any point if not substantiated with authenticated catalogue manual will not be considered 25 CONTINUOUS AND PULSED SHORT WAVE DIATHERMY Description of Function Short Wave diathermy produces high frequency alternating current The heat energy obtained from the wave is used for giving relief to the patient Product Eligibility Criteria 48 Page e Should be US FDA or CE approved product e Manufacturer should be ISO certified for quality standards e Safety Standard should comply to IEC 60601 Technical Specifications e The device should use electromagnetic energy in the shortwave frequency range 3 30 MHz for therapeutic purposes The unit should include electrodes the shortwave generator and all associated electronics controls and enclosures e Output of 400 to 500 Watt in continuous mode and 800 to 1100 Watt in Pulse mode e Pulse repetition frequency of 20 to 200 Hz adjustable in 10 steps e LCD Screen for Display of parameter e Treatment timer with all standard accessories condenser pad with cable e Disc electrodes with arms and cables Power Supply e Power input to be 220 240VAC 50Hz fitted with Indian pl
52. e tenders will be received through Regd Post Courier services Speed Post Tender Drop Box Pre bid conference shall be held in the office chamber of the Joint Director State Drug Management Unit In front of Ram Mandir Square Bhubaneswar 1 on 17 9 2012 at 11 30 A M The prospective bidders may attend and clarify any doubts on the terms and conditions of the bid document The bidder s are to submit their tenders in separate sealed covered envelops for technical bid and commercial bid by superscribing Cover A Technical Bid amp Cover B Price Bid and both the sealed covers should be put into a third outer Cover which should be superscribed as Tender for supply amp installation of Medical Equipments for ICU amp NCD Cell amp Tender Reference No The Sealed tenders Cover A Technical Bid submitted by the tenderers will be opened at the office of the Joint Director State Drug Management Unit Bhubaneswar at 12 noon on 1 10 2012 The tenderer or their duly authorized representatives are allowed to be present during the opening of the tenders if they so like ELIGIBILITY CRITERIA 2 1 Manufacturing units Importers are eligible to participate in the tender provided they fulfill the following conditions i Import License In case of Importer only In case of importers they have to furnish the authorization from the manufacturer ii Valid ISO certificate of the Manufacturer iii Product must
53. equired at the time of finalising the tender A soft copy of the Tender advertisement is attached herewith for needful LT b Director of Health Services O Memo No i Dated An A Eg Copy forwarded to System Analyst Health amp F W Department Govt of Odisha Bhubaneswar for information This Directorate Memo No 2737 dt 27 08 2012 is hereby cancelled He is requested to take necessary steps for publishing the Tender call notice and the tender terms and conditions in the Odisha Govt Website before 10 09 2012 under intimation to the Jt Director State Drug Management Unit Odisha Bhubaneswar A soft copy of the Tender advertisement and tender terms and conditions is attached herewith ope u av AF z ANG Director of Feaith Services O Memo No Dated Oia Copy forwarded to the F A cum Addl Secretary to Govt Health amp F W Department for kind information with reference to this Directorate memo No2738 dt 27 08 2012 Bye Director of Health Services O Copy to all Notice Boards Computer Section DIRECTORATE OF HEALTH SERVICES STATE DRUG MANAGEMENT UNIT Tel Fax 0674 2380750 2380749 e mail semu orissa yahoo in sdmuorissa yahoo co in Tender Reference No SDM U 2012 13 EQP 012 TENDER DOCUMENT FOR SUPPLY amp INSTALLATION OF MEDICAL EQUIPMENTS FOR NCD ICU Other Programs RATE CONTRACT TENDER DIRECTORATE OF HEALTH SERVICES STATE DRUG MANAGEMENT UNIT IN FRONT
54. er as per technical specification The tenderer have to submit the EMD s as mentioned in Clause 8 of Section II amp the Tender document cost DOCUMENTS TO BE SUBMITTED The following documents should be enclosed in Cover A Technical Bid by the tenderer All the photocopies are to be attested by a Notary Public Gazetted Officer TECHNICAL BID 3 1 De 3 3 Checklist with detail of the documents enclosed in Cover A as per Annexure I with page number The documents should be serially arranged as per this Annexure I and should be securely tied and bound List of Item s Quoted with name of the Make amp Model of the item s Annexure IT Tender document fee of Rs 2 100 in shape of Demand Draft 8I1Page 3 4 3 5 3 6 3 7 3 8 3 9 3 10 3 11 3 12 Earnest Money Deposit s as mentioned in the Clause 8 of Section II in shape of Demand Draft Details of EMD and the name of the equipment quoted should be clearly mentioned Details name address telephone no Fax e mail of the manufacturer authorized distributor service centre contract person office in Odisha Annexure ITI The declaration form in Annexure IV duly signed by the tenderer before Notary Public Executive Magistrate Manufacturer s Authorization Format in Annexure V In case the bidder is not the manufacturer Importers are also required to furnish the authorization from the manufa
55. ety IEC 60601 IS 13450 gt Manufacturer should be ISO certified Operational requirements e Digital Ultrasound system platform for excellent 2D Colour amp Power Doppler and 3D Imaging capability Technical Specification e Must have minimum 1000 digital channels e Should have 15 or more high resolution LCD monitor with tilt and swivel e Line density 512 lines e Dynamic range gt 160dB e Penetration upto 30 cms e Shold be provided with three active transducer port e Upto 4 selectable frequencies in each probe e Tissue harmonic imaging with phase inversion pulse inversion or wide bandwidth imaging technology e Inbuilt 3D imaging with hand acquisition and auto sweep e Must have minimum of 4 rendering modes with measurements Machine should have cine facility e Should automatically equalize gain and brightness with touch of one button e Ability to enhance 2D and tissue harmonic penetration and colour sensitivity momentarily to improve visualization in difficult patients e Imaging with multiple line of sight combined to a single line of sight to imrove resolution e Should provide for vascular imaging enhancing by by using power Doppler to enhance B Mode image e Machine should have thermal printer 35 Page e Appropriate technology to provide uniform and thick slice thickness e Software for various applications including Vascular Abdomen Foetal echo Transcranial and cardiac studies should be available
56. f 50 of the required quantity executed directly by manufacturer or through distributor of the equipment s similar equipments mentioned in the schedule of requirement to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies and purchase order copies in support of that in last 3years as per format at Annexure VII Item wise v For Category I Items Proof of annual average turnover Manufacturers Importer of Rs 10 Crore or more in the last three 3 financial years certified by the Chartered Accountant as per the format at Annexure VI vi For Category II Items Proof of annual average turnover Manufacturers Importer of Rs 3 Crore or more in the last three 3 financial years certified by the Chartered Accountant as per the format at Annexure VI 4 Page i ii iii iv v vi Authorized distributors on behalf of the manufacturer are eligible to participate in the tender provided For Category I items they should have proof of annual average turnover of Rs 2 Crores or more in the last three 3 financial years certified by the Chartered Accountant as per the format at Annexure VI For Category II Items they should have Proof of annual average turnover of Rs 1 Crore or more in the last three 3 financial years certified by the Chartered Accountant as per the format at Annexure VI In addition to this the distributor shall also submit the average annual turnover of the
57. further consideration Rates inclusive of excise duty customs duty packing forwarding insurance transportation charges with 2 years onsite comprehensive warranty and exclusive of Sales Tax VAT amp Entry Tax should be quoted for the medical equipments Item wise on door delivery basis The turnkey job cost of accessories if any required for Installation Commissioning 3 year CMC cost amp Sales Tax VAT amp Entry Tax should be mentioned in separate columns The rates quoted should be in Indian Rupees only Rates quoted in any other currency will not be accepted The purchaser shall be responsible only after delivery and due verification installation and commissioning of the equipment The rate per unit shall not vary with the quantum of order placed for destination point If there is difference between figures amp words words will be taken into consideration In the event of the date being declared as a holiday by Govt of Odisha the due date of sale submission of bids and opening of bids will be the following working day at the scheduled place amp time The price quoted by the tenderers shall not in any case exceed the controlled price if any fixed by the Central State Government DGS amp D and the Maximum Retail Price MRP The purchaser at his discretion will in such case exercise the right of revising the price at any stage so as to confirm to the controlled price or MRP as the case may be The rate quoted and a
58. gy Regulatory Board AERB Government of India Mumbai enclose copy Environmental factors Operationg Temperature 10 40 deg C Storage Temperature 20 to 55 deg C Operating Humidity 30 80 Storiage humidity 10 to 100 Power supply Power input to be 220 240VAC 50Hz fitted with appropriate Indian plug Resettable overcurrent breaker shall be fitted for protection Documentation e User manual in English e Service manual in English e Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet any point if not substantiated with authenticated catalogue manual will not be considered Turnkey refer clause 10 1 The purchaser will only provide the external power supply 2 All other accessories will be provided by the supplier so that the equipment can be installed and commissioned immediately 3 The supplier must visit the site of installation 311Page 8 Multiparameter Monitor Vital Sign Monitor Description of Function To measure and monitor of vital parameters of patient in ICU Eligibility Criteria a b c Should be USFDA and CE of the quoted model Manufacturer should be ISO certified for quality standards Shall meet IEC 60601 1 2 2001 Or Equivalent BIS General Requirements of Safety for Electromagnetic Compatibility or should comply with 89 366 EEC EMC directive Technical Specifications l b
59. he Tenderer amp affidavit before No Notary Public Executive Magistrate 6 Manufacturer s Authorization Format Page Yes No Annexure V for distributor Importer Lo I SITL IN 7 Proof of avg Annual turnover of Rs 10 Crore 3 Crore Page Yes No or more for preceding 3 financial years depending on _No category I or II Items for manufacturer Importer or Rs 2 Crore 1Crore or more depending upon the category I or II Items for authorized distributors Annexure VI Annual turnover for the manufacturer importer is also to be submitted in case of distributor 8 Performance Statement Item wise Page Yes No during the last three year Annexure VII No 9 Copies of Purchase order Item wise Page Yes No in support of the performance statement No 10 Deviation No deviation Statement Item wise amp details Page Yes No of technical specification Annexure VII A amp B Me 11 Leaflets Technical Brocheures of the Page Yes No Products offered Item wise No 551Page 12 Copy of Import license In case of Importer Page Yes No No 13 Copy of Valid ISO Certificate Page Yes No No 14 Attested Photocopy of Up to date Page Yes No CE US FDA BIS Certificate Item wise No As per technical specification 15 Attested Photocopy of Up to date Page Yes No IEC Certifica
60. ide India as the case may be at the Supplier s cost INCIDENTAL SERVICES The Supplier s shall abide by the terms and conditions under incidental services amp the installation of Instrument Equipment at the destination point Door Delivery of consignee and demonstrate the machine in working condition to the receiving authority Furnishing of tools required for assembly and or maintenance of the supplied Instruments Equipments Furnishing of detailed operations and maintenance manual literatures for each appropriate unit of supplied Goods Performance or supervision or maintenance and or repair of the supplied Goods for a period of two 2 years i e the warranty period provided that this service shall not relieve the Supplier of any warranty obligations under this contract The successful supplier shall replace any part or whole system as may be necessary in the event of damage during transit or found damaged on arrival or during installation of the system or if found not in conformity to the specifications at his their own cost The tenderer should furnish an undertaking to the effect that he they should take responsibility after sales service of the equipments instruments to be supplied by him them and to provide spare parts for up keeping the Equipments Instruments for a minimum period of 10 years from the date of installation The price of the instruments equipments is inclusive of warranty for a period of 2 t
61. intenance Rechargeable Battery having at least 5 6 hour backup for about 5ml hr flow rate with 50ml syringes Larger battery life and indication of residual life will be preferred Power Supply Power input to be 220 240V AC 50Hz fitted with Indian plug 47 Page Documentation User Service manual in English Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet 24 Ordinary ECG Machine Product Eligibility Criteria e Should be US FDA or CE of the quoted model e Manufacturer should be ISO certified for quality standards e Shall meet IEC 60601 1 2 2001 General Requirements of Safety for Electromagnetic Compatibility Technical Specification e The ECG machine should be the latest generation produced by company concerned and should operate on mains 220 V 50 Hz and rechargeable battery e The recorder should run minimum of 4 hours on fully charged battery e It should provide facility to record following leads Standard Lead the limb leads or bipolar limb leads I H amp III Augmented Limb Leads AVL AVR amp AVF Chest Leads the unipolar or V leads From V to V6 Right sided chest leads e Should be provided with terminal for a good earth connection to preclude electrical disturbances while recording e Electrodes of different sizes for use in Adult Paediatric Newborn amp Infants patients must be provided
62. ized distributor is quoting products of different manufacturers importers The authorized distributor has also to furnish his turnover statement in the above format 621Page Name of Tenderer Name of Manufacturer To be submitted in Cover A Technical Bid Annexure VII Refer Clause no 3 9 PROFORMA FOR PERFORMANCE STATEMENT For the period of last three years ITEM WISE Pl Furnish separate performance statement itemwise if the bidder quote for more than one item amp attach the order copies alongwith each performance statement Tender Reference No Name of the Item SI Order placed by Address Order no amp Item Name Make amp Qty Value of Date of Completion Reasons for delay Have the goods of purchaser Date Model Contract Rs if any been functioning attach documentary As per Actual satisfactorily proof contract attach documentary lproof 1 2 Total Qty Signature and seal of the Tenderer The documentary proof will be copies of the purchase order during the last 3 years indicating Contract No and date along with a notarized certification by the bidder authenticating the correctness of the information furnished The documentary proof will be certificate from the consignee end user indicating Contract No and date along with a notarized certification by the bidder authenticating the correctness of the information furnished 631Page
63. lity Criteria a Should be CE approved product b Manufacturer should be ISO certfied for quality standards Technical Specification Size Adult child and infant Volume of bag up to 1500mal adult 500ml child 240ml infant made of silicon oxygen reservoir system with non breathing valve with pressure limiting device 2600ml adult 600m1 child 250ml infant sibgle patient valve with swivel connector 20 Thermometer Clinical Thermometer a Oral ISI CE marked b Rectal ISI CE marked 21 GLUCO METER B3 Eligibility Criteria a Should be CE of the quoted model b Manufacturer should be ISO certified for quality standards Detailed Specifications 1 Compact fast user friendly with LED display 2 Battery backup for 30 days post recharge 3 Blood sugar reading with in 30 seconds of sampling 4 5 Memory of at least 24 hrs or last 100 readings with time details Strips to be easily available with lancet cheap and minimal blood application 45 Page 22 Volumetric Infusion Pump Product eligibility Criteria a Should be US FDA or CE of the quoted model b Manufacturer should be ISO certified for quality standards c Shall meet IEC 60601 1 2 2001General Requirements of Safety for Electromagnetic Compatibility Technical Specifications e Microprocessor Controlled e Should have LED LCD display for parameters volume Time pressure bar graph e Should have audio and visual alarm for the setting parameters
64. lly read and understood all the terms and conditions of the tender and shall abide by them 10 I we undertake to get the equipment s repaired within 48 hours of receiving of the complaint from the indenting hospital consignee failing which a penalty 1 of the cost may be recovered from the performance security before releasing the same to us after 2 years warranty period Signature of the witness Signature of the Tenderer Name amp address Name amp address Dated Seal of the firm 79 Pa ithe oO
65. m supplier will provide hands on training to two doctors and two technicians of the concerned District in his own cost for operating handling the medical equipment s at the time of installation of equipment 12 2 The supplier firm will provide the operation maintenance manuals of all equipments to the purchaser at the time of installation UPTIME GUARANTEE 13 1 UP TIME BALANCE The Supplier s shall provide guarantee 95 uptime during comprehensive warranty period i e for 2 years from the date of installation amp commissioning Any uptime less than the specified period above will be compensated by the Supplier s by extending the warranty period The consignee shall maintain 16 Page a logbook in the format provided by the Supplier s which will indicate usage of the equipment every day and for calculation of up time DOWNTIME PENALTY CLAUSE 14 1 14 2 During the Guarantee warranty period desired uptime of 95 of 365 days will be ensured 24 hour If downtime exceeds 5 penalty in the form of extended warranty double the number of days for which the equipment goes out of service will be applied The supplier must undertake to supply all spares for optimal upkeep of the equipment for TWO YEARS after installation If accessories other attachment of the system are procured from the third party then the supplier must produce cost of the accessory other attachment and the CMC from the third party separately
66. malities Image capturing while recording playing Final reports with one two three amp four images with facility to adjust height amp width of images Referral linked images with findings for comparison Facility to save amp send the report through e mail in PDF format Facility to get referral linked images Online support facility through internet for software Colposcopy software should run on both window XP Vista and windows 7 Operating Systems Colposcopy assisted dynamic cases Facility to take colposcopy images with the colposcopy report on hard copy Facility to store still images cine loop or procedure on CD Software should be compatible with both desktop amp Laptop no need of separate capture card Should have REID evaluation chart in tabular form Should have comparison mode with a library of images with different natures amp Findings Company has to provide Desktop Computer with CPUS RAM 4 GB Hard Disk 500 GB or more DVD Writer LCD Monitor of 17 Colour Laser Printer Company should provide 21 Color TV So Se Se ORS SAR ON 42 Page Power Supply e Power input to be 220 240VAC 50Hz fitted with Indian plug Documentation e User manual in English e Service manual in English e Certificate of calibration and inspection Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet CATEGORY Il 15
67. n g Non Invasive ventilation Apnea backup ventilation Expiratory block should be autoclavable and no routine calibration Required Nebuliser with capability to deliver particle size of lt 3 micron amp to be used in both Off and On line Automatic Patient Detection facility preferable Medical Air Compressor a Stand alone Medical Air compressor b Snap fit with the Ventilator module to provide an oil free Medical air c Peak output flow should be minimum 160 LPM d Air quality should comply with ISO compressed air purity class e Medical Air Compressor should automatically activate in the event of wall air supply loss f Replacement of internal filters should be performed without removing the compressor g Should have washable air filter Technical Specifications for reusable face mask amp nasal mask Reusable face amp nasal mask with textured dual flap silicone cushion flap for easy fit Removable forehead support and pad to match the angle of patient s forehead Stability Selector for easy fit and angle headgear attachments Should be autoclavable Battery back up for minimum hour System Configuration Accessories spares and consumables ICU Ventilator 01 Adult and Paediatric autoclavable silicone breathing circuits 01 Each a Reusable Masks Small Medium Large with each machine 01 sets each b All Accessories for non invasive ventilation 1 sets Medical Air Compressor Humidifier Servo cont
68. nes provided in the service maintenance manual Technical Specifications The sterilization chamber should be double walled corrosion and gas resistant of suitable alloy The inner surface should be smoothly finished to minimize gas deposits The chamber shall be insulated against heat emission and the jacket shall be connected to the warm water circulation arrangement The sterilizer door shall have a quick release locking arrangement with door opening Suitable safety interlocking arrangement shall be provided for the door so that the 331Page sterilization process does not start unless the door is properly locked in position and during the program run it should not open The sterilizer shall be provided with a suitable vacuum pump and gas trap to separate and evacuate the gas The sterilizer shall be provided with an automatic programmable panel with memory for preset operating sequence of all programs of operation Monitoring instruments should be provided with the ETO for proper operation and monitoring of sterilizing process such as pressure manometer thermometer limit selector for temperature and pressure etc The ETO sterilizer should be able to operate for the minimum essential following cycles programmes a Sterilization cycle for heat sensitive objects that ensure temperature from 40 75 C with subsequent aeration for protection of the operating personnel b Aeration cycle program to extract residual gas out of the sterili
69. of Tender Documents 10 09 2012 11 AM to 4 PM c Pre Bid conference on 17 09 2012 at 11 30 AM d Last date amp time of sale of Tender Documents 29 09 2012 upto 4 PM e Last date amp time for receipt of Tender Documents 01 10 2012 upto 11 30 AM f Date amp time of opening of Cover A Technical Bid 01 10 2012 at 12 noon g Date amp time of opening of Cover B Price Bid Will be intimated h Address for communication Place of sale amp opening of Tender Documents amp State Drug Management Unit Pre Bid conference In front of Ram Mandir Convent Square Bhubaneswar Odisha Tel 0674 2380 749 750 549 F Email sdmuorissa yahoo co in P T O 2 The Bidders may also download the Tender Documents directly from the Govt Website available at http www odisha gov in portal default asp all tenders link http www orissa gov in health portal index html Tender amp Advt Link The Tender cost fee of Rs 2 100 Rs 2000 Plus VAT 5 Non refundable by way of separate Demand Draft drawn in favour Joint Director State Drug Management Unit O Bhubaneswar payable at Bhubaneswar should be enclosed along with the Bid The Bidders should specifically super scribe DOWNLOADED FROM THE WEBSITE on the top left corner of the outer envelope containing the Bid The Tender cost fee and the EMD amount s as mentioned in the tender document should be submitted as separate demand drafts The details of submission of
70. of price bid in order to verify the compliance to technical specification The rates of the item quoted by the tenderer who qualify technically will be evaluated after taking the following points into consideration a Rate of the medical equipments will be taken after inclusion of the excise duty customs duty transportation insurance packing amp forwarding amp comprehensive warranty for two 2 years cost of turnkey 18 Page c b cost of accessories if any for installation commissioning amp CMC for for next three 3 years but excluding VAT amp ET The cost of the medical equipments excise duty customs duty transportation insurance packing amp forwarding amp comprehensive warranty for two 2 years but excluding VAT amp ET cost of turnkey cost of accessories if any for Installation amp Commissioning with all taxes for turnkeys _ amp cost of CMC for next three 3 years after warranty will be added for evaluation The circulars issued by the Finance Department Govt of Odisha from time to time regarding tax matters shall be taken into account for evaluation and shall be binding on the bidders As per the Govt of Odisha Finance Deptt Order No 48317 230 F dt 23 11 2010 in comparing the cost of an article if purchased from within the State with the price of similar article if purchased from outside the State the amount of Odisha Sales Tax OST now VAT shall be deducted from the total cost since it
71. one in writing duly signed by the two parties IN WITNESS WHERE OF the parties herein to have set and subscribed their respective hands the day and year first herein above written Executed by Purchaser s Consignee Executed by Supplier s In presence of Witness In presence of Witness 76 Page ANNEXURE XI Refer Clause No 11 1 to 11 6 13 1 WARRANTY GUARANTEE CMC UNDERTAKING to be submitted on Rs 50 stamp paper Tender ref No Name of the equipment Date of Installation Name of the Consignee Name of the purchaser I we M s hereby declare that i I we do Accept Agree for the warranty guarantee 2 years Warranty followed by 3 years CMC Spares Labour as per this tender clause No 11 1 to 11 6 ii I we will not charge quote any extra price on account of the above said warranty guarantee iii I we do accept agree to provide uptime guarantee 95 as per this tender clause No 13 1 iv The 2 year comprehensive warranty is valid from dt to dt v The 3 year CMC is valid from dt to dt Date Signature of the competent authority Place on behalf of the company firm Seal of the firm 77 Page ANNEXURE XII Refer Clause No 11 1 to 11 6 amp 13 1 UNDERTAKING to be submitted on Rs 50 stamp paper Tender ref No Name of the equipment Date of Installation Name of the Consignee Name of the purchaser Sir I we hereby declare that l 78lPage
72. ons laid down in the Tender terms amp conditions The Supplier s has agreed to sell the equipment s completed in all respects according to the Tender requirements and their his offer dtd and the Supplier s has also agreed to install to make them operative at the destination mentioned in the Tender document with the following descriptions and their cost mentioned against each Description of goods Qty Price Total The price cost of the item also include the followings in addition to above Insurance Freight Transportation Customs duty Excise duty Charges for documents instructions manual tools F O R at the destinations mentioned in the consignee list Training to doctors amp technicians Sh OVS Pw NS 7W0 Page 8 Maintenance of the system includes all accessories supplied and their spare parts required during comprehensive warranty period of two year at free of cost from the date of successful installation and satisfactory functioning of the system at the site 9 Installation and commissioning of the system by the Supplier s engineer at site 10 Any other charges including loading amp unloading packing amp forwarding etc will be paid by the Supplier s till the completion of the installation and turnkey job if any CMC cost for next 3 three years after the warranty period shall be paid after completion of the warranty period on a six monthly basis TERMS AND CONDITIONS PRICE Only the price
73. ould be 0 240 bpm e Audiovisual Alarms High low SPO and pulse rate sensor off sensor failure low battery Alarm override facility Cable length should be minimum 1 meter RS 232C Interface for data communication Battery back up operating time 5 hours internal amp rechargeable e System Configuration Accessories spares and consumables e Reusable SPO2 Adult SPO sensor with cable two nos per monitor and Pediatric SPO sensors one no per monitor Power Supply Should work on 220 240V AC as well as batteries Mains adaptor 25 Page Documentation 3 e User manual in English e Service manual in English e Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet any point if not substantiated with authenticated catalogue manual will not be considered PORTABLE VENTILATOR Eligibility Criteria Should be US FDA and CE of the quoted model Manufacturer should be ISO certified for quality standards Technical Specification Should be microprocessor controlled portable light weight Should operate with main electric supply as well as with battery Should be able to work both with cylinders and pipeline connectors and high pressure tubing of appropriate length to be supplied Should have turbine piston technology for supplying air oxygen mixture Should have following modes of ventilation CMV Assist control PS PEEP Audio vis
74. product specification The Supplier further warrants that all Goods supplied under this contract shall have no defect arising from design materials or workmanship except when the design and or material is required by the Purchaser s Specifications or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the place of final destination The Purchaser consignee shall promptly notify the Supplier in writing Fax Telephone of any claims arising under this warranty Upon receipt of such notice the Supplier shall with all responsible speed will repair or replace the defective goods or parts thereof without cost to the purchaser to maintain its UP TIME offered in the beginning of purchase otherwise penal provisions shall apply if the supplier fails to keep up its UP TIME If the Supplier having been notified fails to remedy the defect s within 10 days the Purchaser may proceed to take such remedial action as may be necessary like forfeiture of EMD or recovery from security deposit the amount of loss which will be decided by C D M O C M O Directors incurred by the purchaser GOVERNING LANGUAGE The contract shall be written in English language English language version of the contract shall govern its interpretation All correspondences and other documents pertaining to the contract which are exchanged by the parties shall be written in English DELIVERY OF D
75. r Items Dist Head TMobile XRay Machine TR eerie Sener 8 Multipara Monitor Vital Sign Monitor 35 Koraput Cap Hospital 9 ETO Steriliser 10 Mayurbhanj Puri Balasore 10 Whole Body Digital Colour Doppler 10 Bargarh Kalahandi 11 ICBC Machine 5 Part 10 12 Defibrillator with Monitor 5 Eurties DEH Sway adged 13 Semi Auto Analyser 5 required g rate contract 14 Digital Video Colposcope 5 CATEGORY II 15 Stand Alone Non Invasive BIPAP M achine 10 16 Emergency Recovery Trolly 5 17 Dressing Trolly 5 18 Tracheotomy Set 10 19 Ambu Bag 10 20 Clinical Thermometer 10 21 Glucometer B3 10 22 Infusion pump 35 23 ISyringe Pump 10 24 Ordinary ECG Machine 5 25 Continuous amp Pulsed Short Wave Diathermy 5 26 Ultrasound Therapy Unit Single Head 5 27 Cervical Traction Wall M ount 5 28 Trancutaneous Electrical Nerve Stimulator TENS 5 29 Nebulizer 10 30 Suction Machine Electrical 140 N B The quantity of requirement may increase or decrease as per the requirement during the rate contract period 221Page SECTION V TECHNICAL SPECIFICATIONS CATEGORY I 1 Ventilator High End I C U Microprocessor Controlled ventilator with integrated facility for Ventilation monitoring suitable for New born to adult ventilation Eligibility Criteria a Should be USFDA and CE of the quoted model b Manufacturer should be ISO certified for quality standards c Shall meet IEC 60601 1 2 2001 General Requirements of
76. r quality standards c Shall meet IEC 60601 1 2 2001General Requirements of Safety for Electromagnetic Compatibility Technical Specification Flow rate programmable from 0 1 to 200 ml hr or more in steps of 0 1 ml hr with user selectable flow set rate option SAVE last infusion rate even when the AC power is switched OFF Bolus rate should be programmable to 400 500 ml hr or more with infused volume display Reminder audio after every 0 5 ml delivered bolus SAVE last Bolus rate even when the AC power is switched OFF Display of Drug Name with a provision of memorizing 10 15 names by the operator Keep Vein Open KVO must be available 1 0 ml hr or set rate if lower than 1 0 ml User should have choice to disable KVO whenever desired Selectable Occlusion pressure trigger levels selectable from 300 500 900 mmHg Must Work on commonly available ISI CE FDA APPROAVED CERTIFIED 20 50 60 ml Syringes with accuracy of minimum of 2 or better Automatic detection of syringe size amp proper fixing Must provide alarm for wrong loading of syringe such as flanges out of slot disengaged plunger unsecured barrel etc Anti bolus system to reduce pressure on sudden release of occlusion Should have comprehensive alarm package including Occlusion limit exceed alarm Near end of infusion pre alarm amp alarm Volume limit pre alarm amp alarm KVO rate flow Low battery pre alarm and alarm AC power failure Drive disengaged and preventive ma
77. rolled with digital monitoring of inspired gas temperature complete with heating wire 01 Filter paper for humidifier for 100 uses 01 Power Supply Should work on 220 240V AC as well as batteries Mains adaptor to be supplied Suitable Servo controlled Stabilizer CVT Resettable over current breaker shall be fitted for protection Suitable UPS with maintenance free batteries for minimum one hour back up should be supplied with the system 24 Page Documentation e User manual in English e Service manual in English e Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet any point if not substantiated with authenticated catalogue manual will not be considered 2 PULSE OXIMETER Operational Requirements Suitable for all types of Patient range Adult paediatric Standalone type for Continuous monitoring in ICU Not hand held type Product Eligibility Criteria Should be US FDA and CE of the quoted model Manufacturer should be ISO certified for quality standards Shall meet IEC 60601 1 2 2001 General Requirements of Safety for Electromagnetic Compatibility or should comply with 89 366 EEC EMC directive Technical Specifications e Display TFT screen e Parameters and waveform displayed SPO pulse rate system status plethysmogram menus for user settings SPO range 0 100 e Accuracy of SPO2 3 e Pulse rate range sh
78. s CONN 10 11 12 13 14 15 16 Should have the facility of monitoring ECG RR SpO2 NIBP Two Temp Dual IBP and Mainstream Capnography for Adult Paediatric amp Neonatal applications Should have integrated colour TFT display of at least 12 or more Should have facility of viewing at least 8 waveforms simultaneously Should have detection facility for advanced arrhythmias Must use Nellcor Masimo branded pulse oximetry module with facility for display of Plethysmograph Pulse strength amp SpO2 values Should have IBP waveform overlapping facility Should have non volatile Graphical amp Tabular trend facility for at least 24 72 hrs Should have facility of downloading data on a USB port and SD card Should have alarm limits with alarm levels and alarm indication visual as well as audio 3 lead ECG measurement and simultaneous monitoring of two temperatures Should have built in Microstream Capnography facility to measure End tidal and Fractional Inspired values of CO2 along with calculation of respiration rate Monitor should communication with Central Nurses station meant for connecting monitoring simultaneously at least 16 monitors Unit should be supplied with following accessories 5 lead ECG cable x1 3 Lead ECG Cables X 1 NIBP CUFF Adult X 1 Temp probe Rectal amp Skin SpO2 PROBE One for adult use and one for Paediatric Reusable IBP Transducer with cables x1 Disposable IBP Transducer with cables x1 Ac
79. t of backrest upper leg height and trendelenburg and reverse trendelenburg position on separate crank mechanism provided at foot end of the bed The movement should be smooth without resistance It would have all the following features as well Detachable and collapsing type not side folding SS side rails for patient protection Detachable Head foot board laminated with SS bow and can hold or support transport monitor transport ventilator Syringe pumps etc Should have heavy duty SS saline stand that can support 2 3 syringe infusion pumps Four section quality foam mattress PU foam of high density gt 30 Kg M with PVC rexine covering Should have patient chart holder Should have chest drain bag holder Should have lifting pole with hand grips at the head end e Quality finish and look e All Accessories as specified below mandatory Should have following certification ISO14001 1996 for Environment friendly features And ISO 9001 200 for quality product Documentation e User manual in English e Service manual in English e Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet any point if not substantiated with authenticated catalogue manual will not be considered Ts Mobile X ray Machine Description Of Function Mobile X Ray Unit is required to perform X Ray studies in Emergency and trauma departments and at bedside in wards
80. t the blacklisting should be furnished alongwith the bid 2 2 Authorized distributors are eligible to participate in the tender provided i GD iii 7 Page They submit manufacturer s authorization from original equipment manufacturer OEM as per the format at Annexure V For Category I items they should have proof of annual average turnover of Rs 2 Crores or more in the last three 3 financial years certified by the Chartered Accountant as per the format at Annexure VI For Category II Items they should have Proof of annual average turnover of Rs 1 Crore or more in the last three 3 financial years 2 3 iv iv v certified by the Chartered Accountant as per the format at Annexure VI In addition to this the distributor shall also submit the average annual turnover of the manufacturer importer of the item s as mentioned in 2 1 v amp vi above Proof of supply of 50 of the required quantity executed directly by manufacturer or through distributor of the equipment s similar equipments mentioned in the schedule of requirement to any Govt organization Corporate Hospitals PSU Hospitals UN Agencies and purchase order copies in support of that in last 3years as per format at Annexure VII Item wise The authorized distributor will submit the following documents in support of the manufacturer along with the tender a Valid ISO certificate b CE US FDA IEC certificates of the manufactur
81. te Item wise No As per technical specification 16 Photocopy of PAN Page Yes No No 17 Photocopy of VAT clrance cerificate Page Yes No No 18 Copy of original Tender and schedules duly Page Yes No signed by the Tenderer No 561Page Annexure IT Refer Clause No 3 2 To be submitted in Cover A Technical Bid LIST OF ITEM S QUOTED SI Name of Item s Name of Manufacturer Make Model Name Details of offered product at Page No s Signature of the Tenderer Date Official Seal 57 Page DETAILS OF EMD S SUBMITTED Annexure ITA To be submitted in Cover A Technical Bid SI Name of Item EMD Amount Rs TOTAL Rs Signature of the Tenderer Date Official Seal 581Page ANNEXURE M Refer Clause No 3 5 To be submitted in Cover A Technical Bid DETAILS OF THE TENDERER amp LOCAL CONTACT PERSON Corporate Office Local Contact Person Branch The address in which the purchase Office Zonal Office orders and payment details will be Service Centre if any in communicated Odisha Name amp Full Address Telephone Nos landline Mobile Fax E Mail Date of Inception Copy of Certificate of incorporation of Manufacturer Name of
82. te contract for these items whichever is earlier If the relevant documents certificates which are required to be furnished along with the tender are written in language other than English the tendering firm shall furnish English version of such documents certificates duly attested by a Gazetted Officer Notary with his seal and signature If any information or documents furnished by the tenderer with the tender papers are found to be misleading or incorrect at any stage the tender of the relevant items in the approved list shall be cancelled and steps will be taken to blacklist the said firm for three 3 years Rate should be quoted in Indian Currency both in words and figures against each item as the payments will be made in Indian currencies only Annexure IX The tenderer shall not quote his own rate for any item other than the item specified in the list Section V Schedule of Requirement Both Cover A and Cover B should have an index and page number of all the documents submitted inside that cover ie ge 8 17 The Tax will be charged as per the guidelines given by the Finance Dept Govt of Odisha from time to time Either C S T or V A T as applicable will be paid to the supplier In case of Entry Tax the supplier has to deposit the original receipt to claim it if finished goods are brought from outside the State The Sales Tax amp entry tax components should be shown separately in the Price Schedule 8 18 The
83. thin a maximum energy of 360 Joules Should monitor ECG through paddles pads and monitoring electrodes and Defibrillate through pads and paddles Should compensate for body impedance for a range of 25 to 150 Ohms Should have a built in 50 mm themal printer 381Page Should have charging time of less than 5 seconds for maximum energy Should have bright electro luminescent display for viewing messages and ECG waveform Should have external paddles with paddles contact indicator for good paddle contact Both Adult and paediatric paddles should be available Should have event summary facility for recording and printing at least 250 events and 50 waveforms Should have a battery capable of usage for at least 90 minutes or 40 discharges Should be capable of printing Reports on Event summary configuration self test battery capacity etc Should have facility for self test check before usage and set up function Should have SPO and non invasive pacing facility Should be capable of delivering energy in increments of 1 2 joules up to 30J and increments of maximum 50J thereafter System Configuration Accessories spares and consumables Defibrillator 01 Paddles Adult pair Ol Paddles Paediatrics pair 01 Patient cable 01 ECG Rolls 05 SPO Finger Probe Adult 01 SPO Ear probe 0l SPO Paediatric probe 0l Power supply Power input to be 220 240V AC 50Hz Should have the facility for over current protection Documentation
84. ty including all spares maintenance etc for CMC a period 2 two years from the date of installation amp commissioning and 3 three years CMC after warranty period 7 Tender Document Rs 2 100 Rs 2 000 5 VAT The tender document cost is to Cost be submitted in the shape of bank draft in favour of Joint Director State Drug Management Unit from any Nationalised Scheduled Bank payable at Bhubaneswar 8 Earnest Money Deposit EMD SI Name of Equipment EMD Rs ATEGORY I The approx no of 1 eure equipment i Ventilator High End ICU 3 00 000 Schedule of 3 Portable Ventilator 50 000 requirement Section 4 Blood Gas Analyser 25 000 IV 5 12 Channel ECG Machine with Interpretation 20 000 6 ICU Bed 27 500 7 Mobile X Ray Machine 40 000 8 Multipara Monitor Vital Sign Monitor 2 20 000 9 ETO Steriliser 1 00 000 10 Whole Body Digital Colour Doppler 1 20 000 11 CBC Machine 5 Part 1 10 000 12 Defibrillator with M onitor 25 000 13 Semi Auto Analyser 10 000 14 Digital Video Colposcope 15 000 CATEGORY II 15 Stand Alone Non Invasive BIPAP M achine 10 000 16 Emergency Recovery Trolly 1 000 31Page 17 Dressing Trolly 600 18 Tracheotomy Set 500 19 Ambu Bag 500 20 Clinical Thermometer 500 21 Glucometer B3 500 22 Infusion pump 17 500 23 Syringe Pump 5 000 24 Ordinary ECG Machine 3 000 25 Continuous
85. ty of contents the name of the consignee and address the gross weight of the packages the name of the supplier with a distinctive number of mark sufficient for purposes of identification Each package shall contain i a packaging note quoting the name of the purchaser ii the number and date of order iii nomenclature of the goods iv schedule of parts for each complete equipment giving part number with reference to assembly v Name amp address of the consignee vi Name amp address of the supplier TERMS OF CONTRACT The C D M O Districts Directors Directorates as the case may be will be at liberty to terminate the contract either wholly or in part without assigning any reason The tenderers will not entitled to any compensation whatsoever in such terminations PENALTIES If the successful tenderer fails to execute the agreement and or deposit the required security within the time specified or withdraws his tender after acceptance of his tender owing to any other reasons he is unable to undertake the contract his contract will be cancelled and the Earnest Money Deposit deposited by him along with his tender shall stand forfeited and he will also be liable for all damages sustained by the C D M O Directors by reasons of such breach such as failure to supply delayed supply including the liability to pay any difference between the prices accepted by him and those ultimately paid for the procurement of the articles concerned
86. ual alarms for Low supply pressure High low airway pressure Leakage disconnection Power failure Apnea Low battery Should have following settings TV 50 1500ml1 PEEP CPAP amp PS RR up to 40bpm I E ratio 1 3 to 2 1 FiO2 40 100 Rechargeable batteries Should fix on rails of transport trolley and on stand with wheels Two sets of reusable silicon ventilator circuits Must have at least 4hrs of power backup ROR NOON RK SASSSS Power Supply Should work on 220 240V AC as well as batteries Mains adaptor to be supplied Internal battery lithium ion 261Page Documentation e User manual in English e Service manual in English e Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet Any point if not substantiated with authenticated catalogue manual will not be considered 4 Blood Gas Analyser Eligibility Criteria a Should be US FDA CE of the quoted model b Manufacturer should be ISO certified for quality standards Technical Specification Fully automatic upgradeable fast electrolyte combi analyzer Essential Measured parameters pH pCO2 pO2 Barometric Pressure Na K Ca Cl All these parameters should be measured simultaneously Calculated parameters should include BE BE ecf HCO3 Anion Gap etc Sample volume less than 100ul Fast analysis time less than 60 sec Maintenance free ele
87. ug Documentation e User manual in English e Service manual in English e Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet 26 ULTRASOUND THERAPY UNIT SINGLE HEAD Description of Function Ultrasound uses a high frequency sound wave emitted from the sound head when electricity is passed through a quartz crystal The sound waves cause the vibration of water molecules deep within tissue causing a heating effect When the sound waves are pulsed they cause a vibration of the tissue rather than heating The stream of sound waves helps with nutrition exchange at the cellular level and healing Ultrasound is helpful for ligament healing and clinically for carpal tunnel syndrome and muscle spasm Product Eligibility Criteria e Should be US FDA or CE of the quoted model e Manufacturer should be ISO certified for quality standards e Safety Standard should be complies to IEC 60601 Technical Specification e It should be single head 49 Page 27 Output mode continuous and pulsed Output power 15w in continuous mode and 21w in pulse mode Pulse frequency 100Hz Output frequency 1 MHz Timer 0 15 minutes pre settable Time adjustment up to 99 minutes Two digital display meters to indicate the output in w cm Patient safety circuit Power Supply Power input to be 220 240VAC 50Hz fitted with Indian plug Documentation User manu
88. unable to undertake the contract his contract will be cancelled and the earnest money deposit performance security deposit submitted shall stand forfeited by the purchaser Violating the tender terms and conditions amp non supply supply which is not as per technical specification will disqualify the firm to participate in the tender for a period of 2 two years from the date of issue of letter and his E M D amp snes ge performance security deposit will be forfeited and no further purchase order will be placed to that firm for that item 21 3 Inthe event of any dispute arising out of the tender such disputes would be subject to the jurisdiction of the Civil Court of the concerned District or High Court of Odisha INSPECTION TESTING 22 1 The selected supplier shall have to arrange for demonstration of the equipment at the supply point The purchaser or its nominated representative s shall inspect and test the equipments at the supply point to check their conformity to the specifications and other details incorporated in the contract CONDITIONS APPLICABLE TO LOCAL MSEs SSIs OF ODISHA The MSE SSI Units of the State of Odisha will be given the following preferences in the tenders provided they produce the following documents as per MSME Development Policy 2009 and IRP 2007 23 1 Attested copy of valid manufacturing licence 23 2 P M T Certificate from the Director of Industries Odisha or General Manager District In
89. ure and spare part support to carry out the warranty and AMC CMC services and do accept to provide uptime guarantee of 95 as per this tender clause No 13 1 Yours faithfully Signature with date name and designation For and on behalf of Messrs Name amp address of the manufacturers Seal Note 1 This letter should be on the letterhead of the manufacturer and should be signed by a person having the power of attorney to legally bind the manufacturer 2 Original letter shall be attached to the technical bid 611Page To be submitted in Cover A Technical Bid ANNEXURE VI Refer Clause No 3 8 To be furnished in the letter head of the Auditor Chartered Account ANNUAL TURN OVER STATEMENT The Annual Turnover for the last three financial years of M s who is a Manufacturer Distributor Importer PI tick whichever is applicable are given below and certified that the statement is true and correct SI No Year Turnover in Rs 1 2008 2009 2 2009 2010 3 2010 2011 Average Annual Turnover for the above three years in Rs Date Signature of Auditor Place Chartered Accountant Name in Capital Seal Membership No Registration No of Firm Note a To be issued in the letter head of the Auditor Chartered Accountant mentioning the Membership no b Separate certificates should be furnished for different manufacturer importer in case the bidder author
90. wo years commencing from the date of installation The tenderers shall submit undertaking for C M C Comprehensive Maintenance Cost for a period of 3 three years from 3 year onwards duly signed by authorised signatories for the execution at appropriate time Annexure X amp XI SPARE PARTS The supplier will provide all the spare parts repairing amp maintenance by its trained personnel after the warranty period 2 years during the CMC period 73 Page COMPREHENSIVE WARRANTY This warranty shall remain valid for two 2 years from the date of installation amp commissioning of the machine item amp must be submitted at the time of installation to the consignee with a photocopy to the purchaser The warranty will cover all the parts of the machine or item and any replacement or repair required within the warranty period will be provided by the supplier free of cost at the destination point Installation point The supplier will take back the replaced parts goods at the time of their replacement No claim whatsoever shall be on the purchaser for the replaced parts goods thereafter No traveling allowances or transportation cost will be paid by the purchaser during warranty period The Supplier warrants that the Goods supplied under this contract are new unused of the most recent or current models and they incorporate all recent improvements in design and materials even if the advanced facilities are not mentioned in our
91. y for Electromagnetic Compatibility Operational requirements The ECG Machine should be able to acquire all 12 Leads simultaneously and interpret them Technical Specifications Should acquire simultaneous 12 lead ECG for both adult and paediatric patients Should have Real time ECG waveforms with signal quality indication for each lead Should have Artefact AC and low and high pass frequency filters Should have a storage memory of at least 100 ECGs with easy transfer by optional modem and data card Should have full screen preview of ECG report for quality assessment checks prior to print Should have interpretation facility of the amplitudes durations and morphologies of ECG waveforms and associated rhythm for adult and pediatric patients Should have alphanumeric Keyboard for patient data Entry Sampling rate should be more than 2000 sec Virtual or Hard keys Should have High resolution 200 dpi x 500 dpi on 25 mm sec speed digital array A4 size printer using thermal sensitive paper Should have report formats of 3 x4 6 x2 Rhythm for up to 12 selected leads 12 Lead Extended measurements 1 minute of continuous waveform data for 1 selected lead Should have battery capacity of at least 30 ECGs of continuous rhythm recording on single charge Should be able to be connected to HIS LAN Should display ECG on LCD TFT Display of 640 x 480 pixel resolution System Configuration Accessories spares and consumables NB EC
92. zed objects after each sterilization cycle c Automatic chamber evacuation cycle with subsequent venting before releasing the door lock for opening thereby prohibiting exposure of the operating personnel by as dissolving from the chamber walls during shutdown period d Gas disposal arrangement catalytic converter Capacity 7 10 cubic feet per cycle with capacity to process 18 20 cubic feet 24 hr Firm should clearlystate cycle time Time from start to finish including aeration time so that capacity to process total load in 24 hr can be calculated Technical Data a Sterilization gas Ethylene oxide b Sterilization method Cold sterilization of heat sensitive materials c Operating temp Range 40 to 75 oC d No of doors One System Configuration Accessories spares and consumables System as specified Sterilization basket of suitable size 1 No ETO gas cartridges 25 Nos Compressed Air Plant Packing Material with Chemical Indicator of all sizes one roll each Sealing Machine Heavy Duty 1 No Power Supply 34 Page Power input to be 180 270VAC 50Hz UPS of suitable rating with voltage regulation and spike protection for 60 minutes back up 10 COLOUR DOPPLER ULTRASOUND SCANNER Description of function For whole body Ultrasound Anatomical studies Blood Flow Studies and 3D studies Eligibility Criteria gt Should be US FDA and CE of the quoted model gt Electrical safety conforms to standards for electrical saf

Download Pdf Manuals

image

Related Search

Related Contents

Manual do Usuário  HP Pavilion x360 13-a012cl      Hinweis - CONRAD Produktinfo.  Configurações da rede sem fio    Spécification détaillée du produit SimPA2 - GForge  Ride Guide - Valley Metro  PostBase – Erste Schritte (deutsch)  

Copyright © All rights reserved.
DMCA: DMCA_mwitty#outlook.com.