Home
Tender Document for supply of equipments in departments of
Contents
1. 8 Infiltration time separately programmable for each station should be available 9 The equipment should have nine freely selectable programmes 10 Drain time should not exceed 60 sec 11 Possibility of interrupting an automatic process for reloading or removing cassettes for special applications before the end of a run should be available 12 Baskets should automatically immerse in a station during the power failure 13 Suitable online UPS support with minimum one hour backup should be available 14 The equipment should be USA FDA European CE approved Tissue Embedding Station 1 Microprocessor controlled bench top unit with high specimen throughput 2 Paraffin reservoir capacity should be a minimum of 3 4 liter 3 Paraffin reservoir temperature setting range from 50 C to 75 C with 1 C steps with 1 degree Increment 4 Ample cold plate with 6 to 15 C temperature to accommodate at least up to 60 blocks 5 Refrigerated spot integrated in cold plate to assist tissue orientation 6 Cassette bath to store at least up to 80 100 cassettes 12 7 Mold warmer temperature programmable from 50 C to 75 C with 1 C steps with 1 degree Increment 8 Work surface temperature programmable from 50 C to 75 C with 1 C steps with 1 degree Increment 9 Paraffin reservoir cassette bath mold warmer and work surface temperature should be individually temperature adjustable
2. 50 Hz Suitable UPS with maintenance free batteries for minimum one hour back up should be supplied with the system Resettable over current breaker shall be filtted for protection Standards and safety System should be US FDA or European CE approved Electrical safety confirms to standards for electrical safety IEC 60601 24 TS 13450 Should be compliant to ISO 13485 quality systems medical devices particular requirements for the application of ISO 9001 applicable to manufactures and service providers that perform their own design activities 18 Laboratory Centrifuge Operational Requirements Aerodynamic compact construction for vibration free performance Table top version Technical Specifications Tube Capacity No 12 24 Size 5 15 ml Should have a digital timer Body should be made of strong fabricated amp corrosion resistant steel Control panel for start stop switch dynamic brakes step less speed regulator with zero start switch amp speed indicator with timer and protective fuses Door interlock Maintenance free brushless drive motor with exact speed pre selection and display Speed range 100 to 6000 rpm and above accuracy 1 rpm RPM Maximum 15 000 System Configuration Accessories spares and consumables Centrifuge complete with Swig and basic rotors and four buckets 01 set Tu
3. 10 Instrument should be programmable for work days work starting time work end time real time and day of the week for Automatic switch on off of the instrument 11 LED Illuminated workspace for clear visibility of the processing with User Friendly Adjsutable magnifier 12 Activation of paraffin flow via foot switch or using the pressure clip should be available 13 Spacious paraffin collection tray to collect excess paraffin from work surface should be available 14 Suppliers should have a good number of installation base with efficient after sales support with proven track record 15 The equipment should be USA FDA European CE approved model 16 System Should be Supplied with moulds 15x 15x 5mm 12 Pcs amp 24x 30x 5mm 12 Pcs 17 Suitable online UPS support with minimum one hour backup should be available Automatic Thin Microtome facility to cut delicate as well as hard tissue Automated specimen advance with ocusing cutting e Should have different sectioning modes such as manual continuous single Step stroke amp programme mode e Alternate trimming and sectioning modes with micrometer feed mechanism o Maximum advance speed 500 1500 u sec Section thickness 0 5 50 u e Trim Thickness 2 100 u Digital display of distance and number of section cut Emergency stop button Removable debris tray Knife locking pin to secure blade holder to the fixed knife stag Speed opt
4. The rates quoted should be both for Comprehensive AMC CMC as well Non Comprehensive AMC AMC for five years Firm should undertake to keep the item in running order throughout the year and in case of item going out of order during warranty AMC CMC the fault will be attended within 24 hours and rectified within 7 days of lodging the complaint Failure to rectify the fault would entail downtime penalty 0 25 of basic cost of item per week 21 The Tenderer will be responsible to provide training to supporting staff for the purchased item 22 TheTenderer shall assure availability of spare parts for at least 10 years for items requiring propriety spare parts or costing 10 Lakhs or more 23 All spare parts required for installation and standardization of system to be given free of cost 24 The Tenderer shall submit list of users and satisfactory report of quoted model from reputed institute preferably Government institute hospitals 25 The Dean through a committee shall arrange for inspection and installation of items at Medical College Faridabad and payment shall be released after final acceptance certificate is issued as per Proforma enclosed Annexure VII 26 The purchase committee or any of its members may visit the factory facility to determine the eligibility of the Tenderer 27 Payment of item will be made through ECS within two weeks after the successful installation commissioning and training to user department and satisfactory in
5. Village Nerchowk Mandi H P 3 ESIC Medical College and Hospital Village Bihta Patna Bihar 4 ESI Medical and Dental College and Hospital Village Kusnoor Gulbarga Kamataka Ambuj Sharma Under Secretary to the Government of India Tele 2306 1986 33 TENDER APPLICATION DECLARATION FORM ANNEXURE II Name of the firm Full Postal Address 3 Cell PhoneNo S O 7 _ Date of Establishment of Firm a Any other Act if not who are the owners Please give full address a 10 Name and Address of your Banker stating the name in which the Account stands with A c Numbers with IFSC Code a cancelled cheque od 11 Whether insured against fire theft burglary etc If so please state the amount and name of company with policy no 12 Are you in the list of approved contractors of any other organizations institutions if any give details Append extra page if necessary Give details of any Government contracts executed during the last twelve months Append extra page if necessary Any other information which you consider necessary to furnish UNDERTAKING a the undersigned certify that have gone through the terms and conditions mentioned in the tender document and undertake to comply with them b The rates quoted by me are valid and binding upon me for the entire period of contract and it is certified that the rates quoted are the lowest quoted for any other institution hospital in Indi
6. Exemption Certificate TheTender Application Form Declaration Form Should be submitted on a non judicial stamp paper of Rs 100 Manufacturers Authorization Form Final Acceptance Certificate By The Consignee Proforma The Compulsory Documents and check list 44
7. Penis BPH 25 Female Genital System Leiomyoma Uterus Carcinoma Cervix Dermoid cyst Ovary Serous Cystadenoma ovary Mucinous cystadenoma Ovary 26 Breast Fibroadenoma IDC Breast 27 Thyroid Colloid Goitre Multinodular Goitre Hashimoto s thyroiditis follicular adenoma papillary carcinoma follicular carcinoma 28 Bone Chronic Osteomyelitis TB osteomyelitis Osteosarcoma Osteoclastoma Ewing s sarcoma 29 Salivary gland Pleomorphic Adenoma 30 CNS Meningioma Glioblastoma multiforme Medulloblastoma 31 Cryostat 1 The Cryostat should be a floor standing model with power requirements of 230V 50 60 Hz 2 Cryo chamber temperature setting should be 0 Cto 35 C Cooling via two separate compressor systems with specimen head cooling facility 3 Specimen cooling facility available should be in the temperature range of 10 to 50 C 31 4 Maximum cooling time up to maximum low temperature should be less than 4 hours after start up 5 Actively cooled quick freezing shelf should be at 40 C 6 Specimen storage shelf should store up to 8 12 chucks 7 Maintenance free microtome with section thickness setting range from 1 0 to 100 micrometer should be available 8 Fully Automatic Sectioning with an option of manual operation should be available 9 Equipment should be suitable for sectioning of maximum specimen size 45mm x 75mm 10 Vertical specimen stroke length avai
8. Should have workload recording 16 Should have unlimited number of user definable control files 17 Should have auto stop function in event of unacceptable control data 18 Should be able to transmit results to host computer 19 Throughput should be minimum 100 samples hour in Primary mode 20 Linearity of PLt to be from 0 0 to 3000x1000 cells microlitres 21 WBC linearity should 0 0 to 3000 x 1000 cells microlitres 22 Must be able to select CBC CBC and Diff and Reticulocyte testing mode 23 Must extend analysis time for cytopenic samples RBC Plt and WBC 24 Must directly measure MCV 25 Should be able to differentiate between smaller RBcs and Larger Platelets 26 Must have auto purge function in the software 27 The supplier should have excellent service backup and at least 10 similar machines installed in reputed hospitals labs 28 Suitable UPS with One hr backup 29 At least 20 Quality control Files which store 100 runs each XB analysis 30 Should be able to work with Laser printer which should be supplied with the instrument 31 Should not use more than 5 reagents including cleaning agent in order to minimize inventory lot to lot quality control maintenance and calibration 32 Should have inbuilt autoloader cum mixer with capability of loading min 90 samples at any time 33 Should be able to provide Min at least 30 different parameters Fully Automated hematology analyzer with three part differential e Fully autom
9. System should offer very low running cost employing 80 100 or more precision bore Westergren glass tubes with automatic wash and reuse 4 Should have facility to accept the sample rack of common blood cell counter in a universal rack adapter for walk away operation 5 System should be able to have one to five racks at one location each rack with a capacity to hold more than 10 samples on an average 6 Should have bi directional interface with LIMS for check of bar code and select from rack only those samples meant for ESR and without need for separation of ESR from non ESR 7 Machine should be equipped with autoloader and open access to samples all the time when space is available with positive sample identification bar code reader 8 Accurate and automatic on board dilution with citrate solution and automatic temperaturecorrection to specified temperature of 18 20 C should be available 9 The tubes should be automatically cleaned on board 10 Should have the ability to detect even haziness in samples and measure the position of themeniscus accurately and consistently for precise results 11 System should have a minimum throughput of 50 60 samples in per hour 12 The system should he ideally microbiologically safe for the operator and environment 13 Equipment will be supplied with suitable on line UPS with one hr backup 12 Penta Head Microscope with microphotogr aphic apparatus Optical System Infinity co
10. The extent of delay for each of the activities to be performed by the supplier in terms of the contract is The amount of recovery on account of non supply of accessories and spares is given under Para no 02 The amount of recovery on account of failure of the supplier to meet his contractual obligations is here indicate the amount Signature Name Designation with stamp Explanatory notes for filling up the certificate i He has adhered to the time schedule specified in the contract in dispatching the documents drawings pursuant to _ Technical Specification ii He has supervised the commissioning of the equipment s plant s in time i e within the time specified in the contract from date of intimation by the Purchaser Consignee in respect of the installation of the equipment s plant s iii Training of personnel has been done by the supplier as specified in the contract iv In the event of documents drawings having not been supplied or installation and commissioning of the equipment s plant s having been delayed on account of the supplier the extent of delay should always be mentioned in clear terms 41 Annexure VIII THE FIRM IS REQUESTED TO FOLLOW THE CHECK LIST AT THE TIME OF SUBMISSION OF TENDER COM PULSORY DOCUMENTS CHECKLIST Name ofTenderer Name of Manufacturer SI No Yes No NA Page Remarks No in TED 1 Have you enclosed Postal Address with Telephone No Fax No Mobile No Emai
11. be responsible for calibration as part of CMC 41 Amount of AMC CMC as the case may be shall also be considered for arriving at the lowest cost 42 The successful bidder shall be determined based on fulfillment of minimum eligibility Criteria specified in the Tender document and lowest prices quoted by the participant bidders 43 If it appears to this office that the items provided by the bidder is defective or of inferior quality or does not match with the requirements of this office or otherwise not in accordance with the terms and conditions the supplier on demand of this office shall forthwith rectify the defects on its own cost as per the requirements of this office and in the event of its failure to do so within a period specified by this office in the demand aforesaid the supplier will be liable to pay compensation as decided by the competent authority 44 The schedule of completion of purchase shall be strictly adhered to as defined in the Tender document as time is the essence of the contract Any unjustified and unacceptable delay in completion of the purchase shall render the supplier liable for the liquidated damages 1 5 of the contract price week subject to a maximum of 5 weeks and thereafter this office shall have the option to cancel the purchase order and get the work completed from any other source at the risk and cost of the supplier The supplier shall also be liable to pay to this office a cancellation charge of 10 of the val
12. below to be included in the bid Accessories for Cytospin 100 24 pcs 1x4 100 Sealed head 1 Head Seals Silicone rubber 3 pack 1x5 Filter cards 200 bx Cytoclip stainless steel slide clip 4 pack pack of 6 each Mega funnel for spinning large samples upto 6m1 25 box Cytoslide single circle coated 100 box Fully Automated Hematology Analyser with 5 part differential 1 Should provide complete blood cell counting including 5 part WBC differential with capability of doing Reties and NRBC enumeration 2 Must be upgradable to attach with fully automated slide maker amp slide stainer in future 3 Must automatically enumerate Nucleated Red Blood Cells in the CBC Diff Mode and without additional reagents 15 and reticulocyte count 4 Should be based on the principle of counting and sizing 5 Must analyse leucocytes in their native state through laser based scatter analysis 6 Hemoglobin method equal in accuracy to reference method 7 Extended Platelet counting 8 True 5 part differential analysis by 3 dimensional measurement 9 PC based data management with all scatter plots histograms and display and in print 10 Automatic probe wipe and wash 11 Open Vial Predilute and Closed vial mode 12 Must have STAT capability with Positive Bar code identification facility 13 User defined rules amp flagging limits 14 Database capacity of at least 20 000 sets of results and graphics 15
13. both sides e Built in torque adjustable focusing knob Objectives Plan Achromat Objectives 4x 10x 40x Spring amp 100x Spring oil e The specimen should remain in focus while changing objective magnification e The objectives should be interchangeable so that user can mount them in nosepiece in any sequence without affecting parfocality amp centering Observation Tubee 30 inclined siedentopf design binocular observation tube with multi layer coated beam splitter prisms to ensure maximum transmittance reflectance of light amp uniform illumination in both the eyepieces Eyepiece Paired Widefield high eyepoint eyepiece 10x 20 mm Condensere Abbe Condenser NA of 1 25 with aperture iris diaphragm amp light relay system should have aspheric lenses ensuring uniform illumination throughout the field Mechanical Stage e Mechanical Stage should have wire movement rackless stage for smooth X amp Y movement of specimen with abrasion resistant coating e It should have a upper limit focus stopper preventing contact between objective amp specimen in higher magnification CE Certification It should meet CE Standards for safety ISO Certification It should be manufacturered in a ISO 9001 facility Demonstration Demonstration will be one of the criteria for Technical Evaluation 21 14 Binocular microscope for Faculty Specifications for Faculty Microscope Imported Stand Ergonomic de
14. 2years Yes 4 Tissue Floatation Bath 2 5000 2years Yes 5 Hot plates 2 5000 2years Yes 6 Cytospin Centrifuge 1 50 000 2years Yes 7 5 Part Hematology Analyser 1 1 00 000 2years Yes 8 3 Part Hematology Analyser 1 27 500 2years Yes 9 Fully Automated 1 1 15 000 2years Yes Coagulometer 10 Semi Automated 1 20 000 2years Yes Coagulometer 11 Automatic ESR Analyser 1 25 000 2years Yes 12 Pentahead Microscope with 1 60 000 2years Yes Microphotographic apparatus 13 Microscopes Binocular for 60 1 68 000 2years Yes Students 14 Binocular Microscopes for 6 39 000 2years Yes faculty 15 Autoclave electric 1 4 000 2years Yes 16 Hot air oven 50 degree l 5 000 2years Yes Celsus for special staining 17 Digital electronic Weighing 1 5 000 2years Yes Balance 18 Laboratory Centrifuge 3 7 500 2years Yes machine 19 Spectrophotometer 1 4 000 2years Yes 20 Laboratory Refrigerator 3 25 000 2years Yes 21 Sperm quality analyser 1 25 000 2years Yes 22 Sahli Hemoglobinometers 120 4 500 nil Nil 23 Hemocytometers 120 12 000 nil Nil 24 Micropipettes 15 15 000 2 years Nil 1 2 5ul 2 0 5 1 pl 2 2 20ul 3 10 100u1 3 20 200u1 3 100 1000u1 2 25 pH Meter 1 4000 2years Yes 26 Vortex Mixer 1 1000 2years Yes 27 Slide Storage Cabinet 1 4000 nil Nil 28 Block Storage Cabinet 1 6000 nil Nil 29 UG Histopatholog
15. EMPLOYEES STATE INSURANCE CORPORATION MEDICAL COLLEGE amp HOSPITAL NH 3 NIT FARIDABAD Haryana 121001 Under Ministry of Labour Govt of India Phone 0129 4156471 No 7 2015 fbd Date 04 11 15 Tender Enquiry No 7 2015 fbd Date of floating Tender 04 11 2015 Last Date amp time of submitting of Tender 1 12 2015 12 00 noon Date and time of opening Tender 1 12 2015 1 00 pm the Department 0 Pathology in ESIC Medical College 12 2015 Double each item bid Dean ESIC Medical College amp Hospital NH 3 Faridabad invites sealed bid under double bid system Technical Bid and Price Bid For Supply of Pathology Equipments in the Department of Pathology in ESIC Medical College amp Hospital Faridabad Interested firms are requested to collect Tender form with term amp Conditions from Dean s Office ESIC Medical College amp Hospital NH 3 Faridabad on any working day from 10 00 am to 3 00 pm and on Saturday from 10 00 am to 12 noon at the cost of Rs 500 Five hundred in the form of Demand Draft Nonrefundable in favour of ESIC FUND ACCOUNT NO 1 payable at Faridabad Tender documents can also be downloaded from ESIC website http www esic nic in http www esicmcfbd org in that case DD for the cost is to be enclosed with Tender Tender form is to be submitted completed in all respects along with prescribed EMD in favour of ESIC FUND ACCOUNT NO 1 payable at Faridabad in form of Demand Draft The Annexu
16. FACTORS INTRINSIC FACTORS PC PS HEPARIN LA Should be based on electromagnetic change in viscosity detection mode by steel ball oscillation Should be microprocessor based controlled systems Should be user friendly and easy programmable Should be able to calculate Fibrinogen from 1gm ml to 9gm ml Linearity for weak clots The Test should be insensitive to lipemic hemolysed bilirubin rich and colored plasma also turbid reagents Test volume should be 100 250 ul in Cuvettes Programme for PT PTTK FIBRINOGEN TT FACTORS PC PS HEPARIN LA With facility for further programming Should have liquid crystal display of results Should have built in analyzer to give results in sec INR age dl etc There should be at least four measuring channels and at least 12 16 incubation channels Should have connected cabled pipette for reagent dispensing Automatic Start or stop with minimum lowest readout time 2 10 sec 18 15 Reagent and sample volume requirement is half then the volume required in manual methods 16 UPS to be provided with 2 hours power backup Should be USFDA and or European CE approved 11 Automatic ESR Analyser 1 Should be based on Westergreen Principle and conforming to the recommendations of International Council for Standardization in Haematology ICSH 2 Should be able to accept EDTA blood samples in vacutainer tubes with continuous loading possibilities 3
17. Price Tender Tenders will be opened on the due date at 1 00 pm in the Conference room of the ESIC Medical College amp Hospital NH 3 Faridabad In the presence of bidders or their authorized representative If due date of opening is declared holiday Tender will be opened on next working day at same time and place The undersigned reserves the right to accept or reject any or all the bids without assigning any reason at any stage DEAN ESIC Medical College amp Hospital NH 3 Faridabad 2 Under Ministry of Labour Govt of India Phone 0129 4156471 No 7 2015 fod SUB For Supply of Pathology Equipments in ESIC Medical College Faridabad TENDER DOCUMENT EMPLOYEES STATE INSURANCE CORPORATION MEDICAL COLLEGE amp HOSPITAL NH 3 NIT FARIDABAD Haryana 121001 Date 04 11 15 Tender is invited for Supply of Pathology Equipment in the Department of Pathology for ESIC Medical College Faridabad up to scheduled time and Date Sealed Tenders should bear the Tender inquiry No and be clearly super scribed as For Supply of Pathology Equipments for Pathology Department in ESIC Medical College Faridabad Tenders submitted after scheduled time shall out rightly be rejected S No Name of Item Qty EMD Rs Warranty CMC Required or not 1 Automatic tissue processor 1 80 000 2years Yes 2 Tissue Embedding Station 1 50 000 2years Yes 3 Automated Rotary Microtome 2 1 00 000
18. a c The earnest money of Rs to be deposited by me has been enclosed herewith vide Demand Draft no Dt drawn on bank ___ Branch d I hereby undertake to supply the items as per directions given in the tender document supply order within stipulated period e I We give the rights to Dean to forfeit the earnest money deposited by me us if any delay occur on my agent s part or failed to supply the article within the appointed time or the items of desired quality f There is no vigilance CBI case or court case pending against the firm Date Signature of the Tenderer Place Full Name Office seal of theTenderer Designation 34 10 ANNEXURE III UNDERTAKING To be submitted in non judicial stamp paper of Rs 100 I We Name of authorized Signatory the undersigned hereby declare and affirm that I We have gone through the terms and conditions governing the Tender and undertake to comply with all terms and conditions The rates quoted by me are valid and binding upon me for the period of validity of the Tender That the earnest money of Rs deposited by me us vide Banker Cheque Demand Draft no Dt drawn ON Name of the Bank is attached herewith That I We authorize Dean to forfeit the earnest money deposited by me us in case of any delay or failure to supply the article within the stipulated time and the items of desired quoted quality That I We will be in the position to provide Annual Maintenance Co
19. added for Ranking Evaluation purpose 5 The uptime warranty will be 98 on 24 hrs X 7 days X 365 days basis or as stated in Technical Specification of the TE document 6 All software updates should be provided free of cost during CMC period 7 The supplier shall keep sufficient stock of spares required during Annual Comprehensive Maintenance Contract Period In case the spares are required to be imported it would be the responsibility of the supplier to import and get them custom cleared and pay all necessary duties Name Business Address Place Signature of Tenderer Date Seal of Tenderer 38 Annexure VI CONSIGNEE RECEIPT CERTIFICATE To be given by consignee s authorized representative The following store s has have been received in good condition 1 Contract No amp date 2 Supplier s Name 3 Consignee s Name amp Address with telephone No amp Fax No 4 Name of the item supplied 5 Quantity Supplied 6 Date of Receipt by the Consignee 7 Name and designation of Authorized Representative of Consignee 8 Signature of Authorized Representative of Consignee with date 9 Seal of the Consignee 39 Annexure VII Proforma of Final Acceptance Certificate by the Consignee No Date To M s Subject Certificate of commissioning of equipment plant This is to certify that the equipment s plant s as detailed below has have been received in good conditions along with al
20. ain to be sealed and put in a single envelope super scribing name of item and name of company Last date of submission of Tender addressed to the Dean ESIC Medical College amp Hospital NH 3 Faridabad as follows The Tender s Technical bid and price bid envelopes should be put in sealed envelope addressed to the Dean ESIC Medical College amp Hospital NH 3 Faridabad Haryana 121001 The envelope should be super scribed as Tender for Supply of Pathology Equipments in the Department of Pathology in ESIC Medical College Faridabad Name of item due on 1 12 2015 The contents of price Bid should include following items The information given at Techno commercial bid should be reproduced in price bid with prices indicated Rates Price should be typed both in words as well as in figures free from erasing cutting and over writing Price quoted should match with the items quoted in technical bid Each and every page of the quotation be separately numbered and duly signed oOo N DOO FP OON gt 9 Only Techno commercial bid Un Priced bid will be opened first and shall be referred for the Technical Evaluation The price bid of only those Tenderers whose technical bid is found acceptable by a committee authorized by the competent authority will be opened for further action In case the price quoted cannot be matched with the item s quoted in technical bid the bid shall be liable to be rejected Price and S T VAT must be q
21. anual 1 20 000s to 8s with USB 3 0 interface Live image display frame rate of minimum 25 fps at full resolution The quoted camera should be able to work in Full HD 1920 x 1080 mode and should be controlled from mouse keyboard or touch screen monitor The image analysis software should be able to perform basic image acquisition video recording and basic measurements like distance angle count etc NOTE The quoted microscope should be on site upgradeable to fluorescence with at least 6 8 position fluorescence turret 13 Binocular microscope for Students Stand e Ergonomic design for long hours of fatigue free work e Main controls like focusing intensity control stage joystick power Switch should be located close together e Window in the arm section so that the specimen can be viewed from the back while using external light amp also can be used to carry microscope e Quadruple revolving nosepiece Optical System e Universal Infinity Corrected Optical System Anti Fungus Optics 60 20 e The interior of objectives amp eyepiece should be anti fungus treated thereby ensuring the image clarity and long operating life Transmitted Illumination Built in 6V 20W halogen illumination through SMPS circuit for constant voltage output 100 240 V having universal power supply to cover Voltage fluctuations Focusing System Co axial coarse amp Fine Focusing control with focusing on
22. any 11 Statement of deviation parameter wise from Tendered conditions if any 12 Copy of PAN No I T R of last three years 13 Proof of Turnover of at least Rs 2 5 Crore each year for past three consecutive years 14 Authority letter from manufacturer authorizing the distributor stockiest if applicable 15 Name and address of nearest authorized service center 6 16 Catalogue of the item showing the make model no and specifications 17 Declaration undertaking on stamp paper as per the proforma enclosed Annexure III TERMS AND CONDITIONS GOVERNING CONTRACT 1 Any amendments in the Tender documents at any stage of Tender shall be uploaded on the website www esic nic in in the link for Tender Haryana and on www esicmcfbd org Bidders shall not be permitted to withdraw their offer or modify the terms and conditions of these bidding documents In case the bidder fails to observe and comply with the stipulations made herein or back out after quoting the rates or imposes any additional conditions the aforementioned demand draft shall be forfeited 2 One time custom exemption certificate for import of Hospital items under condition no 86 at sl No 485 of the Ministry of Finance Department of Revenue vide notification no 12 2012 Customs dated 17 March 2012 has been issued for ESIC Medical College Faridabad Annexure l 3 Bidders or their manufacturers who stand deregistered banned blacklisted from any government authority in the
23. arkings with a red bead in bulb WEC pipette should have 0 5 1 and 11 markings with a white bead in bulb The manufacturer should be ISO certified or the product should be ISI marked 25 Micro Pipette e Fully autoclavable 15 Adjustable e Accuracy in measurement e Ejector should ensure safe eject contaminated tips positioned for capacity amp no perfect ergonomics as mentioned e Precision in control spring loaded tip cone in list above e One button operation for aspiration dispensing and tip ejection e Volume setting automatically locks e Chemically resistant e 4 digit display e Accuracy 1 for all e Calibration certificate should be provided with the supply e Disposable tips 500 each volume e Should be supplied with tips holder rack amp pipettes stand 26 pH meter e Advanced Microcontroller based design 1 electric e Display of pH mv temp on backliteLCD e GLP compliant Optional e Entry of buffer value machine Idthrough keyboard for the GLP print e 3 point Automatic pH Calibration withbuffer standards 4 0 7 0 amp 9 2 e 3 point manual pH calibrationusing with known bufferstandards e Automatic temperaturecompensation e Entry of temperature throughkeyboard in the absence oftemperature sensor e Storage up to 50 test results 29 27 Vortex Cum Mini Centrifuge e Rotation speed 2800 rpm e Maximum RCEF 700X g e Rotors for 12 x 1 5 ml 12 x 0 5 ml and 12 x 0 2 ml microte
24. ated e Should have 20 parameters Hb RBC WBC PCV MCV MCH MCHC Platelet RDW SD RDW CV lym Neut Mixed Ly Neut Mixed MPV PDW P LCR PCT e Linearity range WBC 1 0 99 9x103 ml RBC 0 3 7 00x106 ul Hb 0 1 25 0g dl 16 PLT 10 999x103 ul Thruput 60 70 sample hr Sample vol Whole blood upto 100ul Prediluted 20 ul WBC clog detection Monitoring amp flagging function e Carry over should be lt 2 0 for Hb lt 3 for WBC amp lt 5 for platelet count Large LCD display to review all parameters amp 3 histograms on screen with touch screen facility e Either In built printer external printer to print results with without histograms with option Autoprobe wiping facility for user safety e Calibration should be done as amp when necessary by company personnel Data storage of about 3500 with histograms e Built in quality control programme e Start up kit x 1000 tests e UPS FOC Roller mixer one FOC e 2yrs warranty amp 5 yr AMC Fully automated coagulation analyzer 1 FULLY AUTOMATIC COAGULATION ANALYSER as Complete walk away facility 2 Bench top Random access 3 Tests available PT APTT Fibrinogen TT LA All Factors ATIMI Heparin PC PS PLG AP APCR DDI FDP FM vWF etc 4 Simultaneous measurement of Clotting Chromomeric and Immunological assays 5 Insensitive to LIPEMIC COLORED HEMOLYSED plasma and tur
25. awan New Delhi Dated the yt July 2012 OFFICE MEMORANDUM Subject Issuance of one time certificate of category for import of hospital equipments under Condition No 86 at SI No 485 of the Ministry of Finance Department of Revenue Notification No 12 2012 Customs dated 17 March 2012 i The undersigned is directed to refer to Ministry of Labour and Employment s letters No S 38025 12 2003 SS 1 dated 4 January 2012 and 26 June 2012 on the subject mentioned above and to forward herewith the necessary certificate in respect of four ESi Hospitals in terms of Ministry of Finance Department of Revenue Condition No 86 at SI No 486 Notification No 12 2012 Customs dated 17 March 2012 i Ambuj Sharma Under Secretary to the Government of India Tele 2306 1986 Shri Animesh Bharti Director Ministry of Labour and Employment SS Section Shram Shakti Bhavan New Delhi Copy forwarded with enclosures for information to 1 The Assistant Commissioner of Customs Faridabad Chandigarh Patna Gulbarga Department of Revenue CERTIFICATE Certified that the under mentioned hospitats which are under the control of Ministry of Labour fall in category a of Condition No 86 at SI No 485 of the Ministry of Finance Department of Revenue Notification No 12 2012 Customs dated 17 March 2012 1 ESIC Medicali College and Hospital Central Green NIT 3 Faridabad Haryana 2 ESIC Medical College and Hospital
26. be Holders as appropriate Environmental factors Shall meet IEC 60601 1 2 2001 Or Equivalent BIS General Requirements of Safety for Electromagnetic Compatibility The unit shall be capable of operating continuously in ambient temperature of 10 40 deg C and relative humidity of 15 90 The unit shall be capable of being stored continuously in ambient temperature of 0 50 deg C and relative humidity of 15 90 Power Supply Power input to be 220 240VAC 50Hz as appropriate fitted with Indian plug Voltage corrector stabilizer of appropriate ratings meeting ISI Specifications Input 160 260 V and output 220 240 V and 50 Hz Standards Safety and Training The supplier should be ISO certified for quality standards Should be FDA CE UL or BIS approved product 25 Should comply with IEC TR 61010 3 020 Safety requirements for electrical equipment for measurement control and laboratory use Part 3 020 Conformity verification report for IEC 61010 2 020 1992 Particular requirements for laboratory centrifuges Comprehensive warranty for 2 years and 5 years AMC after warranty Documentation Certificate of calibration and inspection List of Equipments available for providing calibration and routine maintenance support as per manufacturer documentation in service technical manual List of important spare parts and accessories with their part number and costing The job description of the hospital t
27. bid reagent 6 Able to use primary sample tube 7 Ability of continuous sample amp reagent loading i e during the run 8 Ability to add delete rerun tests during the run 9 Have in built Barcode reader for positive identification of samples and reagents i e name stability volume position etc 10 Able to detect automatically positive sample and Regent positions 11 Possibility of Auto Rerun and Auto Redilution of samples 12 Flexibility to rerun add a test or delete a test handling of star sample at any time 13 Availability of 1000 Cuvettes in roll 14 Automatic dilution for samples and calibrators 15 Positive sample and reagents level detection 17 16 17 18 19 20 21 22 Have online sample reagents monitoring Sample positions more than 90 with all STAT Facility Reagent positions more than 40 all at 15 C Have data storage capacity of more than 500 patient including 10 or more results per patient Participating company should have direct presence in India with relevant application and service specialist for anytime support Applications multiple free training to users at site Suitable UPS with One hr backup 10 Semi automated coagulation analyser 1 10 11 12 13 14 Semi Automated Coagulation Analyzer should be portable and with built in printer Should be able to run all clotting assays i e PT PTTK FIBRINOGEN TT EXTRINSIC
28. echnician and company service engineer should be clearly spelt out 19 Spectrophoto meter Double beam optics High resolution 1 5nm spectral band pass Pharmacopoeia standards Light Source should be Tungsten Halogen and Deuterium Lamps Light Source Switching Automatic switching selectable from 325nm to 370nm Should have LCD Display LCD screen with adjustable Brightness control displays a large array of data also in graphical format Should have chemical resistant keypad Should be Stand alone or PC operated Validation Self Diagnosis incorporating a number of parameters and wave length calibration are automatically initiated upon start up GLP GMP feature for analysis requiring validation and auditing Parameters such as Wavelength accuracy Wavelength reproducibility band pass baseline flatness baseline stability and Noise level Up to 20 operating programs and up to 10 set of measurement data can be stored in the flash memory Programs easily recalled edited and deleted Should have USB port for direct download in to memory stick Optics Concave diffraction grating Double Beam Principle Wavelength Range 190nm 1 100 nm Spectral Bandwidth 1 5 nm Stray Light lt 0 05 220nm Nal 340nm NaNO2 Wavelength Accuracy 0 3nm Photometric Range Absorbance 3 to 3 T 0 to 300 T Concentration 0 000 to 9 999 Wavelength Scan Speed 10 100 200 400 800 1 200 2 400 3 600 nm minute Baseline Stabilit
29. ectric stainless steel autoclave with stand and power cable for sterilization of glassware and plastic ware in steam under pressure e Outer body should be made of steel and inner chamber should be made of stainless steel Should have rotating lid made of steel with radial locking system mounted on a central screw e Should be fitted with water level indicator e Should be fitted with paddle lifting device to open or close lid 22 e Should be fitted with pressure gauge steam release cock spring loaded safety valves etc e Should be hydraulic tested upto 40 PSI with heating elements easily replaceable capacity should be 40 to 50 L and upto 2 KW e 2 yrs warranty 3 yrs CMC 16 Hot Air Oven e Hot air oven is required for heating a sample under controlled conditions e Microprocessor based system with PID temperature controller with integrated auto diagnostic system with faulty indicator e Thermostatically controlled system e External stainless steel casing insulated stainless steel door with locking and rear zinc plated steel e Interior internal volume at least 55 liters easy to clean interior made of stainless steel with supports on the three sides for three adjustable perforated stainless steel shelves e Forced air circulation by quiet air turbine fan to ensure uniform temperature e Fitted with load indicator and safety thermostat take over indicator lamp LCD LED indicator e Temperatu
30. eserved histo morphological features will be preferred Quality of slides and variety of lesions available will be subjected to scrutiny List of Slides I General Pathology Acute Inflammation Acute Appendicitis Acute Salpingitis Chronic Cholecystitis Foreign body granuloma Coagulative necrosis Caseous Necrosis TB Lymph node Ae a 30 OST 11 12 13 14 15 16 17 18 Liquefactive Necrosis Amebic Abscess Fatty Liver Medial Calcification Granulation Tissue CVC Liver Spleen Lung Hemangioma Capillary Cavernous Thrombosis Benign Prostatic Hyperplasia Benign Tumors Fibroadenoma Leiomyoma Malignant Tumors Squamous cell Carcinoma Adenocarcinoma Infiltrating ductal Carcinoma CVS Atherosclerosis Reticuloendothelial System Hodgkin s Lymphoma Hematology Iron Deficiency Anemia Macrocytic Anemia Hemolytic Anemia Neutrophilia Lymphocytosis Eosinophilia ALL AML CLL CML 20 Respiratory System TB Lung Lobar Pneumonia Bronchopneumonia Lung Tumors 21 GIT benign gastric ulcer intestinal TB gastric carcinoma colonic carcinoma rectal carcinoma 22 Hepatobiliary System Cirrhosis Liver Hepatocellular carcinoma secondaries in liver chronic cholecystitis 23 urinary system Acute Glomerulonephritis Chronic Glomerulonephritis chronic pyelonephritis wilm s tumor renal cell carcinoma 24 Male Genital System seminoma testis squamous cell carcinoma
31. from participation in this bid The near relatives for this purpose are defined as a Members of Hindu undivided family b Their husband or wife c The one is related to the other in the manner as father mother son s son s wife daughter in law daughter s amp daughter s husband son in law brother s brother s wife sister s and sister s husband brother in law 47 The contract shall be subject to the jurisdiction of competent courts of laws at Faridabad Haryana 48 The authority reserves the right to seek satisfactory performance report directly from the user enlisted in the user list provided by the bidder Dean ESIC Medical College amp Hospital NH 3 Faridabad 11 Item Technical Specifications Qty Automatic Tissue Processor 1 The equipment should be carousel type with 12 stations of 1 8 litre each 10 reagent stations 2 wax baths 2 The System should have inbuilt vacuum with fume control 3 Metal tissue basket having less base diameter compare to upper diameter to avoid sticking of basket and a capacity of 100 cassettes 4 Audible alarms error message and warning codes should be available 5 Ergonomic control panel with full protected keyboard and LCD should be available 6 Easy editing and changing of programs even during a processing run should be an available feature 7 Delayed start function up to 9 days should be possible Auto restart function should also be available
32. ided with racks Door hinges and latches should be chromium plated Control panel with temperature alarm ON OFF switch with power on indicator digital thermometer temperature display Electronic automatic temperature control Operable at 220 V 50 Hz single phase AC supply Compressor unit to be hermetically sealed with guarantee for at least five years Should have all the accessories required for the functioning of the equipment CE ISI mark or other equivalent quality certification All electrical peripherals required for smoothes functioning e g voltage stabilizer provided with the equipment 27 21 Sperm e Fully automated numerical readouts of separate integrated 1 Quality and totalized semen parameters Analyser e Designed to work on undiluted specimens e Should give following WHO parameters Concentration functional amp mobile sperm conc Motility amp sperm motility index Morphology e It should give other parameters like o TFSC TOTAL FUNCTIONAL SPERM COUNT o SMI SPERM MOTALITY INDEX o MSC MOTILE SPERM CONCENTRATION Results to be calculated amp displayed within 50 sec e Must have self testing amp self calibrating facility e Built in printer e Online UPS system System should be US FDA or European CE approved e 2 year warranty amp 5 years CMC User list should be provided along with satisfactory performance report 23 Haemoglobino e The Haemoglobinometer Sahli s ty
33. ion low medium high e UPS for 1hrs power back up Low profile disposable blade 100pkts High profile disposable blade 100pkts 2 yrs warranty 5 yr CMC for equipment amp UPS 13 Should have a power supply of 220VAC at 50 Hz Should be USFDA and or European CE approved Demonstration of equipment required during technical evaluation User list should be provided along with satisfactory performance report Tissue Floatation e Water bath for flattening of tissue sections Bath e Round Rectangular chamber e External dimensions Rectangular 325 350 X 275 300 X 107 110 mm Circular 320 330 X 159 170 mm e Bowl diameter both rectangular amp circular 222 225mm dia amp 70 85mm Depth respectively e Bowl made up of high quality aluminum e Both bowl and upper casing with matte black coating e Stainless steel lid e Temperature 30 degree centigrade to 90 degree centigrade e Safe heating system with ceramic ballast resistance to avoid overheating and damage in case of empty bath e 2yr warranty Slide Drying a Dimensions 450 500 X 295 300 X 85 90 mm Hotplate b Provision of a system to avoid direct contact of the slide with surface of Hot plate e Top plate with matte black epoxy coating e Temp range 30 80 C e 2 year warranty Cytocentrifug The equipment should be a Bench top centrifuge for cytology e for specimens Monolayer The equipment should be capable of thin layer cell preparation f
34. l Address Te a R schedules S a DD b Name of the Bank c Branch d Amount 4 Have you enclosed clause by clause technical compliance statement for the quoted goods vis vis the Technical T Specifications 5 In case of Technical deviations in the compliance statement have you identified and marked the deviations 6 _ Have you enclosed duly fill Tender Form TT 7 Have you enclosed Power of Attorney Authorization in favour of ge eee 8 Have you submitted manufacturer s Authorization i i 9 In case of India Tenderer have you Furnished Income Tax Account No PAN as allotted by the Income Tax Department of Government of India 10 In case of ForeignTenderer have you furnished Income Tax Account No of your Indian Agent as allotted by the Income Tax Department of Government of India 11 Have you furnished photocopy of your PAN Card amp Tan Card ET 12 Have you intimated the name and full address of your Banker s along with your Account Number IFSC Code Cancelled Cheque 13 Have you furnished Annual Report Balance Sheet and Profit amp Loss 14 Have you enclosed IT returns for the last three years 2012 13 2013 14 2014 15 15 Have you enclosed the names amp addresses of other hospitals etc to whome items is supplied 16 Have you accepted delivery period as per TE document Account for last three years prior to the date of Tender opening 2012 13 2013 14 2014 15 42 Have you accepted
35. l the standard and special accessories and a set of spares subject to remarks in Para no 02 in accordance with the contract technical specifications The same has been installed and commissioned a Contract No dated b Description of the equipment s plants c Equipment s plant s nos d Quantity e Bill of Loading Air Way Bill Railway Receipt Goods Consignment Note no dated f Name of the vessel Transporters g Name of the Consignee h Date of commissioning and proving test Details of accessories spares not yet supplied and recoveries to be made on that account Description of Item Quantity Amount to be recovered The proving test has been done to our entire satisfaction and operators have been trained to operate the equipment s plant s The supplier has fulfilled its contractual obligations satisfactorily or The supplier has failed to fulfill its contractual obligations with regard to the following 40 a He has not adhered to the time schedule specified in the contract in dispatching the documents drawings pursuant to _ Technical Specifications b He has not supervised the commissioning of the equipment s plant s in time i e within the period specified in the contract from date of intimation by the Purchaser Consignee in respect of the installation of the equipment s plant s c The supplier as specified in the contract has not done training of personnel
36. lable should be 55 60mm with a horizontal specimen feed of 25 30mm 11 Motorized rapid and slow coarse feed preferably at two speeds should be available 12 Trimming facility from 1 to 600 um 0 5 um in steps of 1 2 5 10 50 um should be available 13 Disposable blade holder system with lateral displacement and integrated glass anti roll guide should be available for low amp high profile blades 14 Glass anti roll guide with anti static feature to facilitate perfect stretching of sections should be available 15 Specimen precision orientation by 8 deg in x y z axis should be available 16 Instrument should have closed drainage system to allow controlled disposal of fluids 17 Automatic amp manual chamber defrost facility should be available with one automatic defrost cycle 24 hours 18 Duration of the defrost cycle should be 6 15 minutes 19 Electronic locking key to avoid any inadvertent changes in program setting should be available 20 Manual disinfection facility with UVC Disinfection option should be available 21 System should be quoted with Disposable Blade system 22 The equipment should be USA FDA European CE approved 23 Suitable online UPS support with minimum one hour backup should be available 32 Annexure AUG 14 2012 14 17 From To 1292299387 Poa p L 20027 2 2012 IC Govemment of India Ministry of Health and Famity Welfare LC Section Nirman Bh
37. ltaneously for the same item product in the same Tender 11 If an agent submits bid on behalf of one principal OEM the same agent shall not submit a bid on behalf of another principal OEM in the same Tender for same item product 12 The company will get only one chance for demonstration In case the company fails to arrange the demonstrationthe Tender shall be liable to be cancelled 13 The date for demonstration shall be fixed with mutual consent on telephone e mail the same shall be confirmed in writing and by fax e mail Only reasonable time shall be given to arrange for demonstration 14 In case demonstrationof the item is asked if any the same has to be arranged at Faridabad 15 Only the manufacturers or their authorized distributor ocusing would be considered 16 Tenderer must provide the telephone and fax no e mail with Tender for all correspondence 17 The item should be guaranteed warranted for a minimum period of two years or as mentioned in specifications from the date of satisfactory inspection installation and commissioning 18 Tenderer should have service setup at Delhi NCR region 19 Delivery schedule Within 45 days after placement of supply order 20 Firm should undertake to enter into Comprehensive Annual Maintenance Contract CAMC for item where ever required as well as for accessories attached for minimum period of five years after completion of warranty period and accordingly quote the rates of CAMC for five years
38. nt to submit a Tender process the same further and enter into a contract with you against your requirement as contained in the above referred TE documents for the above goods manufactured by us We further confirm that no supplier or firm or individual other than Messrs name and address of the above agent is authorized to submit a Tender process the same further and enter into a contract with you against your requirement as contained in the above referred TE documents for the above goods manufactured by us We also hereby extend our full warranty AMC CMC as applicable as per TED read with modification if any in the Special Conditions of Contract for the goods and services offered for supply by the above firm against this TE document Yours faithfully Signature with date name and designation SEAL For and on behalf of Messrs Name amp address of the manufacturers Note 1 This letter of authorization should be on the letterhead of the manufacturing firm and should be signed by a person competent and having the power of attorney to legally bind the M anufacturer 2 Original letter may be sent 36 PRICE SCHEDULE Annexure V a A PRICE SCHEDULE FOR DOMESTIC GOODS OR GOODS OF FOREIGN ORIGIN LOCATED WITHIN AREA Brief Descript ion of Goods with make amp model warehouse Ex showroom Off the shelf TotalTender Price in Rs In words Note Sales Transportati Tax VA Jon T if loading unlo an
39. ntract Comprehensive Maintenance Contract AMC CMC spare parts accessories attached and its consumables for 5 years from the date of satisfactory installation of the equipment till the AMC CMC period is over That there is no vigilance CBI case or court case pending against the firm debarring my firm to supply of items quoted That I We hereby undertake to supply the items as per directions given in supply order within stipulated period That I We undertake to maintain the equipment to the satisfaction of user during the period of warranty and guarantee I We have been informed that the Dean has the right to accept or reject any or all the Tenders without assigning any reason thereof We Name of firm undertake that we will provide 3 Three preventive service on quarterly basis during the warranty and AMC CMC period as offered in our Tender and any no of break down calls shall also be attended within 24 hrs I We also agree that the payment of AMC CMC shall be made to me us on half yearly basis after satisfactory preventive service Signature and address of the Tenderer 35 ANNEXURE IV MANUFACTURER S AUTHORISATION FORM To Dean ESIC M edical College amp Hospital NH 3 Faridabad Haryana Pin 121001 Dear Sir Ref Your TE document No dated We who are proven and reputable manufacturers of name and description of the goods offered in the tender having factories at F hereby authorize Messrs name and address of the age
40. or cell retrieving cells from various body fluids especially paucicellular preparation fluids and preserving their morphology Should be capable of processing up to 12 specimens at one time Should be equipped with Biological safety cabinet for safety of the operator Auto lid lock during rotation with a special lid release mechanism should be available Should be designed for easy disinfection and also have a wipe clean 14 control panel Should be resistant to fluid spillage on the electronic components with capped disposable sample compartments chambers for elimination of aerosol May have different sizes of disposable chambers Safety alarms during all stages of operation should be available Microprocessor based controls and programming for time and speed with pull out program card for fast retrieval Should be compliant with international standards for electrical equipment requirements for laboratory use 220 V 50Hz Speed 100 to 4 000 rpm Noise levels lt 50 Db The equipment should be a automated slide preparation system that produces uniform thin layer slides for both gynecologic and non gynaecological sample processing which should remove obscuring blood mucus debris and also thoroughly mix the sample Processes about 80 samples per cycle with automatic chain of custody verification of patient samples The equipment should be USA FDA European CE approved Model The rate of accessories written
41. past 5 years need not participate in the bidding 4 The Tenderer must enclose a draft banker Cheque for sum mentioned against each items as earnest money drawn in the favour of ESI Fund A C No 1 payable at Faridabad or New Delhi in case the bank does not have a clearing house at Faridabad or fixed deposit receipt from a commercial bank or bank guarantee from a commercial bank which should be valid for a period of 9 months from last date of closure of bid 5 EMD Deposited with earlier Tender if any or in any other form as given will not be adjusted accepted against this Tender Tender without EMD will not be accepted in any case 6 Tenderer will have to demonstrate the quoted item to the Technical Evaluation Committee within the stipulated time frame as and when asked for The Tender shall be liable to be cancelled on non compliance of this clause 7 EMD will be released to unsuccessful bidder s after finalization of Tender 8 Preference shall be given to Tenderer who shall bid for 3 or more different items mentioned in the Tender 9 10 of the payment shall be with held from the successful bidder alternately the successful bidder shall submit bank guarantee for 3 months prospectively from the period of expiry of warranty The same will be released on satisfactory performance of the item after expiry of warranty 10 Either the authorized Indian agent on behalf of the principal OEM or principal OEM itself can bid but both cannot bid simu
42. pe should be square tube type and 120 meter Sahli s the kit should consist of the following e Comparator Holder 1 It should be black in colour and the windows should have the following dimensions a Height 3 cms Minimum b Width 0 5 cms Minimum e Colour comparator e Square Hb Tube graduated on both sides for measurement of haemoglobin in percentage and gram e 20 Microlitre Hb Pipette e Amber coloured acid vial e Glass Stirrer e Dropper with Teat e Cleaning Brush e The kit should also be supplied with the following standard accessories Square Hb tubes 01 no Hb pipettes 01 no HCL N 10 500ml Dropper 01 no Glass stirrer 01 no The manufacturer should be ISO certified or the product should be ISI marked a a T 28 24 Hemocytomet 120 er Should include an improved Neubaeur Chamber one RBC pipette one WEC pipette coverslips in a box Neubauer chamber is a thick crystal slide with the size of a glass slide 30 x 70 mm and 4 mm thickness Neubauer chamber s counting grid should be 3 mm x 3 mm in size The grid should be silver polished and have 9 square subdivisions of width Imm Depth of chamber should be 0 1mm The glass cover should be squared glass of width 22 mm The glass cover when placed on the top of the Neubabuer chamber covering the central area should maintain a depth of 0 1mm RBC pipette should have 0 5 1 and 101 m
43. re V a amp V b contains the format in which price has to be quoted as per the commercial terms for the Tender Tender complete in all respects should be dropped in Tender box kept in the Committee Room of the Dean Office ESIC Medical College amp Hospital Faridabad Tender received after 12 00 noon on due date will not be entertained The Technical Bid and Price Bid must be sealed by the bidder in the separate envelopes duly super scribed Technical Bids for Supply of Pathology Equipments in the Department of Pathology in ESIC Medical College amp Hospital Faridabad and Price Bid for Supply of Pathology Equipments in the Department of Pathology in ESIC Medical College amp Hospital Faridabad both the sealed envelope are to be put in the bigger envelope which should also be sealed and super scribed Bid For Supply of Pathology Equipments in the Department of Pathology in ESIC Medical College amp Hospital Faridabad Notwithstanding anything stated above the Purchaser reserves the right to assess the Tenderers capability and capacity to perform the contract satisfactorily before deciding on award of Contract should circumstances warrant such an assessment in the overall interest of the Purchaser The Purchaser reserves the right to ask for a free demonstration of the quoted items at a pre determined place acceptable to the purchaser for technical acceptability as per the Tender specifications before the opening of the
44. re variation 1 deg C e Temperature range ambient to 250 deg C e Output available for date acquisition e System as specified e The unit shall be capable of being stored continuously in ambient temperature of 0 50 deg C and relative humidity of 15 90 e The unit shall be capable of operating continuously in ambient temperature of 10 40deg C and relative humidity of 15 90 e Power input to be 220 240VAC 50Hz fitted with Indian plug e Voltage corrector stabilizer of appropriate ratings meeting ISI specifications input 160 260 V and output 220 240 V and 50Hz e System should confirm to IS 6365 1971 Reaffirmed 1995 with latest amendments in ISI specifications for laboratory Electric ovens Alternatively system should be FDA Approved or CE Certified e Electrical safety confirms to standards for electrical safety IEC 60601 IS 13450 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 23 17 Electronic Analytical Balance Description of Function Electronic Balance is required for precision weighing of Lab Samples Operational Requirements Microprocessor based single pan analytical balance with high accuracy and precision is required Reading of the weight by digital display Electronic top loading balance
45. rrected optical system Illuminator The microscope should have an ergonomic stand with at least 6V30W Halogen Illumination The same stand should be able to accommodate LED illumination system Observation Tube Should be trinocular widefield three way light path distribution 100 0 20 80 amp 0 100 for simultaneous viewing and imaging of the specimens inclined at 30 degree or less for improved observation efficiency provided with paired widefield eyepieces Eyepieces Should be of at least 10X magnification with diopter adjustment 19 facility with field of view of 22mm or higher Teaching Head For four additional persons other than the main observer All the tubes and Eye pieces should have Field of view 22 or better LED two color pointer unit Nosepiece Sextuple 6 position revolving nosepiece upgradable to DIC in future Objectives The following objectives should be quoted 1 4X Plan Achromat 2 10X Plan Achromat 3 20X Pl 4 40X Plan SemiApochromat 5 100X oil Plan SemiApochromat Stage Mechanical stage with ceramic coating with double slide holding capacity Condenser Swing out condenser It should have Polarizer and analyzer attachment Digital Camera Scientific grade colour CCD camera with resolution of 3 0 to 5 0 Megapixels or higher Sensitivity equivalent to ISO 200 400 800 progressive scanning method auto manual exposure control Exposure time Auto 1 20 000s to 2s M
46. sign for long hours of fatigue free work Coarse amp Fine Focusing knob should be on both the sides Quintuple revolving nosepiece with inward tilt System Universal Infinity Corrected Optical System Transmitted Illumination e Built in transmitted Koehler illumination of 6V 30W halogen Field stop should be integrated in the frame for centering of Koehler illumination Focusing System Co axial coarse amp Fine Focusing control with focusing on both sides e Built in torque adjustable focusing knob elt should have a upper limit focussing stopper Objectives Plan Achromat Objectives 4x 10x 40x Spring amp 100x Spring oil Observation Tube 30 inclined siedentopf design Trinocular observation tube with double slide holder The Interpupillary distance adjustment range should be from 50 75mm Eyepiece Paired Widefield eyepieces of 10x 20 mm Condenser Abbe Condenser NA of 1 25 with aperture iris diaphragm Mechanical Stage Mechanical Stage should have wire movement rackless stage for smooth X amp Y movement of specimen It should have a upper limit focus stopper preventing contact between objective amp specimen in higher magnification The stage size should be 185 X 134 mm and travel range of 76 X 50 mm It should meet CE Standards for safety It should be manufacturered in a ISO 9001 facility Demonstration will be one of the criteria for Technical Evaluation 15 Autoclave e El
47. spection of the item 28 For the item where spare parts are required The price bid must include A Rate list indicating the prices and packing prevalent on date of Tendering B List indicating cost and life of consumables 29 Photocopy of ITR PAN No Should be enclosed with the completed Tender as mentioned in Annexure VIII 30 Tenderer if not a manufacturer has to submit manufacturer s authorization certificate as per Annexure IV 31 If the committee deems fit and desires to visit the manufacturing unit the same has to be arranged by the bidder 32 The committee shall reserve the right to seek performance report from the institutions where the manufacturer s item has been supplied 33 CE statement of compliance from CE notified body or its local supporting affiliate should be submitted for each individual item 34 1SO0 9001 14001 18001 13485 certification to be submitted wherever necessary 35 The validity of Tender will be for a period of six months from the date of opening Extendable 36 If any accessories are required with the item must be quoted along with the item itself 37 Rates of spares chargeable may be indicated with the Tender 38 The Dean reserves the right to accept or reject any or all the Tenders without assigning any reason s thereof 39 The Tenderer is required to submit undertakings as per the Performa enclosed on a non judicial stamp paper of Rs 100 40 If the item needs calibration the firm shall
48. st tubes e 2yrs warranty 28 Slide Storage Cabinet 1 Capacity 12000 slides 6000 slides in each cabinet 2 Slide storage 75 x 25mm glass micro slides should be in vertical manner Aluminium tray anodized for slide storage Removable slide tray Modular and made up to stainless steel outer casing to protect from dust Corrosion protected surface for long term use Door opening facility with handle on the front panel with provision for locking 8 structure should be on wheel for easy movement 9 Fitted with index card holder 10 Cabinet is fitted with lock and key to ensure safety ND MN BW 29 Block Storage Cabinet Capacity 6000 block 3000 blocks in each cabinet Block storage should be in vertical manner Aluminium tray anodized for block storage Removable block tray Modular and made of stainless steel outer casing to protect from dust Corrosion protected surface for long term use Should have wheel rollers in its legs with facility of locking the wheels for moving the cabinets 8 Fitted with index card holder 9 Cabinet should be fitted with lock and key to ensure safety NYDN PWN KR 30 UG Histopatholog y Slide Set Hematoxylin and eosin stained slides of pathological lesions including both general and systemic pathology Wider range of lesions preferable desired list of lesions is enclosed below Sets having classical and well pr
49. the terms of delivery as per FOR basis at consignee site basis Have you accepted the warranty AMC CMC as per TE document Have you accepted all terms and conditions of TE document Have you fully accepted payment terms as per TED eee Oooo S T ees e ee Have you submitted list of Institutions where you have supplied the lr ccc cc E S E 22 Have you submitted copy of the orders s against the above end oe eee i lene ed forms from website See eee re T e details of DD i E ee ee ft a ee ee 25 along with rates for each year Years 28 Have you submitted the name amp address of service centers in Delhi amp NCR Have submitted the original TED after signing on all pages 1 All pages of the Tender should be page numbered and indexed 2 The Tenderer may go through the checklist and ensure that all the documents confirmations listed above are enclosed in the tender and no column is left blank If any column is not applicable it may be filled up as NA 3 It is the responsibility offenderer to go through the TE document to ensure furnishing all required documents in addition to the above if any Signature with date Full name designation amp address of the person duly authorized to sign on behalf of the Tenderer For and on behalf of Name address and stamp of thetendering firm 43 Annexure IV Annexure V a amp V b Annexure VI Annexure VII SS List of Annexures Custom Duty
50. ue of goods supplied The payment or deductions of such sums shall not relieve the supplier from his obligations to complete the supply or from his other obligations and liabilities under this contract agreement The date of completion of the purchase in accordance with the Tender documents shall be deemed to be essence of the contract and must be completed no later than the period specified therein Extension will not be given except in exceptional circumstances should however execution is delayed over after the expiry of the contracted period without prior concurrence of this office such execution will not deprive the office of its right to recover liquidated damages The decision of the competent authority of this office in this regard shall be final and binding 45 In the event of any dispute or differences between the contractor and the office whether arising during the execution of orders under these terms and conditions or thereafter whether 10 by breach in manner in regard to the construction of the terms and conditions or the respective rights and liabilities of the parties here to there under or any matter or thing out of or in relation to or in connection with these terms and conditions then the decision of the DEAN ESIC MEDICAL COLLEGE amp HOSPITAL NH 3 FARIDABAD HARYANA will be final 46 Disclaimer The near relatives of the employees of ESIC MEDICAL COLLEGE amp HOSPITAL NH 3 NIT FARIDABAD HARYANA are prohibited
51. uoted separately The price should be all inclusive lump sum including cost of the item freight insurance transit insurance packing forwarding etc and including charges for installation and commissioning with all the men and material required for the same and for the quoted warranty period The price should be on F O R ESIC Medical College amp Hospital NH 3 Faridabad basis No other charges in addition will be payable on any account over and above the lump sum price quoted in the price bid except S T VAT The rates quoted in ambiguous terms such as Freight on actual basis or Taxes as applicable extra or Packing forwarding extra will render the bid liable to rejection The price of the items should be quoted in Indian Rupees only The contents of Techno Commercial Bid Two bidTenders should include following items Covering letter indicating the list of enclosures Cost of Tender documents if downloaded from website by demand draft EMD in accordance with instructions as above Name and detailed specifications of the quoted item with price Blanked Name and detailed specifications of essential accessories if any with price Blanked Name and detailed specifications of optional accessories if any with price Blanked Warranty Offered 2 Year s Minimum for Two Years Rates of CAMC minimum for 5 years after expiry of warranty as and where required User list 10 Statement of deviation parameter wise from specifications if
52. with transparent case The balance should have functions of piece counting percent weighing formulation dynamic weighing with automatic and manual start and provision for data interface Technical Specifications Weigh accurately up to 3 decimal place Fully automatic time and temperature controlled internal calibration and balance should be capable to adjust itself Auto zero setting Weighing capacity up to 200g Readability 0 001g Repeatability 1mg or less Setting time 1 5 second Suitable for internal and external adjustment weights Balance should have facility for user administration and password protection Balance should have Liquid Crystal Display LCD for display Stainless steel square weighing pan IR sensors for hands free operation Warns if balance is not correctly leveled Automatic and detachable draft shield Detachable and adjustable terminal Including user administration and password protection Integrated automatic safety function for external routine operations Alphanumeric data entry of 4 ID s System Configuration Accessories spares and consumables As specified Environmental factors Shall meet IEC 60601 1 2 2001 Or Equivalent BIS General Requirements of safety for Electromagnetic Compatibility Thu unit shall be capable of operating in ambient temperature of 20 30 deg C and relative humidity of 80 Power Supply Power input to be 220 240 VAC
53. y ading and amp incidental value costs till consignee s site Incidental Services including Installation amp Commissio ning superv ision Demo nstration And Training at the Consignee 1 If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail 2 The charges for Annual CMC after warranty shall be quoted separately Place Date Name Business Address Signature offenderer Seal of theTenderer 37 Annexure V b PRICE SCHEDULE FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT AFTER WARRANTY PERIOD Annual Comprehensive Maintenance Contract Cost for Total CMC cost for five years DESCRIPTION Each Unit year wise 3x 4a 4b 4c 4d 4e OF GOODS After completion of Warranty period NOTE 1 Incase of discrepancy between unit price and total prices THE UNIT PRICE shall prevail The cost of Comprehensive Maintenance Contract CMC which includes preventive maintenance inc technical service operational manual labour and spares after satisfactory completion of Warranty period may be quoted for next five years on yearly basis for complete equipment 3 The cost of CMC may be quoted along with taxes applicable on the date of Tender Opening The taxes to be paid extra to be specifically stated In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later 4 Cost of CMC will be
54. y 0 0003 Abs hr 500nm after 2 hours 26 Noise Level 0 0003 Abs 500nm Detector Silicon Photodiode Power requirements 220 240 V 50 Hz Cuvette chambers to hold 4 cuvettes 1 for blank 3 samples for samples with matching cuvettes Computer Latest configuration with necessary software and Laser printer Cuvettes glass amp quartz of 1 ml capacity 2 numbers microcuvettes 2 numbers A suitable online UPS with tubular batteries maintenance free and one hour backup time should be supplied Standards Safety and Training Manufacturer should have ISO certification Product should be European CE US FDA approved Certificate of calibration and inspection from the factory Documentation User Service Manual in English 2 Nos must be provided Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet Any point if not substantiated with authenticated catalogue manual will not be considered 20 Lab Refrigerators Capacity 350 400 Liters Temperature 2 80C Preferably roller mounted Adjustable shelves Battery backup Durable rust free exterior Durable unbreakable interior Control panel with temperature alarm on off switch and digital thermometer Interior lighting Drip tray and defrosting arrangement Adequate circulation of air to ensure even cooling by DUCT system Door with lock Inside of door prov
55. y Slide Set 4 6000 nil Nil 30 Cryostat 1 90000 2years Yes Tenders complete in all respect must be dropped in the Tender box kept in the Office of the Dean ESIC Medical College amp Hospital NH 3 Faridabad Haryana on or before the last date mentioned in the Tender notification The Tenders will be opened as scheduled and indicated in the Tender notification in the Conference hall at 1 00 pm in the presence of Tenderer s or their representatives on behalf of the bidder who may like to be present on that day The representative of the bidder should bring with him a letter of authority from the bidder and proof of identification In case date of opening of Tender is declared as holiday Tenders shall be received and opened on next working day as per the above mentioned schedule Two Bid System Tenderers are to submit two sealed bids Viz Techno commercial Bid and Price Bid separately super scribing as Tender For Supply of Pathology Equipments in the Department of Pathology in ESIC Medical College Faridabad Name of item due on 1 12 2015 on first envelope and Price Bid for Tender For Supply of Pathology Equipment in the Department of Pathology in ESIC Medical College Faridabad Name of item due on 1 12 2015 on the second envelope Both the envelopes should have name of the company quoting the Tender Each and every page of the quotation should be separately numbered and duly signed Both the envelopes are ag
Download Pdf Manuals
Related Search
Related Contents
Instruções de operação Quinny BT042 User's Manual Ezystone Installation Manual v7 Samsung RSH1DTPE manual de utilizador para descargarlo Guia do usuário optiPoint 410/420 advance SIP V4.1 Copyright © All rights reserved.
Failed to retrieve file