0% found this document useful (0 votes)
66 views120 pages

Medical Tender-Final 03-09-2012

This document announces a tender for various medical equipment for health institutions in Himachal Pradesh. It lists 49 items of equipment required along with their minimum annual turnover requirement and EMD amount. Key dates for the tender are provided, including the last date for bid submission on September 12, 2012 and dates for bid opening on September 13 and 14, 2012. Interested bidders can obtain the tender document by paying Rs. 2500 and it provides contact information for the corporation issuing the tender.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
66 views120 pages

Medical Tender-Final 03-09-2012

This document announces a tender for various medical equipment for health institutions in Himachal Pradesh. It lists 49 items of equipment required along with their minimum annual turnover requirement and EMD amount. Key dates for the tender are provided, including the last date for bid submission on September 12, 2012 and dates for bid opening on September 13 and 14, 2012. Interested bidders can obtain the tender document by paying Rs. 2500 and it provides contact information for the corporation issuing the tender.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 120

i

HIMACHAL PRADESH STATE


ELECTRONICS
DEVELOPMENT CORPORATION
LIMITED

(TENDER FOR MEDICAL EQUIPMENTS)


HPSEDC (Med. Equip.) - 1 – 2/ 2012.

Rattan Kunj, Khalini, Shimla – 171 002


Tel. : 0177-2628473, 2623513, 2623394,
FAX : 0177 – 2623507.
Website : www.hpsedc.com
e-mail : ss.hpsedc@yahoo.com
ii

INDEX
Sr. No. TOPIC Page Nos.
1. NOTICE INVITING TENDERS ( NIT ) 1

2. LIST OF REQUIRED EQUIPMENTS EMD AND 2-3


TURN OVER

3. GENERAL INSTRUCTIONS TO TENDERERS 5-6


(GIT)

4. GENERAL CONDITIONS OF CONTRACT 37-39


(GCC) TABLE OF CLAUSES

5. TECHNICAL SPECIFICATIONS AND 40-97


STANDARDS

6. QUALITY CONTROL REQUIREMENTS 98

7. ELIGIBILITY QUALIFICATION CRITERIA 99


AND DOCUMENTS TO BE SUBMITTED WITH
ELIGIBILITY BID CLAIM.

8. TENDER FORM 101

9. PRICE SCHEDULE 102-04

10. MANUFACTURER’S/ TENDERERS 106


AUTHORISATION FORM

11. BANK GUARANTEE FORM FOR 109


PERFORMANCE SECURITY

12. CONTRACT FORM 110

13. CHECKLIST 117


1

HIMCHAL PRADESH STATE ELECTRONICS DEVELOPMENT CORP0RATION


Rattan Kunj, Khalini, Shimla – 171002
Tel.: 0177-2628473, 2623513, 2623394, 2623043 Fax :- 0177-2623507

NOTICE INVITING TENDERS ( NIT )


Sealed Tenders are invited from the Original Equipment Manufacturers
(OEM), Authorised Distributors/Dealers of the O.E.M for indigenous equipments or
Principal National Distributors/Country Channel Partners/Dealers in India in case of
imported equipments for the procurement of Electronics Medical Equipments for various
Health institutions under Director Health Services, Director Ayurveda, Director, Dental
Health Services and Government Medical Institutions in the State of Himachal Pradesh.
Tender document containing detailed terms & conditions can be obtained from this office
on payment of Rs 2500/- through demand draft in favour of "H.P. State Electronics Dev.
Corporation Ltd" on any working day between 10 AM to 4 PM upto 12-9-2012 or it can
be downloaded from our website www.hpsedc.com. (in such cases payment of Rs 2500/-
to be deposited in this office before pre-bid meeting if bidder likes to attend the same).

Cost of tender Document Rs. 2500/- In shape of DD in favour


of "H.P. State Electronics
Dev. Corporation, Ltd",
payable at Shimla.
Revised Date of 12-9-2012 Venue: HPSEDC Rattan
Submission of bids (upto 4:30 PM) Kunj, Khalini, SHIMLA-
2.
Revised Date of opening I. 13-9-2012 (11:00 AM) Conference Hall,
of bids for Sr. No. 1 to 25 and Directorate of Health
II.14-9-2012(11:00 AM) Services, SDA Complex,
Sr. No. 26 to 49 Kasumpti,
Shimla-9.

The tender shall be opened on the date mentioned above in the presence of the
bidders or their authorized representatives. In case the opening day happens to be a
Gazetted holiday, the tender will be opened on the next working day at the scheduled
time. All corrigendum, modifications and clarifications in respect of this tender will
be issued only in our website www.hpsedc.com.
The Managing Director HPSEDC reserves the right to accept or reject any tender
or part thereof without assigning any reason.
Sd/-
MANAGING DIRECTOR
2

SECTION - I

i) LIST OF REQUIRED EQUIPMENTS AND EMD AMOUNT .


Sr. Description of Equipments TURN OVER EMD Amount
No. ( in Rupees) ( in Rupees)
1. 3-Channel ECG Machine 2 Crores 25,000/-
2. 6-Channel Digital ECG Machine 2 Crores 25,000/-
3. Six channel Interpretive ECG Machine 2 Corers 25,000/-
4. Pulse Oximeter 2 Crores 25,000/-
5. Hand Held Pulse Oximeter 2 Crores 25,000/-
6. Electronic weighing scale-New-born-10kg 1 Crore 10,000/-
7 Double Port Oxygen Concentrator 2 Crores 25,000/
8. Surgical Electric Cattery 5 Crores 50,000/-
9. Laparoscope Single Puncture 5 Crores 50,000/-
10. Laparoscope Double Puncture 5 Crores 50,000/-
11. Phototherapy unit single head high intensity 2 Crores 25,000/-
12. Double surface phototherapy unit 2 Crores 25,000/-
13. Pulse Oximeter, bedside neonatal 2 Crores 25,000/-
14. Radiant warmer 2 Crores 25,000/-
15. Binocular Microscope ITEM DELETED
16. Centrifuge Machine 2 Crores 25,000/-
17. Incubator 2 Crores 25,000/-
18. Water Bath (Serological) 2 Crores 25,000/-
19. Hematology analyzer ITEM DELETED
20. Fully automatic Blood cell counter ITEM DELETED
21. Cell Counter (5 part differential automated ITEM DELETED
Hematology Analyzer)
22. Semi Auto analyzer 5 Crores 50,000/-
23. Blood Chemistry Auto Analyzer 5 Crores 50,000/-
24. Electrolyte Analyzer 5 Crores 50,000/-
25 Automated Immunoassay analyzer 5 Crores 50,000/-
26 X-ray 60 mA Mobile 5 Crores 50,000/-
27 X-ray 300 mA 5 Crores 50,000/-
28 X-ray 500 mA 5 Crores 50,000/-
29 Digital Radiography System 1000mA 5 Crores 50,000/-
DELETED 5 Crores 50,000/-
3

30 Ultra Sound System with full Digital Technology 5 Crores 50,000/-


31 Whole Body Digital Colour Doppler (Mid End) 5 Crores 50,000/-
32 High End Color Doppler Ultra Sound System 5 Crores 50,000/-
33 Automatic X-ray Film Processor (Table Top Model) 5 Crores 50,000/-
34 Auto-film Processor ( Heavy Duty) 5 Crores 50,000/-
35 Mammography Unit 5 Crores 50,000/-
36 C-Arm for Ortho/Uro/General/Pain Management/ 5 Crores 50,000/-
Neuro (Spine)
37 Computed Radiography 5 Crores 50,000/-
38 X-Ray Room Accessories 1 Crore 10,000/-

X-ray view Box, Cassettes X-ray & Lead Apron

39 Anesthesia Machine with integrated Ventilator 5 Crores 50,000/-

40 Portable Anesthesia Machine 5 Crores 50,000/-

41 ICU Ventilator High End 5 Crores 50,000/-

42 Mid End ICU Ventilator 5 Crores 50,000/-

43 Portable ICU Ventilator 5 Crores 50,000/-

44 Ventilator Non-Invasive 5 Crores 50,000/-

45 Bed Side Monitor 5 Crores 50,000/-

46 Syringe Pump for Drug Infusion 5 Crores 50,000/-

47 Patient Monitoring System 5 Crores 50,000/-

48 De-fibrillator with Monitor 5 Crores 50,000/-

49 De-fibrillator 5 Crores 50,000/-


4

(ii) Tender No.: HP SEDC( Med. ) - 1 – 2/ 2012.

2. Cost of tender document and Scheduled Dates & Venue:


COST of tender Rs 2500/- In shape of DD in favour of "H.P. State
Document Electronics Dev. Corporation, Ltd",
payable at Shimla.
Revised Date of 12-9-2012 Venue: HPSEDC Rattan Kunj, Khalini,
Submission of bids (upto 4:30 PM) SHIMLA-2.
Revised Date of 13-9-2012 Conference Hall, Directorate of Health
opening of bids (at 11:00 AM) Services, Kasumpti, Shimla-9.
Sr. No. 1 to 25
and 14-9-2012
(at 11:00 AM)
Sr. No. 26 to
49

3. Interested bidders can obtain tender document from this office on payment of Rs
2500/- through demand draft in favour of "H.P. State Electronics Dev. Corporation Ltd"
or it can be downloaded from our website www.hpsedc.com(in such case cost of tender
document is to be made in shape of demand draft of Rs 2500/- in favour of “H.P. State
Electronics Dev. Corpn. Ltd” payable at Shimla or may be deposited in cash in this office
on any working day before submission of tender document).

4. Tenderer’s shall ensure that their tenders, complete in all respects, are dropped or
handed over to the authorized person of H.P. STATE ELECTRONICS DEVELOPMENT
CORPORATION LTD, Rattan Kunj, Khalini, Shimla-2. (HPSEDC in brief) on or before
the closing date and time indicated in the Para ii above.

5. In the event of any of the above mentioned dates being declared as a holiday by the
State Government , the tenders will be sold/received/opened on the next working day at
the appointed time.

6. All corrigendum, modifications and clarifications in respect of this tender will be issued
only on our website www.hpsedc.com.

7. The Tender Enquiry Documents are not transferable.

MANAGING DIRECTOR
5

SECTION – II
GENERAL INSTRUCTIONS TO TENDERERS (GIT)

CONTENTS
S. No. Topic Page No.
A PREAMBLE
1 Definitions and Abbreviations 7
2 Introduction 8
3 Availability of Funds 8
4 Language of Tender 8
5 Eligible Tenderers 9
6 Eligible Goods and Services 9
7 Tendering Expense 9
B TENDER ENQUIRY DOCUMENTS 9
8 Contents of Tender Enquiry Documents 9
9 Amendments to Tender Enquiry Documents 10
10 Clarification of Tender Enquiry Documents 10
C PREPARATION OF TENDERS
11 Documents Comprising the Tender 10
12 Tender Price 11
13 Tender Currencies 11
14 Indian Agent 13
15 Firm Price / Variable Price 13
6 Alternative Tenders 13
17 Documents Establishing Tenderer’s Eligibility and 13
Qualifications + section IX
18 Documents Establishing Good’s Conformity to Tender 14
Enquiry Document
19 Earnest Money Deposit (EMD) 14
20 Tender Validity 15
21 Signing and Sealing of Tender 15
D SUBMISSION OF TENDERS
22 Submission of Tenders 16
23 Delay Tender 16
24 Alteration and Withdrawal of Tender 16
E TENDER OPENING
25 Opening of Tenders 16
F SCRUTINY AND EVALUATION OF TENDERS
26 Basic Principle 17
27 Preliminary Scrutiny of Tenders 17
28 Minor Infirmity/Irregularity/Non-Conformity 18
29 Discrepancy in Prices 18
30 Discrepancy between original and copies of Tender 19
31 Eligibility Qualification Criteria section IX 19
32 Eligibility Criteria of Turnover of OEM/Principal National 19
Distributor
6

33 Billing 19
34 Comparison of Tenders 19
35 Additional Factors and Parameters for Evaluation and 20
Ranking of Responsive Tenders
36 Tenderer’s capability to perform the contract 20
37 Contacting the Purchaser 20
G AWARD OF CONTRACT
38 Purchaser’s Right to Accept any Tender and to Reject any 20
or All Tenders
39 Award Criteria 21
40 Variation of Quantities at the Time of Award 21
41 Notification of Award 21
42 Issue of Contract 21
43 Non-receipt of Performance Security and Contract by the 21
Purchaser
44 Return of EMD 22
45 Publication of Tender Result 22
46 Corrupt or Fraudulent Practices 22
7

SECTION – II

GENERAL INSTRUCTIONS TO TENDERERS (GIT)

A. PREAMBLE

1. Definitions and Abbreviations

1.1 The following definitions and abbreviations, which have been used in these
documents shall have the meanings as indicated below:

i) “Purchaser” means the "Himachal Pradesh, State Electronics Development


Corporation, Shimla" or in brief "HPSEDC", purchasing goods and services
as in -corporated in the Tender Enquiry document.
(ii) “Tender” means Bids / Quotation / Tender received from an Eligible Firm /
Tenderer / Bidder as per tender terms and conditions.
(iii) “Tenderer” means Eligible Responsive Bidder/ the Individual or Firm
submitting Bids / Quotation / Tender as per tender terms and conditions.
(iii) “Supplier” means the individual or the firm supplying the goods and services
as incorporated in the contract ( Tenderer can appoint to work on his behalf in
the State for the purpose of supplies and billing only ).
(iv) “Goods” means the Electronics Medical Equipment, its Spares, Instruments,
Machinery, equipment, Consumables etc. which the tenderer / supplier is
required to supply to the purchaser under the contract.
(v) “Services” means services allied and incidental to the supply of goods, such
as transportation, installation, commissioning, provision of technical
assistance, training, after sales service, maintenance service and other such
obligations of the tenderer / supplier covered under the contract.
(vi) “Earnest Money Deposit” (EMD) means Bid Security to be furnished by a
tenderer along with its tender.
(vii) “Contract” means the written agreement entered into between the purchaser
and the tenderer, together with all the documents mentioned therein and
including all attachments, annexure etc. therein.
(viii) “Performance Security” means financial guarantee to be furnished by the
successful tenderer for due performance of the equipments as per the
purchase orders during warranty period or AMC/CMC period. Performance
Security is also known as Security Deposit or Performance Bank Guarantee
(PBG).
(ix) “Consignee” means the Hospital/Institute/Medical College/ Rogi Kalyan
Samiti (RKS)/ person to whom the goods are required to be delivered as per
the purchase order. If the goods are required to be delivered to a person as an
interim consignee for the purpose of dispatch to another person as provided in
the purchase order than that “another” person is the consignee, also known as
ultimate consignee.
(x) “Specification” means the document/standard that prescribes the
requirement with which goods or service has to conform.
(xi) “Inspection” means activities such as measuring, examining, testing, and
gauging One or more characteristics of the product or service and comparing
the same with the specified requirement to determine conformity.
(xii) “Day” means calendar day.
8

(xiii) "HPSEDC" or “MD, HPSEDC” means H.P. STATE ELCTRONICS


DEVLOPMENT CORPORATION LTD.

2. INTRODUCTION

Government of Himachal Pradesh has declared H.P. State Electronics Development


Corporation Ltd (A State Govt. Undertaking) as a Nodal Agency for the procurement
of Electronics Medical Equipments for various Health institutions under Director
Health Services, Director Ayurveda, Director Dental Health Services and
Government Medical Institutions in the State of Himachal Pradesh.

2.1 The Purchaser (HPSEDC) has issued this Tender Enquiry document on behalf of
State Government for purchase of Electronics Medical Equipments for various
Health Institutions under Director Health Services, Director Ayurveda, Director
Dental Health Services and Government Medical Institutions in the State of
Himachal Pradesh. for equipments mentioned in Section – IV – “List of
Requirements” to meet the immediate requirement and subsequent demand during
the current financial year 2013-14
2.2 This section (Section II - “General Instruction to Tenderers”) provides the relevant
information as well as instructions to assist the prospective tenderers in preparation
and submission of tenders. It also includes the mode and procedure to be adopted by
the purchaser for receipt and opening as well as scrutiny and evaluation of tenders
and subsequent placement of contract.
2.3 Before formulating the tender and submitting the same to the purchaser, the
tenderers should read and examine all the terms, conditions, instructions, checklist
etc. contained in the TE documents. Failure to provide and/or comply with the
required information, instructions etc. incorporated in these TE documents may
result in rejection of its tender.

3. Availability of Funds
3.1 Expenditure to be incurred for the proposed purchase will be met from the funds
available with the purchaser/consignee as per sanctions of the Health Department /
Hospitals / Institutions, Govt. of Himachal Pradesh.

4. Language of Tender
The tender submitted by the tenderer and all subsequent correspondence and
documents relating to the tender exchanged between the tenderer and the purchaser,
shall be written in the English language. However, the language of any printed
literature furnished by the tenderer in connection with its tender may be written in
any other language provided the same is accompanied by an English translation and,
for purposes of interpretation of the tender, the English translation shall prevail. The
tender submitted by the tenderer and all subsequent correspondence and documents
relating to the tender exchanged between the tenderer and the purchaser, must also
be written in the English language.

5. Eligible Tenderers
5.1 This invitation for tenders is open to all suppliers who fulfill the eligibility
criteria specified in these documents at section VII.
9

6. Eligible Goods and Services


All goods and related services to be supplied under the contract shall have their
origin in India or any other country with which India has not banned trade
relations. The term “origin” used in this clause means the place where the goods
are mined, grown, produced, or manufactured or from where the related services
are arranged and supplied.
7. Tendering Expense
The tenderer shall bear all costs and expenditure incurred and/or to be incurred by
it in connection with its tender including preparation, mailing and submission of
its tender and for subsequent processing the same. The purchaser will, in no case
be responsible or liable for any such cost, expenditure etc regardless of the conduct
or outcome of the tendering process.

B. TENDER ENQUIRY DOCUMENTS


8. Content of Tender Enquiry Documents

8.1 In addition to Section I – “Notice Inviting Tender” (NIT), the TE documents


include:
- Section II – General Instructions to Tenderers (GIT)
- Section III – General Conditions of Contract (GCC)
- Section IV – List of Required Equipments and EMD
- Section V – Technical Specifications
- Section VI – Quality Control Requirements
- Section VII- Eligibility Qualification Criteria
- Section VIII– Tender Form
- Section IX – Price Schedules-
- Section X- Price Schedules for CMC/AMC
- Section XI – Price Schedule for Turnkey
- Section XII - Questionnaire
- Section XIII Manufacturer’s Authorisation Form-A FORM-B and other
Declarations.
- Section XIV – Bank Guarantee Form for Performance Security/CMC
Security
- Section XV – Contract Forms A
- Section XVI – Contract Forms B
- Section XVII – Performa of Consignee Receipt Certificate
- Section XVIII– Performa of Final Acceptance Certificate by the
consignee
- Section XIX– Check List for the Tenderers
8.2 The relevant details of the required goods and services, the terms, conditions and
procedure for tendering, tender evaluation, placement of contract, the applicable contract
terms and, also, the standard formats to be used for this purpose are incorporated in the
above mentioned documents. The interested tenderers are expected to examine all such
details etc to proceed further.
10

9. Amendments to TE documents
9.1 At any time prior to the deadline for submission of tenders, the purchaser may, for any
reason deemed fit by it, modify the TE documents by issuing suitable amendment(s) to
it.
9.2 Such an amendment will be notified in only on the HPSEDC website
www.hpsedc,com . No amendments or corrigendum in respect of this tender will be
issued in the press. Prospective bidder may remain in constant touch with the website.
9.3 In order to provide reasonable time to the prospective tenderers to take necessary
action in preparing their tenders as per the amendment, the purchaser may, at its
discretion extend the deadline for the submission of tenders and other allied time
frames, which are linked with that deadline.

10. Clarification of TE documents


10.1 A tenderer requiring any clarification or elucidation on any issue of the TE
documents may take up the same with the purchaser in writing or on email-ids
ss.hpsedc@yahoo.com. The purchaser will respond in writing through email only
to such request provided the same is received by the purchaser not later than seven
days (unless otherwise specified in the SIT) prior to the prescribed date of
submission of tender. All corrigendum, modifications and clarifications in
respect of this tender will be issued only in our website www.hpsedc.com.

C. PREPARATION OF TENDERS
11. Documents Comprising the Tender:

11.1 The Three Bid Tender System, i.e. “Eligibility Bid“, Technical Bid” and
“Price Bid” prepared by the tenderer shall comprise the following:
A). ELIGIBILITY BID
Interested bidder will submit the Eligibility Claim Document mentioned at Section
- VII in a separate envelope, which will be opened first to determine the eligibility
of the bidder.

B) TEHCHNICAL BID (Un priced Tender) (only those bidder’s Technical Bid
will be opened those are found eligible while evaluating Eligibility Bid).
And enclosed the original brochures of quoted equipments.
i) Earnest money furnished in accordance with GIT.
ii) Tender Form as per Section VIII
iii) Documentary evidence, as necessary in terms of clauses 5 and 17 including
section-VII establishing that the tenderer is eligible to submit the tender and, also,
qualified to perform the contract if its tender is accepted.
iv) In case of imported equipments the Principal National Distributors/Dealers in
India who quotes for goods manufactured by other foreign manufacturer shall
furnish Manufacturer’s Authorization Letter in Original as per FORM-A contained
in Section XIII indicating that the tenderer is the Authorized Distributor/Dealer in
India.
v) Power of Attorney in favour of signatory of TE documents and signatory of
Manufacturer’s Authorisation Form
11

vi) Documents and relevant details to establish in accordance with GIT clause 18 that
the goods and the allied services to be supplied by the tenderer conform to the
requirement of the TE documents.
vii) Performance Statement along with relevant copies of orders and end users’
satisfaction certificate.
viii) Price Schedule(s) as per Format given in tender filled up with all the details
including Make, Model etc. of the goods offered with prices blank (without
indicating any prices).
ix) Certificate of Incorporation in the country of origin.
x) Checklist as per Section XIX.
xi) All documents should be filed and paged properly with covering letter.
B) Price Tender:
Price Schedule(s) as per Format given in tender filled up with all the details including
Make, Model etc. of the goods offered with prices.
Note:-
1. All pages of the Tender should be page numbered and indexed.
2. It is the responsibility of tenderer to go through the TE document to ensure
furnishing all required documents in addition to above, if any.
3. The authorized signatory of the bidders must sign the tender duly stamped at
appropriate places and initial all the remaining pages of the tender.
4. A tender, that does not fulfill any of the above requirements and/or gives evasive
information/reply against any such requirement, shall be liable to be ignored and
rejected.
5. Tender sent by fax/telex/cable/electronically will be rejected.
12. Tender currencies
12.1 The tenderer supplying indigenous goods or imported goods shall quote only in
Indian Rupees ( ).
12.2 Tenders, where prices are quoted in any other way shall be treated as non -
responsive and rejected.

13. Tender Prices


13.1 The Tenderer shall indicate on the Price Schedule as per format provided in
tender document all the specified components of prices shown therein including
the unit prices and total tender prices of the goods and services it proposes to
supply against the requirement during the period of contract. All the columns
shown in the price schedule should be filled up as required. If any column does not
apply to a tenderer, same should be clarified as “NA” by the tenderer.
13.2 If there is more than one equipment from the List of Requirements, the tenderer
has to submit its quotation for any one or more equipments separately for each
model of equipment and also to offer special discount for quantity if one order is
for more than one equipment. However, while quoting for a equipment, the
tenderer shall quote for the complete requirement of goods and services as
specified in technical specifications.
13.3 While filling up the columns of the Price Schedule, the following aspects should
be noted for compliance:
13.3.1 For domestic goods or goods of foreign origin, the prices in the corresponding
price schedule shall be entered separately in the following manner:
a) the price of the goods, quoted ex-factory/ ex-showroom/ ex-warehouse/ off-the-
shelf, as applicable, including all taxes and duties like sales tax, CST, VAT, Custom
12

Duty, Excise Duty etc. already paid or payable on the components and raw material
used in the manufacture or assembly of the goods quoted ex-factory etc. or on the
previously imported goods of foreign origin quoted ex-showroom etc.
b) Sales tax /VAT or other taxes and any duties including excise duty, which will be
payable on the goods in India if the contract is awarded, may be shown separately.
c)charges towards Packing & Forwarding, Inland Transportation, Insurance (local
transportation and storage) would be borne by the Supplier from ware house to the
consignee site for a period including 3 months beyond date of delivery,
Loading/Unloading and other local costs incidental to delivery of the goods to their
final destination any where in Himachal Pradesh.
d) the price of Incidental Services, as mentioned in List of Requirements and Price Schedule;
e) the prices of Turnkey ( if any), as mentioned in List of Requirements, Technical
Specification and Price Schedule; and
f) the price of annual CMC, as mentioned in List of Requirements, Technical Specification
and Price Schedule.
13.5 Additional information and instruction on Duties and Taxes:
13.5.1 If the Tenderer desires to ask for excise duty, sales tax/ VAT, Service Tax, Works
Contract Tax etc. to be paid extra, the same must be specifically stated. In the absence of
any such stipulation the price will be taken inclusive of such duties and taxes and no claim
for the same will be entertained later.
13.5.2 Excise Duty:
a) If reimbursement of excise duty is intended as extra over the quoted prices, the
supplier must specifically say so also indicating the rate, quantum and nature of
the duty applicable. In the absence of any such stipulation it will be presumed that
the prices quoted are firm and final and no claim on account of excise duty will be
entertained after the opening of tenders.
b) If a Tenderer chooses to quote a price inclusive of excise duty and also desires to
be reimbursed for variation, if any, in the excise duty during the time of supply,
the tenderer must clearly mention the same and also indicate the rate and quantum
of excise duty included in its price. Failure to indicate all such details in clear
terms may result in rejection of that tender.
c) Subject to sub clauses 13.5.2 (a) & (b) above, any change in excise duty
upward/downward as a result of any statutory variation in excise duty taking place
within contract terms shall be allowed to the extent of actual quantum of excise
duty paid by the supplier. In case of downward revision in excise duty, the actual
quantum of reduction of excise duty shall be reimbursed to the purchaser by the
supplier. All such adjustments shall include all reliefs, exemptions, rebates,
concession etc. if any obtained by the supplier.
13.5.3 Sales Tax:
The Tenderer must quote sales tax/ VAT, Service Tax and Works Contract Tax to
be paid extra, the rate and nature of sales tax applicable should be shown
separately. The sales tax / VAT, Service Tax and Works Contract Tax will be paid
as per the rate at which it is liable to be assessed or has actually been assessed
provided the transaction of sale is legally liable to sales tax / VAT, Service Tax
and Works Contract Tax and is payable as per the terms of the contract. If any
refund of Tax is received at a later date, the Supplier must return the amount forth-
with to the purchaser.
13

13.5.4 Octroi Duty, Entry Tax and Local Duties & Taxes:
Normally, goods to be supplied to government departments against government
contracts are exempted from levy of town duty, Octroi duty, entry tax, terminal tax
and other levies of local bodies. However, on some occasions, the local bodies
(like town body, municipal body etc.) as per their regulations allow such
exemptions only on production of certificate to this effect from the concerned
government department. Keeping this in view, the supplier shall ensure that the
stores to be supplied by the supplier against the contract placed by the purchaser
are exempted from levy of any such duty or tax and, wherever necessary, obtain
the exemption certificate from the customer department.
13.5.5 Customs Duty:
The Purchaser will pay the Customs duty wherever applicable.
13.6 For insurance of goods to be supplied, relevant instructions as provided under GCC
Clause 11(Eleven) shall be followed.
13.7 The need for indication of all such price components by the tenderers, as required in
this clause (viz., GIT clause 13) is for the purpose of comparison of the tenders by
the purchaser and will no way restrict the purchaser’s right to award the contract
on the selected tenderer on any of the terms offered.
14. Indian Agent
14.1 If a foreign tenderer has engaged an agent in India (Qualifying the eligibility criteria
) in connection with its tender, the foreign tenderer, in addition to indicating Indian
agent’s commission, if any, in a manner described under GIT sub clause 12.2 above,
shall also furnish the following information:
a) The complete name and address of the Indian Agent and its permanent income tax
account number as allotted by the Indian Income Tax authority.
b) The details of the services to be rendered by the agent for the subject requirement.
c) Details of Service outlets in India, nearest to the consignee(s), to render services
during Warranty and CMC period.

15. Firm Price


15.1 The prices quoted by the tenderer shall remain firm and fixed during the currency of
the contract and not subject to variation on any account.
15.2 However, as regards taxes and duties, if any, chargeable on the goods and payable,
the conditions stipulated in GIT clause 13 will apply.

16. Alternative Tenders


16.1 Alternative Tenders are not permitted.
16.2 However the Tenderers can quote alternate models meeting the tender specifications
of same manufacturer with single EMD.

17. Documents Establishing Tenderer’s Eligibility and Qualifications


17.1 Pursuant to GIT clause 11, the tenderer shall furnish, as part of its tender, relevant details
and documents establishing its eligibility to quote and its qualifications to perform the
contract if its tender is accepted.
17.2 The documentary evidence needed to establish the tenderer’s qualifications shall fulfill
the following requirements:
a) In case of imported equipments, the tenderer offers to supply goods, which are
manufactured by some other firm, the tenderer has been duly authorized by the goods
manufacturer to quote for and supply the goods to the purchaser. The tenderer shall submit the
14

manufacturer’s authorization letter to this effect as per the standard form FORM-A OR
FORM-B as the case may be, provided under Section XIII in this document.
b) The tenderer has the required financial, technical and production capability necessary to
perform the contract and, further, it meets the qualification criteria incorporated in the Section
VII in these documents.
c) in case the tenderer is not doing business in India, it is duly represented by an agent
stationed in India fully equipped and able to carry out the required contractual functions and
duties of the supplier including after sale service, maintenance & repair etc. of the goods in
question, stocking of spare parts and fast moving components and other obligations, if any,
specified in the conditions of contract and/or technical specifications and also fulfilling the
eligibility qualification criteria of the tender.
d) In case the tenderer is an Indian agent/authorized representative quoting on behalf of a
foreign manufacturer for the restricted item, the Indian agent/authorized representative is
already enlisted under the Compulsory Enlistment Scheme of Ministry of Finance, Govt. of
India operated through Directorate General of Supplies & Disposals (DGS&D), New Delhi.

18. Documents establishing good’s Conformity to TE document.


18.1 The tenderer shall provide in its tender the required as well as the relevant documents
in Original like technical data, literature etc. to establish that the goods and services
offered in the tender fully conform to the goods and services specified by the
purchaser in the TE documents. For this purpose the tenderer shall also provide a
clause-by-clause commentary on the technical specifications and other technical
details incorporated by the purchaser in the TE documents to establish technical
responsiveness of the goods and services offered in its tender ( FACT SHEET ). In
addition to documents the complete technical details of the equipment to be offered
should also be given on USB in Excel / Word format to avoid any typing error.
18.2 In case there is any variation and/or deviation between the goods & services
prescribed by the purchaser and that offered by the tenderer, the tenderer shall list
out the same in a chart form without ambiguity and provide the same along with its
tender.
18.3 If a tenderer furnishes wrong and/or misguiding data, statement(s) etc. about
technical acceptability of the goods and services offered by it, its tender will be
liable to be ignored and rejected in addition to other remedies available to the
purchaser in this regard.

19. Earnest Money Deposit (EMD)


19.1 The tenderer shall furnish along with its tender, earnest money for
amount as shown in the List of Requirements indicated in Section-I & V
with Eligibility Envelop. The earnest money is required to protect the purchaser
against the risk of the tenderer’s unwarranted conduct as amplified under sub-
clause 19.7 below.
19.2 The tenderers who are registered with Directorate General of Supplies & Disposals
or with National Small Industries Corporation, New Delhi for the specific goods as
per tender enquiry specification shall not be eligible for exemption from EMD.
19.3 The earnest money shall be denominated in Indian Rupees as per GIT clause 12.2.
The earnest money shall be furnished in one of the following forms:
i) Account Payee Demand Draft
ii) Banker’s Cheque
15

19.4 The demand draft, banker’s Cheque shall be drawn on any commercial bank in India,
in favour of the “Managing Director, HPSEDC, Shimla” payable at Shimla.
19.5 The earnest money shall be valid for a period of forty-five (45) days beyond the
validity period of the contract.
19.6 Unsuccessful tenderers’ earnest money will be returned to them without any interest
after the process of tender. Successful tenderer’s earnest money will be returned
without any interest, after the completion of contract period.
19.7 Earnest Money is required to protect the purchaser against the risk of the Tenderer’s
conduct, which would warrant the forfeiture of the EMD. Earnest money of a
tenderer will be forfeited, if the tenderer withdraws or amends its tender or impairs
or derogates from the tender in any respect within the period of validity of its tender
or if it comes to notice that the information/documents furnished in its tender is
incorrect, false, misleading or forged without prejudice to other rights of the
purchaser. The successful tenderer’s earnest money will be forfeited without
prejudice to other rights of Purchaser if it fails to furnish the required performance
security within the specified period as per the terms of purchase order.
20. Tender/Price Validity
20 The rates approved by the State Level Purchase Committee after technical
recommendations of the equipments will be valid initials for one year from the date
of intimation of approval by HPSEDC.
21. Signing and Sealing of Tender
21.1 The bidders shall submit their tenders as per the instructions contained in GIT Clause
11.
21.2 A bidders shall submit two copies of its tender marking them as “Original”, &
“Duplicate”. The duplicate tender may also contain all pages including Technical
Literature/Catalogues as per in Original tenders.
21.3 The original and other copy of the tender shall either be typed or written in indelible
ink and the same shall be signed by the tenderer or by a person(s) who has been duly
authorized to bind the tenderer to the contract. The letter of authorization shall be by
a written power of attorney, which shall also be furnished along with the tender.
21.4 Both the copies of the tender shall be duly signed at the appropriate places as
indicated in the TE documents and all other pages of the tender including printed
literature, if any shall be initialed by the same person(s) signing the tender. The
tender shall not contain any erasure or overwriting, except as necessary to correct
any error made by the tenderer and, if there is any such correction; the same shall be
initialed by the person(s) signing the tender.
21.5 The tenderer is to seal the original and duplicate copy of the tender in separate
envelopes, duly marking the same as “Original”, &“Duplicate and writing the address
of the purchaser and the tender reference number on the envelopes. The sentence “NOT
TO BE OPENED” before I) 13-9-2012 (11:00 AM) for Sr. No. 1 to 25 and II) 14-9-
2012(11:00 AM) Sr. No. 26 to 49 (The tenderer is to put the date & time of tender
opening) are to be written on these envelopes. The inner envelopes are then to be put in
a bigger outer envelope, which will also be duly sealed, marked etc. as above. If the
outer envelope is not sealed and marked properly as above, the purchaser will not
assume any responsibility for its misplacement, premature opening, late opening etc.
There should be separate tender for each equipment quoted.
21.6 Documents pertaining to ELEGIBILITY Criteria should be submitted in separate
sealed envelop along with tender document fee and EMD as per SECTION I & V.
16

TE document seeks quotation following Three bid Tender Systems. First part will
be known as ‘ELEGIBILITY BID", the second part "TECHNICAL BID" and
third part is "PRICE BID "as specified in clause 11 of GIT. Tender shall seal ‘Price
Tender’ separately duly filed and paged and covers will be suitably superscribed.
Both these sealed covers shall be put in a bigger cover and sealed and procedure
prescribed in Para’s 21.1 to 21.5 followed for each tendered equipment, any
clubbing of equipments will be ignored.

D. SUBMISSION OF TENDERS
22. Submission of Tenders
22.1 Unless otherwise specified, the tenderers are to deposit the tenders in the office of
Managing Director, HP State Electronics Development Corporation, Rattan Kunj,
Khalini, Shimla-2 (Medical Section). The officer receiving the tender will give the
tenderer an official receipt duly signed with date and time.
22.2 The tenderers must ensure that they deposit their tenders not later than the closing
time and date specified for submission of tenders. It is the responsibility of the tenderer to
ensure that their Tenders whether sent by post or by courier or by person, are dropped in
the Tender Box by the specified clearing date and time. In the event of the specified date
for submission of tender falls on / is subsequently declared a holiday or closed day for the
purchaser, the tenders will be received up to the appointed time on the next working day.
23. Delayed submission of Tender
23.1 A tender, which is received after the specified date and time for receipt of tenders
will be treated as “late” tender and will be rejected/ignored.

24. Alteration and Withdrawal of Tender


24.1 The tenderer, after submitting its tender, is permitted to alter / modify its tender so
long as such alterations / modifications are received duly signed, sealed and marked
like the original tender, within the deadline for submission of tenders. Alterations /
modifications to tenders received after the prescribed deadline will not be
considered.
24.2 No tender should be withdrawn after the deadline for submission of tender and before
expiry of the tender validity period. If a tenderer withdraws the tender during this
period, it will result in forfeiture of the earnest money furnished by the tenderer in its
tender.
E. TENDER OPENING
25. Opening of Tenders
25.1 The purchaser will open the tenders at the specified date and time and at the
specified place as indicated in the NIT. In case the specified date of tender opening
falls on / is subsequently declared a holiday or closed day for the purchaser, the
tenders will be opened at the appointed time and place on the next working day.
25.2 Authorized representatives of the tenderers, who have submitted tenders in time, may
attend the tender opening provided they bring with them letters of authority from the
corresponding tenderers. The tender opening official(s) will prepare a list of the
representatives attending the tender opening. The list will contain the
representatives’ names & signatures and corresponding tenderers’ names and
addresses.
17

25.3 Three - Tender system as mentioned in Para 21.6 above will be as follows.

The Eligibility Claim will be opened first. Those bidders are qualified by the
committee only their Technical Bid will be opened and evaluated. These Tenders shall be
scrutinized and evaluated by the Technical Committee of Experts / authority duly
appointed and notified by the Principal Secretary, Health & FW, Govt. of Himachal
Pradesh with reference to parameters and specifications prescribed in the TE document
provided by the Director, Health Services, Govt. of Himachal Pradesh dully approved by
Technical Experts. During the Technical - evaluation Tender opening, the tender opening
official(s) will check the salient technical features of the tenders like detailed description
of the goods offered, delivery period and any other special features of the tenders, as
deemed fit by the tender opening official(s). The Technical Committee can ask for any
clarification / document / demonstration while recommending the equipment, any
modification or clarification in tender document can be seen on our website
www.hpsedc.com. The recommendations made by the Technical Committee Experts will
be final. Thereafter, in the second stage, the Price Tenders of only the Technical -
evaluated acceptable offers (as decided in the first stage) shall be opened for further
scrutiny and evaluation on a date notified after the evaluation of the Price Bids. The
prices, special quantity discount if any of the goods offered etc., as deemed fit by tender
opening official(s) will be read out.

F. SCRUTINY AND EVALUATION OF TENDERS


26. Basic Principle
26.1 Tenders will be evaluated on the basis of the terms & conditions already
incorporated in the TE document, based on which tenders have been received. The
recommendations of the Technical Committee constituiated by the Government of
Himachal Pradesh, will be final. No new condition will be brought in while
scrutinizing and evaluating the tenders.
27. Preliminary Scrutiny of Tenders
27.1 The Purchaser will examine the Tenders to determine whether they are complete,
whether any computational errors have been made, whether required sureties have
been furnished, whether the documents have been properly signed stamped, paged
and whether the Tenders are generally in order.
27.2 Prior to the detailed evaluation of Price Tenders, pursuant to GIT Clause 34, the
Purchaser will determine the substantial responsiveness of each Tender to the TE
Document. For purposes of these clauses, a substantially responsive Tender is one,
which conforms to all the terms and conditions of the TE Documents without
material deviations. Deviations from, or objections or reservations to critical
provisions such as those concerning Eligibility Criteria, Warranty , EMD, Taxes &
Duties, Force Majeure and Applicable law will be deemed to be a material
deviation. The Purchaser's determination of a Tender’s responsiveness is to be
based on the contents of the tender itself without recourse to extrinsic evidence.
27.3 If a Tender is not substantially responsive, it will be rejected by the Purchaser and
cannot subsequently be made responsive by the Tenderer by correction of the non
conformity.
27.4 The tenders will be scrutinized to determine whether they are complete and meet
the essential and important requirements, conditions etc. as prescribed in the TE
18

document. The tenders, which do not the meet the basic requirements, are liable to
be treated as non – responsive and will be summarily ignored.
27.5 The following are some of the important aspects, for which a tender shall be
declared non – responsive and will be summarily ignored;
(i) Tender form as per Section VIII (signed and stamped) not enclosed
(ii) Tender is unsigned.
(iii) Tender validity is shorter than the required period.
(iv) Required EMD have not been provided.
(v) In case of imported equipments, the tenderer has quoted for goods
manufactured by other manufacturer(s) without the required
Manufacturer’s Authorisation Form as per Section XIII.
(vi) Tenderer has not agreed to terms and conditions of the TE.
(vii) Goods offered are not meeting the tender enquiry specification.
(viii) Tenderer has not agreed to other essential condition(s) specially
incorporated in the tender enquiry like terms of payment, liquidated
damages clause, warranty clause, dispute resolution mechanism applicable
law.
(ix) Poor/ unsatisfactory past performance.
(x) Tenderers who stand deregistered/banned/blacklisted by any Govt.
Authorities.
(xi) Tenderer is not eligible as per GIT Clauses 5.1 & 17.1 including section
IX.
(xii) Tenderer has not quoted for the entire range of items in the List of
Requirements as required in the technical specifications of each equipment.
(xiii) Previous supply order copies with prices of the quoted equipment having
same specifications.
28. Minor Infirmity/Irregularity/Non-Conformity
28.1 If during the preliminary examination, the purchaser find any minor informality
and/or irregularity and/or non-conformity in a tender, the purchaser may waive the
same provided it does not constitute any material deviation and financial impact
and, also, does not prejudice or affect the ranking order of the tenderers. Wherever
necessary, the purchaser will convey its observation on such ‘minor’ issues to the
tenderer by registered/speed post etc. asking the tenderer to respond by a specified
date. If the tenderer does not reply by the specified date or gives evasive reply
without clarifying the point at issue in clear terms, that tender will be liable to be
ignored.

29. Discrepancies in Prices


29.1 If, in the price structure quoted by a tenderer, there is discrepancy between the unit
price and the total price (which is obtained by multiplying the unit price by the
quantity), the unit price shall prevail and the total price corrected accordingly,
unless the purchaser feels that the tenderer has made a mistake in placing the
decimal point in the unit price, in which case the total price as quoted shall prevail
over the unit price and the unit price corrected accordingly. Prices should be
submitted only in the format given in tender document any deviation will not be
considered.
29.2 If there is an error in a total price, which has been worked out through addition
and/or subtraction of subtotals, the subtotals shall prevail and the total corrected;
19

and 29.3 If there is a discrepancy between the amount expressed in words and
figures, the amount in words shall prevail, subject to sub clause 29.1 and 29.2
above.
29.4 If, as per the judgment of the purchaser, there is any such arithmetical discrepancy
in a tender, the same will be suitably conveyed to the tenderer by registered / speed
post/email. If the tenderer does not agree to the observation of the purchaser, the
tender is liable to be ignored.

30. Discrepancy between original and copies of Tender


30.1 In case any discrepancy is observed between the text etc. of the original copy and
that in the other copies of the same tender set, the text etc. of the original copy
shall prevail. Here also, the purchaser will convey its observation suitably to the
tenderer by register / speed post/email and, if the tenderer does not accept the
purchaser’s observation, that tender will be liable to be ignored.

31. Eligibility Qualification Criteria


31.1 Tenders of the tenderers, who do not meet the required Qualification Criteria
prescribed in Section VII, will be treated as non - responsive and will not be
considered further.

32. Eligibility criteria of Turn-Over of O.E.M or Principle National Distributor.


The Annual Turnover of the OEM or the Principal National Distributor should be
as per list of requirement in each year in the last three years. In case the bid is
submitted by local bidder, then sales turnover of the OEM/Principal National
Distributor shall be considered.

33. Billing: The Bidder should open Dump/Depot in Himachal or now levied entry
Tax @ 3% on all items purchased by Government Departments, Boards and
Corporations for consumption or use under the Himachal Pradesh Tax on Entry of
Goods into Local Area Act, 2010 vide notification No. EXN-F (10)-2/2010, Dated
14-10-2010.

34. Comparison of Tenders


34.1 The comparison of the responsive tenders shall be carried out on Free
Delivery at consignee site basis and taken into account the CMC charges
quoted for 6th, 7th, 8th, 9th and 10th year. As the warranty period of each
equipment will be 5 years from the date of installation. The quoted CMC
prices after warranty period for next five years will also be added for
comparison/ranking purpose for evaluation on the basis of NPV method.

CMC for 6th. Year i.e. C6 will be multiplied by 0.680


CMC for 7th. Year i.e.C7 will be multiplied by 0.630
CMC for 8th. Year i.e. C8 will be multiplied by 0.583
CMC for 9th. Year i.e. C9 will be multiplied by 0.541
CMC for 10th. Year i.e. C10 will be multiplied by 0.502

on the basis of NET PRESENT VALUE ( NPV ) method as follows:-


10
20

Gross Bid-Value=F.O.R Price+∑ Ci


i=6 (B)i - 1
where B = [ 1 + ( 8/100 ) ]
Ci = CMC/AMC value for ith Year

35. Additional Factors and Parameters for Evaluation and Ranking of


Responsive Tenders
35.1 Further to GIT Clause 34 above, the purchaser’s evaluation of a tender will include and
take into account the following:
i) In the case of goods manufactured in India or goods of foreign origin already
located in India, sales tax & other similar taxes and excise duty & other similar
duties, Customs Duties, Service Tax, Works Contract Tax etc which will be
contractually payable (to the tenderer), on the goods if a contract is awarded on
the tenderer.
35.2 The purchaser’s evaluation of tender will also take into account the additional
factors, if any.

36. Tenderer’s capability to perform the contract


36.1 The purchaser, through the above process of tender scrutiny and tender evaluation
will determine to its satisfaction whether the tenderer, whose tender has been
determined as the lowest evaluated responsive tender is eligible, qualified and
capable in all respects to perform the contract satisfactorily. The
recommendations of the Technical Committee constituted by the Govt. of
Himachal Pradesh will be final.
36.2 The above-mentioned determination will, interalia, take into account the tenderer’s
financial, technical and production capabilities for satisfying all the requirements
of the purchaser as incorporated in the TE document. Such determination will be
based upon scrutiny and examination of all relevant data and details submitted by
the tenderer in its tender as well as such other allied information as deemed
appropriate by the purchaser.

37. Contacting the Purchaser


37.1 From the time of submission of tender to the time of awarding the contract, if a
tenderer needs to contact the purchaser for any reason relating to this tender
enquiry and / or its tender, it should do so only in writing.
37.2 In case a tenderer attempts to influence the purchaser in the purchaser’s decision on
scrutiny, comparison & evaluation of tenders and awarding the contract, the tender
of the tenderer shall be liable for rejection in addition to appropriate administrative
actions being taken against that tenderer, as deemed fit by the purchaser.

G. AWARD OF CONTRACT
38. Purchaser’s Right to accept any tender and to reject any or all tenders
38.1 Managing Director, HPSEDC or The State Level Purchase Committee reserves
the right to accept in part or in full any tender or reject any or more tender(s)
without assigning any reason or to cancel the tendering process and reject all
tenders at any time prior to award of contract, without incurring any liability,
whatsoever to the affected tenderer or tenderers.
21

39. Award Criteria


39.1 Subject to GIT clause 38 above, the contract will be awarded by the Managing
Director, HPSEDC to the lowest evaluated responsive tenderer decided by the
State Level Purchase Committee constituted by the Government of Himachal
Pradesh in terms of GIT Clause 36.

40. Variation of Quantities at the Time of Award/ Currency of Contract


40.1 The approved rates will be valid Initials for one year from the date of
intimation of approval, the purchaser reserves the right to increase or decrease,
the quantity of goods and services mentioned in the schedule (s) in the “List of
Requirements” without any change in the unit price and other terms & conditions
quoted by the tenderer during the contract period.
40.2 If the quantity has not been increased at the time of the awarding the contract, the
purchaser reserves the right to increase the quantity of goods and services
mentioned in the contract without any change in the unit price and other terms &
conditions mentioned in the contract, during the currency of the contract.

41. Notification of Award


41.1 Before expiry of the tender validity period, the purchaser will notify the successful
tenderer(s) in writing, by registered / speed post that its tender for goods &
services, which have been selected by the purchaser, has been accepted, also
briefly indicating therein the essential details like description, specification and
quantity of the goods & services and corresponding prices accepted. The
successful tenderer must furnish to the purchaser the required performance
security within thirty days from the date of dispatch of purchase order/s, failing
which the EMD will forfeited and the award will be cancelled. Relevant details
about the performance security have been provided under GCC Clause 5 under
Section III.
41.2 The Notification of Award shall constitute the conclusion of the Contract. The
approved rates (initial for one year from the date of intimation of approval).
42. Issue of Contract
42.1 Promptly after notification of award, the purchaser will mail the contract form (as
per Section XV) duly completed and signed, in duplicate, to the successful
tenderer by registered / speed post.
42.2 Within 14 days from the date of the contract, the successful tenderer shall
return the original copy of the contract, duly signed and dated, to the purchaser by
registered / speed post or to be delivered in HPSEDC in person.
42.3 The purchaser reserves the right to issue the Notification of Award equipment
wise.

43. Non-receipt of Performance Security and Contract by the Purchaser


43.1 Failure of the successful tenderer in providing or returning contract copy duly
signed in terms of GIT clauses 41 and 42 above shall make the tenderer liable for
forfeiture of its EMD and, also, for further actions by the purchaser against it as
per the clause 24 of GCC – Termination of default.
22

44. Return of E M D
44.1 The earnest money of the successful tenderer and the unsuccessful tenderers will be
returned to them without any interest, whatsoever, in terms of GIT Clause 19.6.
45. Publication of Tender Result
45.1 The name and address of the successful tenderer(s) receiving the contract(s) will be
mentioned in the notice board/circulation/web site of the purchaser.
46. Corrupt or Fraudulent Practices
46.1 It is required by all concerned namely the Consignee/Tenderers/Suppliers etc to
observe the highest standard of ethics during the procurement and execution of
such contracts. In pursuance of this policy, the Purchaser: -
(a) defines, for the purposes of this provision, the terms set forth below as
follows:
i. "corrupt practice" means the offering, giving, receiving or soliciting of any thing
of value to influence the action of a public official in the procurement process or in
contract execution; and
ii. "fraudulent practice" means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the
Purchaser, and includes collusive practice among Tenderers (prior to or after
Tender submission) designed to establish Tender prices at artificial noncompetitive
levels and to deprive the Purchaser of the benefits of free and open competition;
(b) Will reject a proposal for award if it determines that the Tenderer recommended
for award has engaged in corrupt or fraudulent practices in competing for the
contract in question;
(c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to
be awarded a contract by the purchaser if it at any time determines that the firm
has engaged in corrupt or fraudulent practices in competing for, or in executing the
contract.
*******
23

SECTION - III
GENERAL CONDITIONS OF CONTRACT (GCC)
TABLE OF CLAUSES

Sl No. Topic Page No.


1. APPLICATION 24
2 USE OF CONTRACT DOCUMENTS AND 24
INFORMATION
3. PATENT RIGHTS 24
4. COUNTRY OF ORIGIN 24
5. PERFORMANCE SECURITY 24
6. TECHNICAL SPECIFICATIONS AND STANDARDS 25
7. PACKING AND MARKING 25
8. INSPECTION, TESTING AND QUALITY CONTROL 26
9. TERMS OF DELIVERY 27
10. TRANSPORTATION OF GOODS 27
11. INSURANCE 27
12. SPARE PARTS 27
13. INCIDENTAL SERVICES 28
14. DISTRIBUTION OF DISPATCH DOCUMENTS FOR 28
CLEARANCE/RECEIPT OF GOODS
15. WARRANTY 28
16. ASSIGNMENT 29
17. SUB CONTRACTS 29
18. MODIFICATION OF CONTRACT 29
19. PRICES 30
20. TAXES AND DUTIES 30
21. TERMS AND MODE OF PAYMENT 30
22. DELAY IN THE SUPPLIER’S PERFORMANCE 31
23. LIQUIDATED DAMAGES 31
24. TERMINATION FOR DEFAULT 32
25. TERMINATION FOR INSOLVENCY 32
26. FORCE MAJEURE 33
27. TERMINATION FOR CONVENIENCE 33
28. GOVERNING LANGUAGE 34
29. NOTICES 34
30. RESOLUTION OF DISPUTES 34
31. APPLICABLE LAW 34
32. GENERAL/MISCELLANEOUS CLAUSES 35
24

SECTION - III
GENERAL CONDITIONS OF CONTRACT (GCC)
1. Application
1.1 The General Conditions of Contract incorporated in this Contract prescribed
under Section -III, List of requirements under Section Section-IV and
Technical Specification under Section- V of this document.

2. Use of contract documents and information


2.1 The tenderer/bidder shall not, without the purchaser’s prior written consent,
disclose the contract or any provision thereof including any specification, drawing,
sample or any information furnished by or on behalf of the purchaser in connection
therewith, to any person other than the person(s) employed by the supplier in the
performance of the contract emanating from this TE document. Further, any such
disclosure to any such employed person shall be made in confidence and only so
far as necessary for the purposes of such performance for this contract.
2.2 Further, the supplier shall not, without the purchaser’s prior written consent, make
use of any document or information mentioned in GCC sub-clause 2.1 above
except for the sole purpose of performing this contract.
2.3 Except the contract issued to the supplier, each and every other document
mentioned in GCC sub-clause 2.1 above shall remain the property of the purchaser
and, if advised by the purchaser, all copies of all such contract documents shall be
returned to the purchaser on completion of the tenderer’s performance and
obligations under this contract.

3. Patent Rights
3.1 The tenderer shall, at all times, indemnify and keep indemnified the purchaser, free
of cost, against all claims which may arise in respect of goods & services to be
provided by the supplier under the contract for infringement of any intellectual
property rights or any other right protected by patent, registration of designs or
trademarks. In the event of any such claim in respect of alleged breach of patent,
registered designs, trade marks etc. being made against the purchaser, the
purchaser shall notify the supplier of the same and the supplier shall, at his own
expenses take care of the same for settlement without any liability to the
purchaser.

4. Country of Origin
4.1 All goods and services to be supplied and provided for the contract shall have the
origin in India or in the countries with which the Government of India has trade
relations.
4.2 The word “origin” incorporated in this clause means the place from where the
goods are manufactured, produced or processed or from where the services are
arranged.
4.3 The country of origin may be specified in the Price Schedule.

5. Performance Security
5.1 The successful bidder, shall furnish performance security to the purchaser for an
amount equal to five percent (5%) of the total value of the purchase order, before
25

release the payment, alongwith bills dully stamped and signed, stock entry page
no. and Installation Repot with validity of warranty period plus three month.
It shall be in the form Bank Guarantee issued by a Scheduled bank in India, in the
prescribed form as provided in section XIV of this document in favour of the
Managing Director HPSEDC, Shimla. The validity of Bank Guarantee will be for
a period up to ninety (90) days beyond Warranty Period.
5.3 In the event of any failure /default of the tenderer with or with out any quantifiable
loss to the Corporation, the amount of the performance security is liable to be
forfeited. The Corporation may do the needful to cover any failure/default of the
supplier with or without any quantifiable loss to the Corporation.
5.4 In the event of any amendment issued to the contract, the tenderer shall, within
twenty-one (21) days of issue of the amendment, furnish the corresponding
amendment to the Performance Security (as necessary), rendering the same valid
in all respects in terms of the contract, as amended.
5.5 The tenderer shall enter into Annual Comprehensive Maintenance Contract as per
the ‘Contract Form – B’ in Section XIII with purchaser or respective consignees, 3
(three) months prior to the completion of Warranty Period, if purchase or
consignee so desire. The CMC will commence from the date of expiry of the
Warranty Period.
5.6 Subject to GCC sub – clause 5.3 above, the purchaser will release the Performance
Security without any interest to the supplier on completion of the tenderer’s all
contractual obligations including the warranty obligations.

6. Technical Specifications and Standards


6.1 The Goods & Services to be provided by the supplier under this contract shall
conform to the technical specifications and quality control parameters mentioned
in `Technical Specification’ and ‘Quality Control Requirements’ under Sections V
and VI of this document.
7. Packing and Marking
7.1 The packing for the goods to be provided by the tenderer should be strong and
durable enough to withstand, without limitation, the entire journey during transit
including transshipment (if any), rough handling, open storage etc. without any
damage, deterioration etc. As and if necessary, the size, weights and volumes of
the packing cases shall also take into consideration, the remoteness of the final
destination of the goods and availability or otherwise of transport and handling
facilities at all points during transit up to final destination as per the contract.
7.2 The quality of packing, the manner of marking within & outside the packages and
provision of accompanying documentation shall strictly comply with the
requirements as provided in Technical Specifications and Quality Control
Requirements under Sections IV and VI and in GCC under Section III. In case the
packing requirements are amended due to issue of any amendment to the contract,
the same shall also be taken care of by the supplier accordingly.
7.3 Packing instructions:
Unless otherwise mentioned in the Technical Specification and Quality Control
Requirements under Sections V and VI , the tenderer shall make separate packages
for each consignee (in case there is more than one consignee mentioned in the
contract) and mark each package on three sides with the following with indelible
paint of proper quality:
a. contract number and date
26

b. brief description of goods including quantity


c. packing list reference number
d. country of origin of goods
e. consignee’s name and full address and
f. supplier’s name and address
g Govt. Supply – Not For Sale.

8. Inspection, Testing and Quality Control


8.1 The purchaser and/or its nominated representative(s) will, without any extra
cost to the purchaser, inspect and/or test the ordered goods and the related
services to confirm their conformity to the contract specifications and other
quality control details incorporated in the contract. The purchaser shall
inform the tenderer in advance, in writing, the purchaser’s programme for
such inspection and, also the identity of the officials to be deputed for this
purpose. The cost towards the transportation, boarding & lodging will be
borne by the purchaser and/or its nominated representative(s).
8.2 The Technical Specification and Quality Control Requirements incorporated in the
contract shall specify what inspections and tests are to be carried out and, also,
where and how they are to be conducted. If such inspections and tests are
conducted in the premises of the supplier or its subcontractor(s), all reasonable
facilities and assistance, including access to relevant drawings, design details and
production data, shall be furnished by the supplier to the purchaser’s inspector at
no charge to the purchaser.
8.3 If during such inspections and tests the contracted goods fail to conform to the
required specifications and standards, the purchaser’s inspector may reject them
and the tenderer shall either replace the rejected goods or make all alterations
necessary to meet the specifications and standards, as required, free of cost to the
purchaser and resubmit the same to the purchaser’s inspector for conducting the
inspections and tests again.
8.4 In case the contract stipulates pre-dispatch inspection of the ordered goods at
supplier’s premises, the tenderer shall put up the goods for such inspection to the
purchaser’s inspector well ahead of the contractual delivery period, so that the
purchaser’s inspector is able to complete the inspection within the contractual
delivery period.
8.5 If the tenderer tenders the goods to the purchaser’s inspector for inspection at the
last moment without providing reasonable time to the inspector for completing the
inspection within the contractual delivery period, the inspector may carry out the
inspection and complete the formality beyond the contractual delivery period at the
risk and expense of the supplier. The fact that the goods have been inspected after
the contractual delivery period will not have the effect of keeping the contract
alive and this will be without any prejudice to the legal rights and remedies
available to the purchaser under the terms & conditions of the contract.
8.6 The purchaser’s/consignee’s contractual right to inspect, test and, if necessary,
reject the goods after the goods’ arrival at the final destination shall have no
bearing of the fact that the goods have previously been inspected and cleared by
purchaser’s inspector during pre-dispatch inspection mentioned above.
8.7 Goods accepted by the purchaser/consignee and/or its inspector at initial
inspection and in final inspection in terms of the contract shall in no way dilute
27

purchaser’s/consignee’s right to reject the same later, if found deficient in terms of


the warranty clause of the contract, as incorporated under GCC Clause 15.

9. Terms of Delivery
9.1 Goods shall be delivered by the tenderer in accordance with the terms of delivery
specified in the purchase order/s issued during the contract period i.e. 6 weeks for
Indigenous and 16 weeks for Imported equipments. In case of any delay to deliver
the equipment/s in specified period mentioned in the purchase order a penalty of
0.5% per week of the total value of the equipment will be deducted up to a
maximum of 10%. If more than two delays recorded during the contract period, the
tenderer will be Black Listed for future supplies and EMD will be forfeited.

10. Transportation of Goods


Instructions for transportation of domestic goods including goods already imported
by the tenderer under its own arrangement:
In case no instruction is provided in this regard in the GCC, the tenderer will
arrange transportation of the ordered goods as per its own procedure.

11. Insurance:
11.1 Unless otherwise instructed in the GCC, the tenderer shall make arrangements for
insuring the goods against loss or damage incidental to manufacture or acquisition,
transportation, storage and delivery in the following manner:
i) in case of supply of domestic goods on Consignee site basis, the tenderer shall be
responsible till the entire stores contracted for arrival in good condition at
destination. The transit risk in this respect shall be covered by the Supplier by
getting the stores duly insured. The insurance cover shall be obtained by the
Supplier and should be valid till 3 months after the receipt of goods by the
Consignee. If the equipment is not commissioned and handed over to the
consignee within 45 days, the insurance will be got extended by the tenderer at
their cost till the successful installation, testing, commissioning and handing over
of the goods to the consignee.

12. Spare parts


12.1 If specified in the List of Requirements and in the resultant contract, the supplier
shall supply/provide any or all of the following materials, information etc.
pertaining to spare parts manufactured and/or supplied by the tenderer:
a) The spare parts as selected by the purchaser to be purchased from the tenderer,
subject to the condition that such purchase of the spare parts shall not relieve the
tenderer of any contractual obligation including warranty obligations; and
b) In case the production of the spare parts is discontinued:
i) Sufficient advance notice to the purchaser before such discontinuation to provide
adequate time to the purchaser to purchase the required spare parts etc., .
12.2 tenderer shall carry sufficient inventories to assure ex-stock supply of consumable
spares for the goods so that the same are supplied to the purchaser promptly on
receipt of order from the purchaser.
28

13. Incidental services


13.1 Subject to the stipulation, if any, in the, List of Required Equipments (Section –
IV) and the Technical Specification (Section – V), the tenderer shall be required to
perform the following services.
i) Installation & commissioning, Supervision and Demonstration of the goods
ii) Providing required jigs and tools for assembly, minor civil works required for the
completion of the installation if required.
iii) Training of Consignee’s Doctors, Staff, operators etc. for operating and
maintaining the good.
iv) Supplying required number of operation & maintenance manual for the goods

14. Distribution of Dispatch Documents for Clearance/Receipt of Goods and


release of payment .
The tenderer shall send all the relevant dispatch documents well in time to the
consignee to enable the consignee to make arrangements accordingly to receive
(as the case may be) the goods in terms of the purchase order.
The usual documents involved and the drill to be followed in general for this
purpose are as follows.
For Domestic Goods, including goods already imported by the tenderer under its
own arrangement within 24 hours of dispatch, the tenderer shall notify the
purchaser, consignee, and others concerned if mentioned in the purchase order, the
complete details of dispatch and also supply the following documents to them by
registered post / speed post (or as instructed in the contract):
(i) Four computerized copies of invoices showing purchase order number, goods
description, quantity, unit price and total amount; duly verified and stock entry.
(ii) Consignee Receipt Certificate as per Section XVII in original issued by the
authorized representative of the consignee;
(iii) Two copies of packing list identifying contents of each package;
(iv) Inspection certificate issued by the nominated Inspection agency, if any.
(v) Certificate of origin;
(vi) Copy of Insurance Certificate; &
(vii) Manufacturer’s/ tenderer’s warranty certificate & inspection certificate.
15. Warranty
15.1 The successful tenderer shall warrants the equipment for Five Years
comprehensively that the goods supplied under the contract is new, unused and
incorporate all recent improvements in design and materials unless prescribed
otherwise by the purchaser in the contract. The supplier further warrants that the
goods supplied under the contract shall have no defect arising from design,
materials (except when the design adopted and / or the material used are as per
the purchaser’s specifications) or workmanship or from any act or omission of the
supplier, that may develop under normal use of the supplied goods under the
conditions prevailing in India.
15.2 This warranty shall remain valid as per purchase order terms & conditions after the
goods or any portion thereof as the case may be, have been delivered to the final
destination and installed and commissioned at the final destination and accepted by
the purchaser in terms of the contract, unless specified otherwise in the GCC.
15.3 In case of any claim arising out of this warranty, the purchaser/consignee shall
promptly the same in writing to the tenderer.
29

15.4 Upon receipt of such notice, the supplier shall, within 48 hours on a 24(hrs) X 7
(days) X 365 (days) basis, repair or replace the defective goods or parts thereof,
free of cost, at the ultimate destination. The tenderer shall take over the replaced
parts/goods after providing their replacements and no claim, whatsoever shall lie
on the purchaser for such replaced parts/goods thereafter.
15.5 In the event of any rectification of a defect or replacement of any defective goods
during the warranty period, the warranty for the rectified/replaced goods shall be
extended to a further period equivalent to three times of down time period from
the date such rectified / replaced goods starts functioning to the satisfaction of the
purchaser apart from invoking penalty clauses for delay in services.
15.6 If the supplier, having been notified, fails to respond to the defect(s) within 48
hours on a 24(hrs) X 7 (days) X 365 (days) basis, the purchaser may proceed to
take such remedial action(s) as deemed fit by the purchaser, at the risk and expense
of the supplier and without prejudice to other contractual rights and remedies,
which the purchaser may have against the supplier.
15.7 During Warranty period, the supplier is required to visit at each consignee’s site at
least once in 3 months commencing from the date of the installation for preventive
maintenance of the goods apart from the services related calls registered by the
consignee/purchaser.
15.8 The Purchaser/Consignee reserve the rights to enter into Annual Comprehensive
Maintenance Contract between Consignee/Purchaser and the Supplier for the
period as mentioned in Section X, Technical Specifications after the completion of
warranty period. But purchaser/consignee will not be under any obligation to enter
into such AMC/CMC contract.
15.9 The tenderer along with its Indian Agent and the CMC provider shall ensure
continued supply of the spare parts for the machines and equipments supplied by
them to the purchaser for 10 years or the rated life of the equipment, whichever is
higher from the date of installation and handing over.
15.10 The tenderer along with its Indian Agent and the CMC Provider shall always
accord most favoured client status to the Purchaser vis-à-vis its other Clients/
Purchasers of its equipments/machines/goods etc. and shall always give the most
competitive price for its machines/equipments supplied to the Purchaser.

16. Assignment
16.1 The tenderer shall not assign, either in whole or in part, its contractual duties,
responsibilities and obligations to perform the contract, except with the
Purchaser’s prior written permission.

17. Sub Contracts


The tenderer shall not be allowed to give any subcontract during the contract
period to other supplier or agency.

18. Modification of contract


18.1 If necessary, the purchaser may, by a written order given to the tenderer at any
time during the currency of the contract, amend the contract by making alterations
and modifications within the general scope of contract in any one or more of the
following:
30

a) Specifications, drawings, designs etc. where goods to be supplied under the


contract are to be specially manufactured for the purchaser,
b) mode of packing,
c) incidental services to be provided by the supplier
d) mode of dispatch,
e) place of delivery, and
f) any other area(s) of the contract, as felt necessary by the purchaser depending on
the merits of the case.
18.2 In the event of any such modification/alteration causing increase or decrease in the
cost of goods and services to be supplied and provided, or in the time required by
the tenderer to perform any obligation under the contract, an equitable adjustment
shall be made in the contract price and/or contract delivery schedule, as the case
may be, and the contract amended accordingly. If the supplier doesn’t agree to the
adjustment made by the purchaser, the tenderer shall convey its views to the
purchaser within twenty-one days from the date of the tenderer’s receipt of the
purchaser’s amendment / modification of the contract.

19. Prices
19.1 Prices to be charged by the successful bidder for supply of goods and provision of
services in terms of the contract shall not vary from the corresponding prices
quoted by the bidder in its tender and incorporated in the contract. However, if
there is any price fall due to reduction in customer duty, import duty , excise duty ,
Sales/VAT tax or Entry Tax or overall reduction in prices of these equipments due
to some change in policy of the Government or reduction in prices internationally,
the benefit of such reduction will be passed on to the purchaser.

20. Taxes and Duties


20.1 Supplier shall be entirely responsible for all taxes, duties, fees, levies etc. incurred
until delivery of the contracted goods to the purchaser.
20.2 Further instruction, if any, shall be as provided in the GCC.

21. Terms and Mode of Payment


21.1 Payment Terms
Payment shall be made subject to recoveries, if any, by way of liquidated damages
or any other charges as per terms & conditions of contract in the following
manner.

Payment for Domestic Goods or Foreign Origin Located Within India.


Payment shall be made in Indian Rupees as specified in the contract in the
following manner:
a) 90 % payment of the purchase order price shall be paid on the submission of the
following documents:
(i) Original copy of supplier’s invoice showing purchase order number & date , goods
description, quantity, unit price and total amount duly verified and stamped from
the consignee with stock page entry including Proof of Delivery ( POD ).
(ii) Consignee Receipt Certificate in original issued by the authorized representative of
the consignee;
(iii) Satisfactory Installation Report in original issued by the consignee or authorized
officer.
31

(iv) The Performance Bank Guarantee valid upto three months beyond the expiry
period of warranty as per the prescribed format in Section XIV.

b) Payment for Annual Comprehensive Maintenance Contract Charges:


The consignee can avail the opportunity to enter into CMC with the tenderer at the
rates as stipulated in the Contract provided the After-Sales-Services given during
the warranty period are satisfactory. The payment of CMC will be made on half
yearly basis after satisfactory completion of said period, duly certified by the
consignee on receipt of bank guarantee for an amount equivalent to 2.5 % of the
cost of the equipment as per contract in the prescribed format given in Section
XIV valid till 3 months after expiry of entire CMC period.
21.2 The supplier shall not claim any interest on payments under the contract.
21.3 Where there is a statutory requirement for tax deduction at source, such deduction
towards income tax and other tax as applicable will be made from the bills payable
to the Supplier at rates as notified from time to time.

22. Delay in the supplier’s performance


22.1 The supplier shall deliver the goods and perform the services under the contract
within the time schedule specified by the purchaser in the List of Requirements
and as incorporated in the contract.
22.2 Subject to the provision under GCC clause-26, any unexcused delay by the
supplier in maintaining its contractual obligations towards delivery of goods and
performance of services shall render the supplier liable to any or all of the
following sanctions:
(i) Imposition of penalty @ 0.5% per week or part thereof, subject to maximum
10% of the order value,
(ii) Forfeiture of its performance security and
(iii) Termination of the contract for default as well Black Listing for future supplies.
22.3 If at any time during the currency of the contract, the supplier encounters
conditions hindering timely delivery of the goods and performance of services, the
supplier shall promptly inform the purchaser in writing about the same and its
likely duration and make a request to the purchaser for extension of the delivery
schedule accordingly. On receiving the supplier’s communication, the purchaser
shall examine the situation as soon as possible and, at its discretion, may agree to
extend the delivery schedule, with or without liquidated damages for completion
of supplier’s contractual obligations by issuing an amendment to the contract.
22.4 When the period of delivery is extended due to unexcused delay by the supplier,
the amendment letter extending the delivery period shall, inter-alia contain the
following conditions:
(a) The purchaser shall recover from the supplier, under the provisions of the clause-
23 of the General Conditions of Contract, liquidated damages on the goods and
services, which the Supplier has failed to deliver within the delivery period
stipulated in the contract.
(b) That no increase in price on account of any ground, whatsoever, including any
stipulation in the contract for increase in price on any other ground and, also
including statutory increase in or fresh imposition of customs duty, excise duty,
sales tax/ VAT, Service Tax and Works Contract Tax or on account of any other
tax specified in the contract, which takes place after the date of delivery stipulated
32

in the contract shall be admissible on such of the said goods and services as are
delivered and performed after the date of the delivery stipulated in the contract.
(c) But nevertheless, the purchaser shall be entitled to the benefit of any decrease in
price on account of reduction in or remission of customs duty, excise duty, sales
tax/ VAT, Service Tax and Works Contract Tax or any other duty or tax or levy or
on Account of any other grounds, which takes place after the expiry of the date of
delivery stipulated in the contract.
22.5 The supplier shall not dispatch the goods after expiry of the delivery period. The
supplier is required to apply to the purchaser for extension of delivery period and
obtain the same before dispatch. In case the supplier dispatches the goods without
obtaining an extension, it would be doing so at its own risk and no claim for
payment for such supply and / or any other expense related to such supply shall lie
against the purchaser.
23. Liquidated damages
23.1 Subject to GCC clause-26, if the successful bidder fails to deliver any or all of the
goods or fails to perform the services within the time frame(s) incorporated in the
contract, the purchaser shall, without prejudice to other rights and remedies
available to the purchaser under the contract, deduct from the purchase price, as
liquidated damages, a sum equivalent to 0.5% per week of delay or part thereof on
delayed supply of goods and/or services until actual delivery or performance
subject to a maximum of 10% of the contract price. Once the maximum is reached
purchaser may consider termination of the contract as per GCC 24.
During the above-mentioned delayed period of supply and / or performance, the
conditions incorporated under GCC sub-clause 22.4 above shall also apply.

24. Termination for default


24.1 The purchaser, without prejudice to any other contractual rights and remedies
available to it (the purchaser), may, by written notice of default sent to the
tenderer, terminate the contract in whole or in part, if the supplier fails to deliver
any or all of the goods or fails to perform any other contractual obligation(s)
within the time period specified in the contract, or within any extension thereof
granted by the purchaser pursuant to GCC sub-clauses 22.3 and 22.4.
24.2 In the event of the purchaser terminates the contract in whole or in part, pursuant
to GCC sub-clause 24.1 above, the purchaser may procure goods and/or services
similar to those cancelled, with such terms and conditions and in such manner as it
deems fit and the supplier shall be liable to the purchaser for the extra expenditure,
if any, incurred by the purchaser for arranging such procurement.
24.3 Unless otherwise instructed by the purchaser, the tenderer shall continue to
perform the contract to the extent not terminated.

25. Termination for insolvency


25.1 If the supplier becomes bankrupt or otherwise insolvent, the purchaser reserves the
right to terminate the contract at any time, by serving written notice to the supplier
without any compensation, whatsoever, to the supplier, subject to further condition
that such termination will not prejudice or affect the rights and remedies which
have accrued and / or will accrue thereafter to the purchaser.
33

26. Force Majeure


26.1 Notwithstanding the provisions contained in GCC clauses 22, 23 and 24, the
supplier shall not be liable for imposition of any such sanction so long the delay
and/or failure of the supplier in fulfilling its obligations under the contract is the
result of an event of Force Majeure.
26.2 For purposes of this clause, Force Majeure means an event beyond the control of
the supplier and not involving the supplier’s fault or negligence and which is not
foreseeable and not brought about at the instance of , the party claiming to be
affected by such event and which has caused the non – performance or delay in
performance. Such events may include, but are not restricted to, acts of the
purchaser either in its sovereign or contractual capacity, wars or revolutions,
hostility, acts of public enemy, civil commotion, sabotage, fires, floods,
explosions, epidemics, quarantine restrictions, strikes excluding by its employees,
lockouts excluding by its management, and freight embargoes.
26.3 If a Force Majeure situation arises, the supplier shall promptly notify the purchaser
in writing of such conditions and the cause thereof within twenty-one days of
occurrence of such event. Unless otherwise directed by the purchaser in writing,
the supplier shall continue to perform its obligations under the contract as far as
reasonably practical, and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure event.
26.4 If the performance in whole or in part or any obligation under this contract is
prevented or delayed by any reason of Force Majeure for a period exceeding sixty
days, either party may at its option terminate the contract without any financial
repercussion on either side.
26.5 In case due to a Force Majeure event the purchaser is unable to fulfill its
contractual commitment and responsibility, the purchaser will notify the supplier
accordingly and subsequent actions taken on similar lines described in above sub-
paragraphs.

27. Termination for convenience


27.1 The purchaser reserves the right to terminate the contract, in whole or in part for
its (purchaser’s) convenience, by serving written notice on the supplier at any time
during the currency of the contract. The notice shall specify that the termination is
for the convenience of the purchaser. The notice shall also indicate interalia, the
extent to which the supplier’s performance under the contract is terminated, and
the date with effect from which such termination will become effective.
27.2 The goods and services which are complete and ready in terms of the contract for
delivery and performance within thirty days after the supplier’s receipt of the
notice of termination shall be accepted by the purchaser following the contract
terms, conditions and prices. For the remaining goods and services, the purchaser
may decide:
a) to get any portion of the balance completed and delivered at the contract terms,
conditions and prices; and / or
b) to cancel the remaining portion of the goods and services and compensate the
supplier by paying an agreed amount for the cost incurred by the supplier
towards the remaining portion of the goods and services.
34

28. Governing language


28.1 The contract shall be written in English language following the provision as
contained in GIT clause 4. All correspondence and other documents pertaining to
the contract, which the parties exchange, shall also be written accordingly in that
language.

29. Notices
29.1 Notice, if any, relating to the contract given by one party to the other, shall be sent
in writing or by cable or telex or facsimile and confirmed in writing. The
procedure will also provide the sender of the notice, the proof of receipt of the
notice by the receiver. The addresses of the parties for exchanging such notices
will be the addresses as incorporated in the contract.
29.2 The effective date of a notice shall be either the date when delivered to the
recipient or the effective date specifically mentioned in the notice, whichever is
later.

30. Resolution of disputes


30.1 If dispute or difference of any kind shall arise between the purchaser and the
supplier in connection with or relating to the contract, the parties shall make every
effort to resolve the same amicably by mutual consultations.
30.2 If the parties fail to resolve their dispute or difference by such mutual consultation
within twenty-one days of its occurrence, then, either the purchaser or the supplier
may give notice to the other party of its intention to commence arbitration, as
hereinafter provided the applicable arbitration procedure will be as per the
Arbitration and Conciliation Act, 1996 of India. In the case of a dispute or
difference arising between the Purchaser/ Consignee and a domestic Supplier
relating to any matter arising out of or connected with the contract, such dispute or
difference shall be referred to the sole arbitration of an officer, appointed to be the
arbitrator by the Managing Director , HPSEDC, Shimla . The award of the
arbitrator shall be final and binding on the parties to the contract subject to the
provision that the Arbitrator shall give reasoned award in case the value of claim
in reference exceeds Rupees One Lakh ( . 1,00,000/-)
30.3 Venue of Arbitration: The venue of arbitration shall be the place from where the
contract has been issued, i.e., Shimla.

31. Applicable Law


The contract shall be governed by and interpreted in accordance with the laws of
India for the time being in force.

32. General/ Miscellaneous Clauses


32.1 Nothing contained in this Contract shall be constructed as establishing or creating
between the parties, i.e. the Supplier/its Indian Agent/CMC Provider on the one
side and the Purchaser on the other side, a relationship of master and servant or
principal and agent.
32.2 Any failure on the part of any Party to exercise right or power under this Contract
shall not operate as waiver thereof.
32.3 The Supplier shall notify the Purchaser of any material change would impact on
performance of its obligations under this Contract.
35

32.4 Each member/constituent of the Supplier/its Indian Agent/CMC Provider, in case


of consortium shall be jointly and severally liable to and responsible for all
obligations towards the Purchaser for performance of contract/services.
32.5 The Supplier/its Indian Agent/CMC Provider shall at all times, indemnify and
keep indemnified the Purchaser against all claims/damages etc. for any
infringement of any Intellectual Property Rights (IPR) while providing its services
under CMC or the Contract.
32.6 The Supplier/its Agent/CMC Provider shall, at all times, indemnify and keep
indemnified the Purchaser against any claims in respect of any damages or
compensation payable in consequences of any accident or injury sustained or
suffered by its employees or agents or by any other third party resulting from or by
any action, omission or operation conducted by or on behalf of the supplier/its
associate/affiliate etc.
32.7 All claims regarding indemnity shall survive the termination or expiry of the
contract
36

SECTION - IV

IV) LIST OF REQUIRED EQUIPMENTS AND EMD AMOUNT

Sr. Description of Equipments TURN OVER EMD Amount


1. 3-Channel ECG Machine 2 Crores 25,000/-
2. 6-Channel Digital ECG Machine 2 Crores 25,000/-
3. Six channel Interpretive ECG Machine 2 Corers 25,000/-
4. Pulse Oximeter 2 Crores 25,000/-
5. Hand Held Pulse Oximeter 2 Crores 25,000/-
6. Electronic weighing scale-New-born-10kg 1 Crore 10,000/-
7 Double Port Oxygen Concentrator 2 Crores 25,000/
8. Surgical Electric Cattery 5 Crores 50,000/-
9. Laparoscope Single Puncture 5 Crores 50,000/-
10. Laparoscope Double Puncture 5 Crores 50,000/-
11. Phototherapy unit single head high intensity 2 Crores 25,000/-
12. Double surface phototherapy unit 2 Crores 25,000/-
13. Pulse Oximeter, bedside neonatal 2 Crores 25,000/-
14. Radiant warmer 2 Crores 25,000/-
15. Binocular Microscope ITEM DELETED
16. Centrifuge Machine 2 Crores 25,000/-
17. Incubator 2 Crores 25,000/-
18. Water Bath (Serological) 2 Crores 25,000/-
19. Hematology analyzer ITEM DELETED
20. Fully automatic Blood cell counter ITEM DELETED
21. Cell Counter (5 part differential automated ITEM DELETED
Hematology Analyzer)
22. Semi Auto analyzer 5 Crores 50,000/-
23. Blood Chemistry Auto Analyzer 5 Crores 50,000/-
24. Electrolyte Analyzer 5 Crores 50,000/-
25 Automated Immunoassay analyzer 5 Crores 50,000/-
26 X-ray 60 mA Mobile 5 Crores 50,000/-
27 X-ray 300 mA 5 Crores 50,000/-
28 X-ray 500 mA 5 Crores 50,000/-

29 Digital Radiography System 1000mA 5 Crores 50,000/-


37

DELETED 5 Crores 50,000/-


30 Ultra Sound System with full Digital Technology 5 Crores 50,000/-
31 Whole Body Digital Colour Doppler (Mid End) 5 Crores 50,000/-
32 High End Color Doppler Ultra Sound System 5 Crores 50,000/-
33 Automatic X-ray Film Processor (Table Top 5 Crores 50,000/-
Model)
34 Auto-film Processor ( Heavy Duty) 5 Crores 50,000/-
35 Mammography Unit 5 Crores 50,000/-
36 C-Arm for Ortho/Uro/General/Pain Management/ 5 Crores 50,000/-
Neuro (Spine)
37 Computed Radiography 5 Crores 50,000/-
38 X-Ray Room Accessories 1 Crore 10,000/-

X-ray view Box, Cassettes X-ray & Lead Apron

39 Anesthesia Machine with integrated Ventilator 5 Crores 50,000/-

40 Portable Anesthesia Machine 5 Crores 50,000/-

41 ICU Ventilator High End 5 Crores 50,000/-

42 Mid End ICU Ventilator 5 Crores 50,000/-

43 Portable ICU Ventilator 5 Crores 50,000/-

44 Ventilator Non-Invasive 5 Crores 50,000/-

45 Bed Side Monitor 5 Crores 50,000/-

46 Syringe Pump for Drug Infusion 5 Crores 50,000/-

47 Patient Monitoring System 5 Crores 50,000/-

48 De-fibrillator with Monitor 5 Crores 50,000/-

49 De-fibrillator 5 Crores 50,000/-

NOTE:- Complete specifications and Fact Sheet of the offered equipment/s alongwith
additional / optional items as per technical specification should be provided in Excel
Format on USB to avoid any typing mistake. Failure to submit the specifications on
USB will be liable to be rejected
38

Part II: Required Delivery & Installation Schedule: 6 weeks ( for Indigenous ) and
16 weeks ( for Imported ) from date of Purchase Order issued to delivery & install at
consignee site. The date of delivery will be the date of delivery at consignee site (Bidders
may quote earliest delivery period).

Note: The Purchaser reserves the right to extend the validity period of approved rates
after expiry of contract period.

Part III: Scope of Incidental Services:


Installation & Commissioning, Supervision, Demonstration, Trial run and Training etc. as
specified in GCC Clause 13(iii)

Part IV:
Turnkey (if any) as per details in Technical Specification.

Part V:
Comprehensive Maintenance Contract (CMC) as per details in Technical Specification.

Part VI:
Required Terms of Delivery and Installation at Destination site.

At Consignee Site – As Specified in the Purchase Order.

Insurance (local transportation and storage) would be borne by the Supplier from
warehouse to the consignee site for a period including 3 months beyond date of delivery

Destination/Consignee details will be given in Purchase Orders


39

SECTION-V
TECHNICAL SPECIFICATIONS
GENERAL TECHNICAL SPECIFICATIONS

GENERAL POINTS:
1. Warranty:

a) Five years Comprehensive Warranty as per Conditions of Contract of the TE


document for complete equipment (including all parts and accessories of the
equipment, wherever applicable) and Turnkey Work from the date of
satisfactory installation, commissioning, trial run & handing over of equipment
to Hospital/Institution/Medical College.
b) 98% up-time Warranty of complete equipment (including all parts and
accessories of the equipment, wherever applicable) with extension of Warranty
period by three times the downtime period on 24 (hrs) X 7 (days) X 365 (days)
basis.
c) All software updates should be provided free of cost during Warranty period.
2. After Sales Service:
After sales service centre should be available in Himachal or nearby area on 24
(hrs) X 7 (days) X 365 (days) basis. Complaints should be attended properly,
maximum within 48 hrs. The service should be provided directly by
Tenderer/Indian Agent. Undertaking by the Principals that the spares for the
equipment shall be available for at least 10 years or rated life of the equipment,
whichever is higher, from the date of supply.
3. Training:
On Site training to Doctors/ Technicians/ staff is to be provided by Principal/
Indian Agents (if they have the requisite know-how) for operation and
maintenance of the equipment to the satisfaction of the consignee.
4. Annual Comprehensive Maintenance Contract (CMC) of subject equipment
a) The cost of Comprehensive Maintenance Contract (CMC) which includes
preventive maintenance including testing & calibration as per technical/
service /operational manual of the manufacturer, labour and spares, after
satisfactory completion of Warranty period may be quoted for next 5 years on
yearly basis for complete equipment (including all parts and accessories of the
equipment). The supplier shall visit each consignee site as recommended in the
manufacturer’s technical/ service /operational manual, but at least once in six
months during the CMC period. These visits are in addition to service calls
visits of the company's/ASP engineer's visits.
b) 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.
c) Cost of CMC will be added for Ranking/Evaluation purpose. So every care
must be taken while quoting CMC rates.
40

d) The payment of CMC will be made on six monthly basis after satisfactory
completion of said period, duly certified by end user on receipt of bank
guarantee for 2.5 % of the cost of the equipment as per Section XIV valid till 3
months after expiry of entire CMC period.
e) There will be 98% uptime during warranty/CMC period on 24 (hrs) X 7 (days)
X 365 (days) basis, with penalty @ 0.25% per day and to extend
warranty/CMC period by three times the downtime period. The post warranty
(after 5 years) CMC should include the complete system which includes all the
accessories supplied and maintenance for another five years.
f) In case the machine is found not to be working for reasons other than force
majeure conditions, no discount will be given on account of public
holidays/Sundays. The bidder to cover the losses, if any, due to force majeure
conditions, should do the insurance. The rate of post warranty CMC should be
offered on yearly basis for at least five years (beyond warranty period) by the
bidder and be offered in Indian rupees only.
g) If a particular system/subsystem (including third party items) is not working
for more than 7 days and due to which patient work suffers, the firm will be
asked to pay the amount of repair done by other agency and the firm will be
black listed for all future supplies.
h) During CMC period, the supplier is required to visit at each consignee’s site at
least once in 3 months commencing from the date of the successful completion
of warranty period for preventive maintenance of the goods.
i) All software updates should be provided free of cost during CMC.
j) Failure of the above [4. e) to 4. g)] by the supplier, may lead to the forfeiture of
the Bank Guarantee for Annual CMC.
k) The payment of CMC will be made as stipulated in GCC Clause 21.
l) The penalty , if any for non performance during the AMC/CMC the amount will
be either deducted from the performance Bank Guarantee and/or from the
AMC payment due on completion of part AMC period before release of AMC
amount.

5. Turnkey:
Turnkey will be indicated in the technical specification of the respective items, wherever
required. The Tenderer shall examine the existing site where the equipment is to be
installed, in consultation with HOD of Institution/Hospital/ Medical College concerned.
The Tenderers to quote prices indicating break-up of prices of the Machine and Turnkey
Job of each Hospital/Institution/Medical College. The Turnkey costs may be quoted in
Indian Rupee will be added for Ranking Purpose.
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 duties and taxes and no claim for the same will be
entertained later.
The Turnkey Work should completely comply with AERB requirement, if any.
41

Medicine/Cardiology
S. Name and Specifications
No.
1 1. 3-CHANNEL ECG MACHINE
Should be Light Weight, Potable, and Easy To Carry
Should have 3- Channel ECG Recording with rhythm lead facility
Should have different printing format with Auto Calculation of HR, Axis, and
Intervals Etc
Should have 12 Leads Simultaneously Acquisition
Should have Automatic & Manual Modes
Should have Copy/Memory Facility
Should have high resolution Thermal Printer
Recording Sentivity: User Selectable & Auto Depends Upon Signal Strength
Should have Mains & Anti Drift filter
Should have inbuilt USB/IR port for software up gradation in future
Should have inbuilt Rechargeable Battery
Should be supplied with standard accessories like 10-leads patient cable, chest&
Limb electrodes, carrying case/bag, paper roll, jelly etc.
Safety: Should be CE certified
Should have recording frequency response of 0.5-40 HZ.
2. 2. 6-Channel Digital ECG Machine
 Lightweight, compact in size
 5.7" LED screen displays 12-leads simultaneously
 Simultaneous acquisition of 12-lead ECG data
 High resolution thermal printing array system
 Operation menu and parameter setting via LCD
 Selectable multi - mode of leads :
Auto (6-Channel, 3-Channel, 3-Channel+R), t"1anual (6-Channel, 3-
Channel, 3-Channel+R) and Analysis
 Lead Mode : Standard & European
 Measurement & interpretation function under Auto Mode
 Rhythm lead printing possible 10 both auto and manual modes
 Rhythm lead selectable from either I, II, III, aVR, aVL, aVF, Vl, V2, V3,
V4, Vs, V6
 Filter for AC, EMG and DFT
 12-lead ECG waveform can be transferred to PC through RS232 port,
measured, analyzed, stored or printed out on A4 paper
 Detection and alarm for lead-off, no paper or low battery
 Automatic adjustment of baseline for optimal recording
 Built-in Help Function: troubleshooting collection, etc.
 Clinical info such as patient ID, name, sex, age, height, weight, hospital
name can be input (Dedicate Model)
 Safety standard: IEC CLASS I, TIPE CF

SPECIFICATION
42

Input Circuit Floating; protection against defibrillator effect


Lead Standard 12 leads
Patient Current Leakage <10 IJA
Input Impedance ~50 M0
Calibrating Voltage ImV ± 3%
12 bits (simultaneous acquisitJon of 12 leads ECG
Digital sampling
data)
Frequency Response 0.05Hz N150Hz (-3dB)
Time Constant > 3.2 seconds
CMRR > l00dB (With fi~er)
E~'G Fitter 40Hz (-3dB)
OFT Fitter Automatic adjustment

3. 3. Six channel interpretive ECG machine


Simultaneous 12 lead acquisition.
Record mode: Manual mode, Auto mode and Rhythm.
128 patients save/ copy/ communication.
LED displays status and 12 leads waveform.
English language.
Built in RS232 interface (USB is optional).
AC/DC power, built in rechargeable lithium battery
SPECIFICATIONS
leads Standard 12 leads
Acquisition Simultaneous 12 leads
Resolution 18bit/1000Hz
Operating Mode Manual Mode,3 Auto Modes (with measurement
report)
Filter AC,EMG Filter
Drift filter Anti-Drift System
CMMR >60dB
>100dB(with AC filter)
Input Circuit Floating, Protection circuit against Defibrillator
effect
Input Circuit Current ≤0.1μA
Input Impedance >50MΩ
Patient Current Leakage <10uA
Calibration Voltage 1mV±2%
Voltage tolerance ±500mV
Time Constant > 3.2 s
Frequency Response 0.05-150Hz
43

Noise Level <=15uVp-p


Threshold ≤20μV
Paper Speed 25, 50mm/s (+-3%)
Sensitivity Auto,2.5,5, 10, 20 mm/mV
Recorder High resolution thermal printer
Paper specification 112mmX20/30m, roll
LCD display LCD displays status & 12 leads waveform
Safety level IEC60601-1 class I , type CF
Power Supply AC 110V/220V/85-265V, 50/60 Hz±1Hz;40VA
DC 14.4V(2000mAh) rechargeable lithium battery
Dimension 310mmX235mmX66mm
4. 4. Pulse Oximeter
UNSPSC Code:
ECRI Code:
1 Description of Function
1.1 A pulse oximeter is a medical device that indirectly measures the amount of
oxygen in a patient's blood (as opposed to measuring oxygen saturation directly
through a blood sample) and changes in blood volume in the skin, producing a
photoplethysmograph
2 Operational Requirements
2.1 Suitable for all types of Patient range: Adult, paediatric, infant, and/or
neonate
3 Technical Specifications
3.1 Display- LCD, Backlight illuminated
3.2 Parameters and waveform displayed- SPO2, pulse rate, system status,
plethysmogram, menus for user settings
3.3 SPO2 range- 0-100 %
3.4 Accuracy of SPO2- +3%
3.5 Pulse rate range should be 0-240 bpm
3.6 Audiovisual Alarms- High/low SPO2 and pulse rate, sensor off, sensor
failure, low battery
3.7 Alarm override facility
3.8 Cable length should be minimum 1 meter
3.9 RS 232C Interface for data communication.
3.10 Integrated Printer
3.11 Battery back-up operating time 5 hours internal & rechargeable.
4 System Configuration Accessories, spares and consumables
4.1 System as specified-
4.2 Reusable SPO2: Adult SPO2 sensor with cable- two nos. per monitor,
Paediatric and Neonate SPO2 sensors one no. per monitor.
5 Environmental factors
5.1 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.
5.2 The unit shall be capable of being stored continuously in ambient
temperature of 0 -50 deg C and relative humidity of 15-90%
5.3 The unit shall be capable of operating continuously in ambient temperature
44

of 10 - 40deg C and relative humidity of 15-90%


6 Power Supply
6.1 Should work on 220-240V AC as well as batteries. Mains adaptor to be
supplied
7 Standards, Safety and Training
7.1 Should be FDA, CE, UL or BIS approved product
7.2 Manufacturer/Supplier should have ISO certification for quality standards.
7.3 Deleted
7.4 Electrical safety conforms to standards for electrical safety IEC-60601-1
General Requirements
8 Documentation
8.1 User/Technical/Maintenance manuals to be supplied in English.
8.2 Certificate of calibration and inspection.
8.3 List of important spare parts and accessories with their part number and
costing
(2) Equipment Specifications for Pulse Oximeter
UNSPSC Code:
ECRI Code:
1 Description of Function
1.1 A pulse oximeter is a medical device that indirectly measures the amount of
oxygen in a patient’s blood (as opposed to measuring oxygen saturation directly
through a blood sample) and changes in blood volume in the skin, producing a
photoplethysmograph
2 Operational Requirements
2.1 Suiatable for all types of Patient range :Adult, pediatric, infant, and/or
neonate
3 Technical Specifications
3.1 Display- LCD, Backlight illuminated
3.2 Parameters and waveform displayed- SpO2, pulse rate, system status,
plethysmogram, menus for user settings
3.3 SPO2 range- 70-100 %
3.4 Accuracy of SPO2- 3%
3.5 Pulse rate range should be 30-240 bpm
3.6 Audiovisual Alarms- High/low SpO2 and pulse rate, sensor off, sensor
failure, low battery
3.7 Alarm override facility
3.8 Cable length should be minimum 1 meter
3.9 RS 232C Interface for data communication.
3.10 Integrated Printer
3.11 Battery back-up operating time 5 hours.
4 System Configuration Accessories, spares and consumables
4.1 System as specified-
4.2 SpO2:Adult SpO2 sensor with cable- two nos per monitor and Pediatric
SpO2 sensors- one no. per monitor.
5 Environmental factors
5.1 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.
45

5.2 The unit shall be capable of being stored continuously in ambient


temperature of 0 -50 deg C and relative humidity of 15-90%
5.3 The unit shall be capable of operating continuously in ambient temperature
of 10 -40deg C and relative humidity of 15-90%
6 Power Supply
6.1 Should work on 220-240V AC as well as batteries. Mains adaptor to be
supplied
6.2 Rechargeable battery operated system. Charger to be provided if integrated
charger is not there
7 Standards, Safety and Training
7.1 Should be FDA , CE,UL or BIS approved product
7.2 Manufacturer/Supplier should have ISO certification for quality standards.
7.3 Comprehensive warranty for 2 years and 5 years AMC after warranty
7.4 Electrical safety conforms to standards for electrical safety IEC-60601-1
General Requirements
8 Documentation
8.1 User/Technical/Maintenance manuals to be supplied in English.
8.2 Certificate of calibration and inspection.
8.3 List of important spare parts and accessories with their part number and
costing

5. 5. Hand Held Pulse Oximeter


A small potable hand held pulse oxy-meter suitable for patient transfer/
ambulatory patient monitoring should have following parameters :
• Digital display of SpO2 % and pulse rate and of pulse quality as analogue
scale or wave from
• SpO2 range 0 100% and pulse rate window 20-250 or wider
• Two SpO2 Probes : One adult finger sensor and one neonatal probe should
be quoted as integral part of the unit.
• Operation temp range 0-500 or more
• Memory storage of more then 48 hours.
• Easily available batteries of size M/ AA/ AAA type 1.5 volts rechargeable
preferably like that of a cell phone or land line phone.
• Company made recharging devise or re-charger should be supplied along
with
• Weight with-re-chargeable batteries should preferably be less then 250 gms
• Should have means for prevention of shock due to fail.
• Carry caser to be supplied along with.

6. 6. Electronic weighing scale-New born-10kg


 Measuring range 0 to approx 10kg.
 Minimum graduation: 5g
 With tare function
 On switch and auto-off
 Auto-calibration with each switch-on
 Large LED display readable in low light working situations, display
cover durable plastic.
46

 Display in kg/grams easy switch between kg and lbs


 Zero weighing adjustment
 Freeze reading feature
 Smooth surface/finishing allows for easy cleaning/disinfection.
 All vital parts made of rust proof materials
 Horizontal leveling with height adjustable feet
 Splash proof and shock resistant light-weight body
 Power requirements: 220 V/50 Hz
 Power consumption: 150 W
 ISO9001 certification.
 Device is safety certified according CE 93/42, FDA 51 0k or
equivalent
 Supplied with:
 User manual with trouble shooting guidance, in English
 Technical manual with maintenance and first line technical intervention
instructions, in English
 List of priced accessories
 List of priced spare parts
 List with name and address of technical service providers in India
 Training and installation at end –user site
47

7. Double Port Oxygen Concentrator


1. The instrument should deliver a flow or 10 liter pr minute oxygen which
should allow 2 different patients to share a single oxygen concentrator.
2. A single person should be able to use 10 LPM or divide the flow between 2
persons.
3. The Oxygen concentrator should be equipped with 2 separate flow meter
and oxygen outlets.
4. It should produces up to 10 LPM of oxygen with 90% or better purity.
5. The oxygen concentrator should have the delivery pressure at 20 psi,
capable of powering jet nebulizers or venty - masks through the oxygen
produced.
6. The cabinet should oxygen pressure should be able to nebulizer.
7. The flow meters should be large and easy t read. Should have large casters
and multiple handles to make it easy to roll or lift.
8. The cabinet should be smooth, reinforce plastic thus is easy to clean.
9. It should be light weight (<35Kgs) and should have noiseless wheels
/casters.
10. It should have filters at cabinet and compressor inlet.
11. For safety, there should be available loud alarms to alert if there is a power
failure or pressure problem, high temperature, battery test , low oxygen
concentration.
12. The oxygen concentrator should have a build-oxygen purity monitor to
constantly analyze the delivered oxygen. If the purity ever drops below
therapeutic levels an alarm should sound .
13. Should be Accredited to internationals standards like EUCE and USFDA.
48

SURGERY
8. Surgical Electric Cautery
 Microcontroller-based multi-programmable by the user.
 Isolated electro surgical generator designed for all surgical procedures and with spray
mode.
 Should ensure controlled, precise desiccation with less destruction of peripheral
tissue.
 Should permit to operate both bi-polar and mono-polar simultaneously from a single
generator and accessories are activated only when keyed and should not get activated
inadvertently.
 Low voltage coagulation.
 Must have three types of cut modes-Low, Pure and blend
 Must have four coagulation modes.
 Maximum output: 350-520 kHz sinusoid 300 watts
 Under water facility is essential. Convection cooling system.
 System Configuration, Accessories, Spares & Consumables.
- Main unit-01no.
- Pencil holder 01no.
- Electrodes blades-10no. Electrode needle fine-10no.
- Pencil switches with hand control-10no. Disposable, 2no. Usable
- Foot control paddle chuck handles-10no. Disposable, 2no. Usable
- Mobile trolley/cart on castors with brakes-01no.
 Should be ISO certified, CE/US FDA approved product.

9. Laparoscope Single puncture:

Single Puncture Laparoscopes with CO2 Insufflators and Cold Light Source

Telescope: Telescope 0 degree with parallel eye piece, 10 to 11 mm diameter Fibre optic light
transmission incorporated; should be compatible with the commonly available light cables
(necessary adaptors should be provided) Can be sterilised by autoclaving, cidex solutions and
Formalin Chamber. Should have inbuilt 6 mm instrument channel for ring applicator as well
as CO2 gas insufflation channel. Working length of 270-275 mm.

Trocar & Cannula: Cannula size + 1 mm more than the telescope diameter, should have
Multifunctional valve and automatic valve to prevent damage of sharp instruments and optical
tip lens while passing through the Cannula valve. It should have stopcock for CO2 insufflation
Trocar should have pyramedical tip with fine hole for gas outlet. The working length should
be 8.5 to 10.5 CM.

Ring Applicator: Ring applicator for use with parallel eyepiece telescope compatible with the
above telescope, capable of loading two silastic rings. Firing of silicon ring to position1 where
one ring is loaded and firing of two rings simultaneously at position2. The ring applicator has
49

to be fully dismantable into different parts like, Prone, Inner tube, outer tube, thomb, knurled
ring etc to make it sterilization and service friendly.

Cone: Suitable cones for loading rings to the above applicator.

Slide/guide: Suitable slides/guide for loading ring to the above applicator.

Veress Needle: Veress Needle with spring loaded blunt stylet with luer lock and length of 10
cm.

Veress Needle: Veress Needle with spring loaded blunt stylet with luer lock and length of 15
cm.

Essential Spares:
i) Spare Washers for Trocar and Cannula: , i) Sealing cap 10mm
ii) Tappet for multifunction, iii) Seal for automatic valve
ii) Kits for cleaning
i) Trocar Brush, ii) Cannula Brush, iii) silicon Oil 50 ml bottle
iv) special lubricant for stopcock., v) Telescope lens cleaner
iv) Storage briefcase: Plastic storage brief case with foaming inside for laparoscope
Telescope and all hand instruments and accessories for storage and transportation.
Carbon Dioxide Insufflators: Co2 Insufflator with pin index connection. Should have an
adjustable electronic flow rate of 0 to 20 Ltr. Per minute and a pressure range adjustable
between 0-30 mm Hg. Preset and actual value for pressure and flow should be displayed
together for better monitoring of both values.Pressure and flow rate should be digitally
displayed on the front panel. Should be able to select either central supply (4.5Kg/cm2) input
pressure from central supply as well as direct connection to high pressure CO2 cylinder.
Should have internal heater in built for warming up the cold CO2 gas.Provided with Silicon
autoclavable tubing with luer attachment. Instrument should work on a universal AC supply
between 110-240 V, with a frequency of 50 Hz single phase. Electrical Safety certification -
IEC-601-1 and CE acc to MDD. SECUVENT Safety system for constant monitoring of intra
abdominal pressure and checking overpressure with automatic back release of CO2 gas within
5 seconds with accoustic alarm. Should include 1pack/10 filter for CO2 gas. for purpose.

High Presssure Hose:High Pressure Hose suitable to directly connect the insufflator with pin
indexed CO2 cylinder. Alternatively in case of low pressure supply of 4.5 Kg suitable hose to
connect from CO2 cylinder to CO2 insufflator wit a suitable pressure regulator.

Wrench Kit:Suitable for connecting the insufflator to Co2 Cylinder.

Carbon Dioxide Bottle:CO2 cylinder to accept 4.5 Kg liquid CO2 capacity bottle with pin
index connection

Cold Light Source:Halogen cold light source of 250 watts. With built in spare lamp and in
case of one lamp failure the spare lamp should come automatic in place via opto sensor to give
the light for the surgery. Should work on universal power supply of 110-240VAC, 50Hz.
Electrical Safety Certification - IEC-601-1. CE acc to MDD and TUV certified. Back up LED
handy light source which can be directly mounted onto the laparoscope Telescope in case of
major break down with Halogen light source and should be suitable for mass camp
sterlization.
50

Fiber Optic Light Cable:4.5 - 4.8 mm in diameter, 230-250 cm in length compatible with the
cold light source and the commonly available telescopes (necessary adaptors may be provided)

CORE LAP COMPONENT: Core laparoscopy items such as Telescope, Trocars, Ring
Applicator, Veress Needle, CO2 Insufflator, Light Source and Fiber Optic light cable must be
from single manufacturer because of compartibility to each other to make it single puncture
laparoscope.

Formaline Chamber (for sterilisation of Laparoscopes):

Formaline Chamber made of Virgin Acrylic 6mm thickness; size:26"x8"x8"(LxBxH) with


three tray, for sterilizing the laparoscope, preferably with three tray.

Tray for Disinfection/ sterilization of Laparoscopes:Disinfection stainless steel tray of steel


grade 304 with sieve tray to lift. Size: 27"x7"x5"(LxBxD).

The Product Certification and Standards must meet the following criteria:

US FDA/CE certificate: US FDA/CE according to MDD( Medical Devices Electronic


Units),IEC certificates: IEC-601-1, 601-2-18,

Protection type: Protection class 1/BF(for electronic units)

Manufacturer must have following internation/National certificates:

ISO 9001:2000, EN ISO 13485, TUV Certified above certificates including EC-
Certificate

Qualification criteria for bidders/manufacturer:

The core product must have CE certified at least for last three years from the date of
issuance of this ITB
51

10. Laparoscope double puncture:


Double Puncture Laparoscopes with CO2 Insufflator and Cold Light Source

Telescope:Telescope 30 degree with enlarged view, size: 6 to 7 mm diameter. Can be


sterilized by autoclaving, cidex solutions and by Formalin Chamber. Fibre optic light
transmission incorporated; should be compatible with the commonly available fiber
optic light cables (necessary adaptors should be provided) Fit for purpose.

Trocar & Cannula for telescopes:Cannula size:0.5 to 1 mm more than the telescope
diameter, should have an automatic valve and stopcock for insufflation. Trocar should
have pyramedical tip. The trocar should have pin hole for CO2 gas return for safety
check during insufflation.

3 (a) Ring Applicator:Ring applicator for use with parallel eyepiece telescope
compatible with the above telescope, capable of loading two silastic rings. Firing of
silicon ring to position1 where one ring is loaded and firing of two rings simultaneously
at position2. The ring applicator has to be fully dismantable into different parts like,
Prone,Inner tube, outer tube, thomb, knurled ring etc.

3 (b) Troacar and Cannula for Ring Applicator:Cannula size :0.5 to 1 mm more than
the ring applicator with automatic valve. Trocar should have pyramidal tip with pin hole
for CO2 gas return for safety. Anti fogging solution (100 ml.) to be provided with both.
The working length of the cannula should be 10-11 CM.

Cone: Suitable cones for loading rings to the above applicator.

Slide/guide: Suitable slides/guide for loading ring to the above applicator.


Veress Needle: Veress Needle with spring loaded blunt stylet with luer lock and length
of 10 cm.
Veress Needle: Veress Needle with spring loaded blunt stylet with luer lock and length
of 15 cm.
Essential Spares:
i) Spare Washers: Spare washers for trocar and cannula and automative valve
ii) Kits for cleaning:
i) Trocar Brush,ii) Cannula Brush, iii) Cleaning Oil 50 ml,
iv) special lubricant for stopcock
Carbon Dioxide Insufflators:Electronic Co2 Insufflator with pin index connection. Should
have an adjustable flow rate of 0 to 20 Ltr. Per minute and a pressure range adjustable between
0-30 mm Hg. Preset and actual value for pressure and flow should be displayed together for
better monitoring of both values. Pressure and flow rate should be digitally displayed on the
front panel. Should be able to select either central supply (4.5Kg/cm2) input pressure from
central supply as well as direct connection to high pressure CO2 cylinder. Provided with
Silicon autoclavable tubing with luer attachment. Instrument should work on a universal AC
supply between 110-240 V, with a frequency of 50 Hz single phase. Electrical Safety
certification - IEC-601-1 and CE acc to MDD, SECUVENT Safety system for constant
monitoring of intra abdominal pressure and checking overpressure with automatic back release
of CO2 gas within 5 seconds with accoustic alarm. Should include 1pack/10 filter for CO2 gas.
Fit for purpose.
52

High Presssure Hose:High Pressure Hose suitable to directly connect the insufflator with pin
indexed CO2 cylinder. Alternatively in case of low pressure supply of 4.5 Kg suitable hose to
connect from CO2 cylinder to CO2 insufflators wit a suitable pressure regulator.
Wrench Kit: Suitable for connecting the insufflators to Co2 Cylinder.
Carbon Dioxide Bottle: CO2 cylinder to accept 4.5 Kg liquid CO2 capacity bottle with pin
index connection
Cold Light Source:Halogen cold light source of 250 watts. With built in spare lamp and in case
of one lamp failure the spare lamp should come automatic in place via opto sensor to give the
light for the surgery. Should work on universal power supply of 110-240VAC, 50Hz. Electrical
Safety Certification - IEC-601-1. CE acc to MDD and TUV certified. Back up LED handy
light source which can be directly mounted onto the laparoscope Telescope in case of major
break down with Halogen light source and should be suitable for mass camp sterlization.
Fiber Optic Light Cable: 3.5 - 5 mm in diameter, 230-250 cm in length compatible with the
cold light source and the commonly available telescopes (necessary adaptors may be provided)
CORE LAP COMPONENT: Core laparoscopy items such as Telescope, Trocars, Ring
Applicator, Veress Needle, CO2 Insufflator, Light Source and Fiber Optic light cable must be
from single manufacturer.
Instruments for lap kohli ,sigmoid scope, TUR and
PCNL set of same manufacturer may be quoted

Formaline Chamber (for sterilisation of Laparoscopes):


Of appropriate size for sterilizing the laparoscope, preferably with two tray and ISI mark
Indian make.
Tray for Disinfection/ sterilization of Laparoscopes:
Of appropriate size for sterilizing the laparoscope, perforated with inside tray, ISI mark good
Indian make.
The Product Certification and Standards must meet the following criteria:
CE certificate: CE according to MDD( Medical Devices)
IEC certificates: IEC-601-1, 601-2-18,
Protection type: Protection class 1/BF
ERTL: ERTL(South) for Indian make items
Manufacturer must have following international/National certificates:
ISO 9001:2000, EN ISO 13485, TUV Certified above certificates including EUCEUSFDA
certificate.
53

PAEDIATRICS
11. Phototherapy unit Single Head High Intensity

 Technical Specifications:
 Heavy sturdy mobile stand phototherapy unit
 Antistatic castors, 2 with breaks
 Single head, surface size, approx: 0.50 x 0.75 m
 Head height adjustable, approx: 1.40 to 1.75 m
 Blue light 4 compact Fluorescence Tubes (LED), approx : 20 w
 White light, 2 Compact Fluorescence Tubes (LED): 20w
 Tube are protected by grill
 Irradiance at skin level, up to : 40 uW/cm2/nm
 Wavelength: 420 to 500 nm, with highest intensity at 470 mm
 Integrated cumulative hour timer
 Power requirement: 220V/50 Hz
 Power consumption: 250 W

 Device is produced by ISO 9001 certified manufacturer (Certificate to be


submitted, further)

 Device is safety certified according CE 93/42,EUCE /USFDA 510k or equivalent

Supplied with
 2 x spare set of tubes (LED Blue and white )
 User manual with trouble shooting guidance, in English
 Technical manual with maintenance and first line technical intervention
instruction, in English
 List of priced accessories
 List of priced spare parts
 List with name and address of technical service providers in India
 Training and installation at end-user site
54

12. Double Surface Phototherapy Unit

 Double surface phototherapy unit with phototherapy stand, under surface


phototherapy and infant trolley.
 The frame work of the phototherapy stand and infant trolley should be heavy duly steel
mount on antistatic wheels with lock.
 Infant trolley should have mounted I/v stand preferably.
 Surface light in the phototherapy stand should easily be swiveled and height adjustable.
 Under Surface phototherapy light source box should be useable with infant care trolley
and radiant warmer.
Phototherapy:
 Special blue tubes four in No.-F20 T12/BB or TL 20W/52 labeled capable of emitting
blue radiation between 425-500nm
 Two day light tubes for observation in each light source box.
 Cooling-with-in built fan and facility for hour meter.
 Reflector special mirror coated in each light source box and phototherapy should
accident proof with UV rays filter.
 Phototherapy stands irradiance between 10-15 u watt/cm square/nm.
 Under surface phototherapy irradiance between 30-35 u watt/cm square/nm

Infant Care Trolley:


 Provision of collapsible side panels either of steel or acrylic.
 Stainless steel baby tray with transparent slot for the use of under surface
phototherapy.
 Acrylic tray and cushion mattress with head up and down facility.
 Provision for taking the E-ray on the trolley.
 Unit should be EUCE or USFDA approved.

Unit will be supplied complete with phototherapy stand, infant trolley and under
surface phototherapy.
55

13. Pulse Oximeter, bedside, Neonatal

 Compact portable bedside pulse Oximeter with LCD display

 Continuous monitoring of SpO2 (arterial blood oxygen saturation), pulse rate and
signal strength, with ECG display and automated BP measurement.

 Measuring range:

 Spo2: 30 to 100% minimal graduation 1%

 Pulse rate: 20 to 250 bpm, minimal graduation 1 bpm

 Accuracy SpO2: 50 to 69% (±3%), 70 to 100% (±2%)


 Display shows SpO2 : (%), HR (bpm and signal strength bar,
Plathysmograph(Pulse waveform)
 Large display readable from distance. Display cover durable plastic
 User preset of high/low alarms on SpO2 and pulse rate monitoring Audio visual alarm
for SpO2 and pulse rate in case measurements are outside preset range.
 Silencing feature for audio alarm
 Display reports system errors, probe failure and built-in battery status
 Automatic switch from mains to batteries in case of power failure
 Power requirements: 220 V/50 Hz and internal re-chargeable battery (autonomy approx
6 hrs,
 Automatic recharge)
 Power consumption : 50 W
 Device is produced by ISO 9001 certified manufacturer
 Device is safety certified according CE 93/42, FDA 510k or equivalent

Supplied with:
 2 x reusable SpO2 sensors neonate, clip-on type (including connection cable)
 10 x reusable SpO2 sensors neonate, wrap around type (including connection
cable)
 1 x spare rechargeable battery
 1 x spare set of fuses
 User manual with trouble shooting guidance, in English
 Technical manual with maintenance and first line technical intervention
instruction, in English
 List of priced accessories
 List of priced spare parts
 List with name and address of technical service providers in India
 Training and installation at end-user site
 Proposal for full service AMC, year 1 to 5 covering (i) 2 preventive maintenances
per year,
 (ii) on-call technical interventions, spare parts and travel
56

14. Radiant Warmer


Open care system on trolley with drawers, with radiant warmer, O2-provision
Technical Specifications
 Mobile newborn resuscitation table with fixed-height radiant warmer
 Antistatic castors, 2 with breaks
 Table surface with mattress with infant head/shoulder support
 Mattress-padding: foam density approx. 21-25 kg/m3
 Mattress cover: removable with zipper, waterproof, washable, resistant to cleaning
with chlorine
 Based solution and fame retardant
 Side boards transparent acryl, drop down and lockable
 Under table 2 storage drawers
 Side rails allow for mounting of accessories
 Hood suspended above the table integrates heating element and overhead light
 Overhead light: 2x 50 W halogen spot, with dimming function
 Integrated support for two 10 L oxygen bottles
 Control unit has flow meter and displays pressure
 Heating element: emitter with parabolic reflector and protected by metal grid
 Control unit has flows air and skin temperature preset (LED indicator) and drives
radiant heater
 Output (servo and manual)
 Integrated timer: 1 to 59 min, with count-up and count-down feature
 Temperature range, skin: 34o C to 38OC (user pre-settable)
 Monitoring of skin temperature by means of sensor, range: 30O C to 42O C
 Heater output: 0 to 100% in increments of 5%
 Control unit: audiovisual alarms according to timer and temperature presets avoiding
overheating
 Display reports systems errors, sensor failure
 Power requirement: 220 V/50 Hz
 Power consumption: 800 W
 Device is produced by ISO 9001 certified manufacturer (Certificate to be submitted,
further details see “Technical Provisions)
 Device is safety certified according CE 93/42, FDA 51 0k or equivalent
Supplied with
 1x mattress
 1 x skin temperature probe (including connection cable)
 1 X spare skin temperature probe (including connection cable)
 1 x spare set of fuses
 User manual with trouble shooting guidance, in English
 Technical manual with maintenance and first line technical intervention
instructions, in English
 List of priced accessories
 List of priced spare parts
 List with name and address of technical service providers in India
 Training and installation at en-user site
57

 Alarm
 Skin + 1OC HI
 Skin + 1OC LO
 Air + 1.5OC HI
 Air – 3OC LO
 Skin > 38 OC OVER
 Air> 39 OC OVER
 Skin/Air Sensor Failure FAIL
 Heating Failure HEAT OFF
 POWER FAILURE Audio-Visual
 Safety
 Skin>38OC
 Resolution : 0.1OC
 Accuracy : 0.1O C
 Power Source : 230 +/-25 Volts, 50Hz
 Light Source : 60 Watts bulb to Examine Babies
 Heater Capacity : 600 Watts
 Power Consumption : 850 Watts at 100% Heater Power
Should be ISO 9001/FDA approved
58

Pathology/Microbiology
15. Binocular Microscope

ITEM DELETED

16. Centrifuge machine

 Tube Capacity: No. Size 24-36,5-15ml.15mlx12-swing out/angle head


 RPM up to 6500-7000 (G).
 Should have a digital timer.
 Aerodynamic compact construction for vibration free performance.
 Table top version.
 Body should be made of strong fabricated steel and be corrosion resistant.
 Separate control panel-fore start/stop switch, dynamic brakes, step less
 Speed regulator with zero start switch and speed indicator, timer and protective
fuses.
 Door interlock.
 Appropriate voltage stabilizer with each unit (if recommended to be run with
voltage)
General Requirements
 User/Technical/Maintenance manuals in English to be supplied.
 List of important spare parts and accessories with their part number and costing.
 Certificate of calibration and inspection from factory.
 Attach original manufacturer’s product catalogue and specification sheet.
Photocopy/computer print will be accepted. All technical data to be supported with
original product data sheet.
Satisfactory working of quoted model form institutes of repute
59

17. INCUBATOR
Size: i) 355mm x 355mm x 355mm
ii) 455mm x 455mm x 605mm
 Memmert Type (heater in 3 sides)
 MS Body duly powder coated
 Inner Chamber with trays(shelf) of SS 304
 Microprocessor based temperature indicator-cum controller
 With inbuilt digital timer.
 Temp. range ambient o degree C to 70 degree C +01 DEGREE
 Available forced convection system
 LED Display
 Temperature regulated through solid state electronic relay with protective heat sink
 Digital display of time
 Automatic sound buzzer on every end cycle
 Over Temperature laminator switch as a safety device
ISO 9001 certified and product should be CE certified on GMP norm

18. Water bath (Serological)

Technical specifications:

1. With electronic control; LED display; button to set nominal value in 0.1oC.
Temperature range 5oC above ambient room temperature to 100o C; external W
x D x H approx. 500 x 250 x 300 mm(internal )
500x300x200mm
700x350x330mm
2. Bath capacity ap. 20 litres; Temp. accuracy ± 0.1oC.
3. Body of the equipment should be of material which is rust free from both inside
& outside(Stainless steel extremely and internally).
4. ISI or equivalent certified control systems programmable. micro processor
pump 5 Ltr.min..
5. Accessory required stainless steel lid

General Requirement
 User/Technical/Maintenance manuals in English to be supplied.
 List of important spare parts and accessories with their part number and costing.
 Certificate of calibration and inspection from factory.
 Attach original manufacturer’s product catalogue and specification sheet.
Photocopy/computer print will be accepted. All technical data to be supported
with original product data sheet.
60

19. Hematology Analyzer

ITEM DELETED

ITEM DELETED
61

20. Fully automatic Blood cell counter

ITEM DELETED
62

ITEM DELETED
63

Bio Chemistry Equipments

22. Semi Auto Analyzer


Specifications
‐ Direct access key test menu.
‐ 150-200 open user-defined test programmes.
‐ Assay mode :- 1-2 point linear/ non linear, Rate linear & non linear
Sample – blank linear and absorbance.
‐ Capable of monochromatic & Bio-chromatic measurements
‐ Levy – Jennings graph for quality control.
‐ Optical density range of 0-2.5A.
‐ Automatic zero setting.
‐ Wavelength range: 340-700 nm with minimum 8-position filter wheel.
‐ Multipoint calibration with graphical display.
‐ Peristaltic pump aspiration
‐ Dual cuvettes system: Quartz flow cell volume – 18-32 µl & micro and macro
cuvettes.
‐ Reaction volume – 50µl – 500 ml.
‐ Aspiration volume – 500 – 1000 µl.
‐ Adjustable reaction temperature from 25-37 C.
‐ Incubator with timer function – inbuilt or external.
‐ Direct printer connectivity.
‐ Compatible UPS with 30 minutes back up.
‐ List of consumables & Preventive Maintenance kit (with price-bid).
‐ Cost of CMC/ AMC after warranty period.
‐ EUCE/USFDA/UL/CB certified.

23. Blood Chemistry Auto-analyzer

Technical specifications
o Fully automatic, random access system
o Truly Open system (All channels should be open or to opened at the cost of
supplier) capable of performing routine and special chemistries with user definable
applications
o Throughput 150-300 tests/hr (without ISE)
o 40-plus on board sample positions with facility for continuous loading
o STAT facility indicating number of positions
o Facility of usage of primary tubes for sampling
o Separate positions for calibrators in cooled positions (mention number of
positions)
o Auto pre-and post-dilutions ratios
o Capable of performing 2 reagent chemistries
o Real time monitoring of reagents with low dead-volume along with the facility to
add reagents even when analysis is in progress without interrupting it
64

o Typical reaction volume should be <250ul (preferably 200ul)


o Dispenser/s to be externally and internally rinsed with level sensor probe
o Incubation temperature 37 C (Peltier-controlled/ water compartment )
o Quartz halogen lamp with sleep mode
o Grating-/interference filters-based photometer with multi wave-length option in
the spectral range 340-700nm (preferably wider)
o Mention band-width
o Minimum absorbance range 0-2.5 A with resolution of 0.001 A
o On-board washing with installation of de-ionizer by the supplier
o QC check for cuvettes after on-board washing
o Cuvette blank correction before every measurement
o Recurrent annual cost of washing solutions, consumables and maintenance of de-
ionizer plant (excluding cost of cuvettes) considering work load of 300 tests/day
for 300 working days
o Cost of semi-disposable/permanent cuvettes and frequency of their replacement in
terms of number of tests, whether single Cuvette can be replaced
o If using disposable cuvettes, mentions Cuvette-cost (Price-Bid)
o Data management with latest multitasking window based computer (Pentium-IV)
having graphical user interface, hardware interface (RS-232 serial port),keyboard,
mouse, printer &other accessories with large capacity of data storage
o Reaction time course display
o Capable of performing real time Quality Control
o Minimum of 5 installations in reputed hospitals/institutions including Government
Institutes in North India
o Compatible UPS with at least 1-hour back-up, Branded AC of requisite capacity to
be supplied by supplier
o Penality clause & 95% uptime.
o System FDA/EUCE/13485 Certification.

24. Electrolyte Analyzer

Specifications for the Electrolyte Analyzer based on Ion Selective Electrodes

- Microprocessor controlled, fully automated with high precision


- Capable of analyzing Na, K, CI, with the facility to measure Li / Ca in one
system (maybe up-gradable)
- Able to process different biological fluids (whole blood, serum, plasma, urine,
CSF)
- Performing minimum 150 tests / hr
- Sample size should be < 150 ul (micro liter)
- Fully automatic calibration or on demand (user selectable)
- Programmable stand-by mode
- Reagent pack for calibration, cleaning and inclusive waste
65

- Alphanumeric display on screen as well as built in / attached printer


- Removable storage medium (PUM) for easy software update
- Long-life maintenance free flow-through Ion-selective electrodes (mention
shelf-life of individual electrode including reference electrode, that is, warranty
after installation and typical usage time)
- Mention cost of pack/s for Na, K, CI, Li and Ca and number of tests/pack (to
be specified in (Price-Bid))
- Mention cost of each electrode including reference electrode (To be specified
in (Price-Bid))
- Mention running cost/test including recurrent cost of consumables assuming 20
tests of Na, K & CI each/day +10 tests of CA/day-10 tests of Li/month (to be
specified in (Price-Bid))
- Free start up pack for each parameter
- Power consumption
- Compatible UPS with half hour back up
- USFDA/EUCE/13485 certification.
66

25. Automated Immunoassay Analyzer

Technical Specifications

-Fully automatic, radon access system based on Chemiluminescence Technology


-Throughput>80-120 tests/hour with minimum processing time for various assays
-Capable of performing following assays. Thyroid, Fertility, Anemia, Oncology, Bone profile
-Cardiovascular, Therapeutic Drug Monitoring (Mention complete test menu)
-20-30-plus on –board sample positions with facility for continuous loading
-Facility of usage of primary tubes for sampling (preferably): vacutainers.
-Separate positions for calibrators and controls in cooled positions (Mention) Number of
positions)
-Auto-dilution facility indicating dilution ratios
>10-plus regent positions with facility for on-board cooling
-Real time monitoring of regents low dead-volume along with the facility
To add regents even when analysis is in progress without interrupting it
-Bar –code identification for the regents with two-point calibration facility
-Facility for continues loading of wash fluids/ Cuvettes /any other ancillary pack
-Minimal sample carry over
-Dispensers to be externally and internally rinsed with level sensor probe.
-Minimum maintenance and minimum replaceable consumables
-Recurrent annual cost of individual consumables (Prices- bid)
-Cost/individual test for the whole test menu (Prices- bid)
Including the necessary calibrators, diluents and accessories
-Data management with latest multitasking window-based computer (Pentium-IV)
Having graphical user interface, hardware interface (Rs-232 serial port) LIS
Interface, key –board, mouse, printer & other accessories with large capacity of data storage
-Real –time monitoring of assays being performed on board
-Capable of performing real Quality control (Levy-Jennings plot &high speed internal printer
Government institutes) in north India minimum-5 installation in Govt. must.
-Compatible online UPS with at least 1-hour back-up
-Branded AC of 2 ton capacity to be supplied by supplier
-Imparting training to laboratory personal at the site of installation
-Power consumption including that required for attachments, if any
-List of all accessories and consumables to be supplied with the equipment and
Their casts (To be specified in technical bid)
-US FDA/UECE/GS/13485 certification.
-Sample Volume 10-50ML
-Capable of rerun/repeat of samplers
-Minimum one-month calibration facility.
-Sample clot detection facility.
-Civil work of the Lab according to the requirement of the equipment.
-Penality Clause: 95% uptime- Rs 5000/24 hrs.
67

RADIOLOGY EQUIPMENTS
(X-RAY, DIGITAL X-RAY, ULTRASOUND MACHINE ETC.)

26. X-Ray 60mA Mobile

Specifications of 60ma
A Mobile x-ray unit for radiography work capable of performing all basic radiography
examinations
The machine should have following the specifications and features
X-Ray Generator
Output power - Atleast 2 - 4 KW
Radiographic Rating :
KV Range - Should be at least 45 - 100 KV,
Maximum mA - 60mA
Control Panel
Generator Off / On Switch
3 LED indicator for voltage regulation
Automatic tube over load protection for longer tube life
Radiography mA/mAs range selector
Radiographic Exposure time - Please Specify
Digital Display of KV, Ma/Mas selected
Autio Buzzer for exposure monitoring
X-Ray Tube
Should be equipped with BEL DSA or equivalent Stationary Anode X-Ray Tube
Please Specify Focal Spot sizes. Should be as per standards prescribed by BARC1.8X1.8
or less
Mobile Stand
Mobile Stand with 3 Wheels Designs.
Should be have easier mobility and steering.
The Mobile Stand should be designed for maximum maneuverability of the unit
Column
Should be equipped with a suitable counter balanced column with suitable wire ropes which
ensures extra safety and helps in easier positioning.
Raising an dowering of Tube head should be possible
Provision of tube head tilt with full flexibility for use in operation theatres and in ward for bed
site radiography
Unit Should be supplied with suitable aluminum filters, light beam diaphragm and hand
switch
Spares
The bidder shall furnish list of spare parts recommended for first 2 years of operation with
unit price (After warranty period)
Accreditation
The unit/model must have type approval or NOC from Atomic Energy Regulatory Board,
Mumbai.
Others
Equipment should be provided with a line cord (power cord) of acceptable durability, quality,
length and current carrying capacity
Power supply requirement- 230 volts AC, single phase 50 Hz/60Hz, max 0.6-Ohm line
resistance. If required necessary static balancer should be provided.
68

Equipment should have no sharp edges, should be securely mounted and should provide
adequate protection against moving and electrically energized parts
Controls (e.g. switches, knobs) should be visible and clearly identified
Labels and markings should be clear and visible
Equipment should be simple to use, operate and maintain. It should be designed for easy
access to serviceable parts
Packaging and Storage
Packing of the equipment should be easy to open and well labeled and marked with devices
name and seller's name and address
Equipment should be able to withstand temperature and humidity extremes likely to be
encountered during storage and transportation

27. 300mA X-RAY MACHINE

SPECIFICATION OF 300mA X-RAY MACHINE

High frequency X-ray machine for general radiography.

X-ray Generator:

o High frequency X-ray generator.


o Power output of generator should be 30KW.
o Radiographic KV Range should be 40 to 120KV or more.
o mA Range (Rad.): 300mA.
o Exposure time (Rad.): 1ms to 3Sec.
o mAs Range (Rad.): upto 200mAs.

Control:
A very compact, soft touch control panel having following functions & indications should
be provided. The panel can be supplied in floor or wall mount with spill proof design.
 Machine ON/OFF Switch.
 Digital display of KV & mAs.
 KV & mAs increase and decrease switches.
 Tube focal spot selection switch.
 Ready and X-ray on switch with indicators.
 Bucky selection switch.
 Self diagnostic programme with indicators for earth fault error, KV error, filament
error & tube’s thermal overload.
 Anatomical Programming radiography: 200 programmes or more.

A dual action hand switch with retractable cord should be provided for Radiation
Protection of Operator.

X-Ray Tube:
- One No. Dual focus Rotating anode X-ray tube thermally protected having focal spot of
1.0 & 2.0 mm2.
- Anode heat storage capacity of tube should be more than 100KHU.
One Pair of 8 meter H.V. Cable.
69

- One No. Collimator with auto shut off facility should be provided.

Tube Stand:
- Floor to Ceiling Stand with Counter Balanced Tube Head (Rotatable +/- 180 degree),
360 degree rotatable; mounted on floor ceiling rails for convenient movements should be
provide.

Table:
o Floated tale with 4-way movement of the table top i.e. along x axis and y axis
should be provided. Longitudinal movement of tabletop should be more than
400mm & transverse movement should be more than 160mm.
o The table should consists of motorized reciprocation bucky with Imported Grid of
size 17 ¼” x 187/8” & of ration 8:1 - 85 lines / inch.
o The Bucky should cover the entire length of the table and should be locked at any
desired position by an electromagnetic lock.
o The tabletop should be made of low radiation absorption, waterproof material.
o Table accessories like stainless steel cassette tray, compression band should be
provided.

Vertical Bucky Stand:


o Vertical Bucky stand with oscillation Grid of ration 8:1, 85 lines should be
provided.
o The Bucky should moves up & down & is equipped with a stainless steel cassette
tray.
o The stand should be floor-mounted type & can accommodate cassettes up to 14” x
17”. The bucky should be tilted in 6 steps of 15 degree Angle each for various
Radiographs.

Power Requirements: The unit should be operable on 3 phases, 440Volt AC 50Hz with
line resist less than 0.4 Ohms. Line Regulation +/- 10%.

Other Requirements:
- The company should be ISO-9001: 2008, ISO – 13485: 2003 certified.
- The unit should be approved by AERB.
- The unit must be CE certified.
70

28. 500 mA X-RAY MACHINE


SPECIFICATION OF 500 mA X-RAY MACHINE

500 mA-125 KVP full wave solid state rectified X-Ray Generator for radiology with
connectivity to image intensifier, single X-Ray Tube (Up-gradable to double tube), with
buckeye table with spot film device.

X-Ray Generator

500 mA, 50 KW X-Ray Generator for Radiology/fluoroscopy/spot films


Radiography KV Range : 40 to 125
Fu/fluoroscopy Range : 0 to 3 mA at 40/45 to 90 KV

Power rating of 500 mA at 80 KV / Radiography parameter from 40 to 125 KV range with


ma & mAs range at small focus & large focus to be specified at all mA stations with
AERB Approved.

Generator Controls: Radiographic Timer Switch should have a timing range 0.01 to 5 sec.

Control should consist of:


 Push on/push off button with voltmeter, mA meter.
 Technique control buttons.
 Selected focal spot display.
 Quick trip overload protector.
 Voltage compensator.
 Digital display linking in case of overloading (Protection for Tube)
 Space chare compensator.
 Technique selector.
 Digital display of active KVP, mA & mAs
 Protective anode braking device.
 Electronic protection for overload of tube H.V. Cables & HT tank.
 Spot filming at all mA stations.
 Independent fluoro KVP selector.
 Pre heating on the both the focus during filament boosting for tube safety.
 Fluoro mA selector.
 Fluoroscopic timer: totalizer with buzzer.
 Bucky controls.
 Hand switch with flexible long cord.

Main Panel should indicate:

Incoming power line condition.


Selected focal spot.
Tube overload indictor-incase exposure factors exceed tube rating.
Digital display of KV / MAs for radiography/spot filing selected.
71

High Voltage Transformers

 H. V. Transformer comprising of HV rectifiers. HT Transformer, Filament


Transformer.
 Unit should have phase balancing transformer workable on 3 phase 415 volt AC.
 Power supply requirement should be 400-440 V AC, 50 Hz 3 Phase.

Control & HT Transformers should be suitable for two tubes in future without added
expenditure.

X-Ray Tube:

 Aluminum filters
 Light beam diaphragm with halogen lamp preferably auto shut off motorized
collimator.
 Pair of HV cables with standard length (preferably 10 meters)

Tube Column:

Should be floor to ceiling with fully counter balanced tube head with safety lock in case
wire failure and capable of 360 degree convenient rotation and stops at 90 degree.

Lateral parking of fluoroscopy panel.

X-Ray Table:

Motorized X-Ray Diagnostic Table with 90’ x 12’ movement along with spot film device
with lateral parking for cassette size 8” x 10” x 12” and 14” x 14” with a grid 8:1, 40 lines
per cm. all controls should be on SFD. Multi position with motorized bucky with bucky
grid ratio of 10:1, 40 lines per cm with electro magnetic fully counter balanced floor to
ceiling 360’ rotation with safety lock in case of wire failure.

 Fluoroscopic lead glass & screen assembly size 14 x 14.


 Grid 14 x 14 inches (grid ratio & lines/inch should be specified)
 Lead rubber flaps protective.
 Mark cones.
 Adopter format / adopting kit for 14 x 14 cassette.
 Lateral parking.
 Handgrip, foot rest, foot switch, compression band.
 Motorized collimator with auto shut off system.

Accessories

Goggles – 02 Nos., Lead apron (light weight) 2 in number, gonad shield and lead shield.

Other Requirements:
72

 Complete unit should be approved by BIS & AERB – BARC


 Company should have a minimum of 20 years experience in the field
 Company should have a local service centre.
 Spares should be available for next 10 years.
 Price should be FOB destination & should be with complete installation what so
ever.
 List of recent installation in Govt. Hospitals.
 Company should provide data sheet for quoted products in accordance to AERB
certification.
73

29. DIGITAL RADIOGRAPHY SYSTEM 1000mA


TECHNICAL SPECIFICATIONS
Should be a Digital Radiography system with single flat panel detector, capable to take
digital images in horizontal, vertical and oblique positions of all skeletal body including
spine and chest. The detector should be fixed type and move between horizontal and
vertical positions.

GENERATOR
1. Generator should be of latest high frequency inverter technology for constant output
and lowest radiation doses.
2. Should have at least 80 KW power.
3. The range should be from 40 to 150 KV.
4. Should have 800 mA at 100KV.
5. Should have automatic exposure control device.
6. Should have anatomical programming radiography.
7. Should have over loading protection feature.
8. Should have a digital display for KV and mAs.
9. mAs should be 0.4 to 800 mAs or more.

X-RAY TUBE AND COLLIMATOR


1. Should be a high speed rotating anode dual focus tube compatible with the
generator.
2. Should have focal spot sizes of 0.6mm and 1.2mm or less.
3. Should have an anode heat capacity of 500KHU or more.
4. Should have a multi leaf collimator having halogen/bright light source with auto shut
provision for the light.
5. Should have over load protection.

CEILING SUSPENDED TUBE


1. Should be motorized ceiling suspended type.
2. It should have movements in all directions i.e. 3D transverse 140 cm or more,
longitudinal 290 cm or more and vertical 125 cm or more.
3. All movements should have electromagnetic brakes with fully counter balanced
mechanism.
4. It should have facility to display FFD/SID.
5. It should have provision of auto centering/ auto Tracking & X-Ray table top with the
detector.
6. Tube rotation at vertical axis and horizontal axis +/ - 180 degree.
X-RAY TABLE
1. Should be a horizontal table with carbon fiber/equalant table top simultaneously for
height of minimum 2000mmX 720mm having elevation with floating.
2. It should have a weight bearing capacity of 200kg or more.
3. The table should be mounted on high quality fiber wheels with brakes.
VERTICAL DETECTOR STAND
1. Should have an in-built detector capable to take digital images in horizontal, vertical
and oblique positions with suitable movements for all skeletal body including spine and
chest.
2. It should have provision to do chest radiography without grid.
74

3. It should have automatic exposure control with at least 3 fields.


4. Should be supplied with grids suitable for horizontal and vertical imaging.
5. The detector should be capable of rotating on its axis across +90 to -15˚ or more
DIGITAL DETECTOR
1. The detector should be a flat panel detector of latest technology with Cesium Iodide
scintillator.
2. The size of the detector should be 42cm x 42 cm or more.
3. Should have a minimum spatial resolution of min.3.0 lines pair/millimeter.
4. Detector Quantum Efficiency (D.Q.E) should be more 65% @ Zero Line Pairs.
5. The active matrix size should be 3 k x 3k or more.
6. Should have a minimum image depth of 14 bit. pixel size 150 lun. or less.
7. Detectors & tube should be from same manufacturer as well as image acquisition
software or highly compatible each other.
IMAGE ACQUISITION, IMAGE PROCESSING
1. The digital workstation should be based on the latest high speed processors of at least
32 bit.
2. It should have the possibility of acquiring the image from the detector system. Should
have preview time 5 seconds or better.
3. It should have image storage disk of 700 Gigabyte or more.
4. The system should have ready DICOM interface and networking capability with
RIS/HIS/PACS.
5. Post processing function must be available.
6. One standard work station.
7. Dry Laser/Imager camera with at least 3 online film tray, 500 dpi or more for printing
the digital images should be supplied.
7. A CD, DVD – R/W drive should be supplied.

ACCESSORIES
1. On line UPS with 30 minutes back up for work station and laser camera.
2. Lead Glass of size 80cms x 120cms.
3. Lead apron.
4. Four 3 ton split AC for X-ray and work station room.
5. USFDA and CE approved.

30 Digital Radiography system with Daul Flate panal Detector

DELETED
75

31. ULTRASOUND SYSTEM


(WITH FULL DIGITAL TECHNOLOGY)

TECHNICAL SPECIFICATIONS FOR ULTRASOUND SYSTEM.


This ultrasound machine should be a state of the art with full digital technology for the
applications for trans-abdominal examination
1. Description of Function High resolution Grey scale ultrasound for trans-abdominal
examination.
2. Operational Requirements:
2.1 Latest generation Electronic Phased array system with Minimum 4000 Electronic
independent channels; should be DICOM ready and capable of being interfaced with
HIS/RIS/PACS.
2.2 Should be field up gradable to next generation system on site. All new software should
be upgraded free of cost for at least 3 years.
2.3 Frequency compounding or better technology for better resolution and penetration.
3. Technical Specifications
3.1 DELETED.
3.2 256 gray shades for sharp contrast resolutions.
3.3 Probe to be supplied which should be latest generation wide band transducer.
3.4 Harmonic Imaging-System should have Harmonics on all the probes following modes
in harmonic with separate setting for:
3.5 Trapezoidal image.
3.6 Automated Gain control for additional level of flexibility to image quality control.
3.7 Real time high frequency 2D for higher resolution.
3.8 Monitor should be 15" or more, high-resolution B/W Monitor. Tilt and Swivel monitor
should be able to view in all angles and all light conditions.
3.9 Various maps for pre and post processing.
3.10 User defined system and application presets for multi-user department.
3.11 Minimum 4.8 GB optical disc drive / 80 GB hard drive for image storage and
retrieval. (Standard with system)
3.12 Cine loop memory -than 100 frames.
a. High frame rate review for better clarity of play back images study in slow motion.
B and c Deleted
d.. Frame grabber facility for post analysis.
3.13 Facility for high definition digital acquisition, review and editing of complete patient
studies.
3.14 Frame rate should be 500 FPS or more.
4. System Configuration Accessories, spares and consumables
4.1 Convex probe 2 -5 MHz & Liner Probe 5 -10 MHz.
4.2 B/W thermal printer of latest model
4.3 DVD/CD Recorder with DICOM media transfer
76

5. Environmental factors
5.1 The unit shall be capable of operating continuously in ambient temperature of 30 deg
C and relative humidity of 80%.
5.2 Pre Requisites should be clearly spelt out in terms of room requirements.
6. Power Supply
6.1 Power input to be 220-240V AC, 50Hz fitted with Indian plug.
6.2 Resettable over current breaker shall be fitted for protection.
6.3 DELETED.
6.4 Online UPS (Branded like Tata Libert/APC/ELNOVA/Numeric etc.) of suitable
rating with voltage regulation and spike protection for 30 minutes backup.
7. Standards, Safety and Training
7.1 Should be EUCE/USFDA approved product.
7.2 Electrical safety conforms to standards for electrical safety IEC-60601/ IS-13450.
7.3 Type of protection against electric shocks--Class I Degree of protection against
electric shocks for ultrasound probes Type "BF" For ECG electrodes Type 'CF".
7.4 Manufacturer/Supplier should have ISO certification for quality standards.
8. Documentation
8.1 User manual in English.
8.2 Service manual in English.
8.3 List or important spare parts and accessories with their part number and costing
available in stock with the supplier.
9. System Configuration Accessories, spares and consumables
9.1 Colour Doppler System with all application packages for serial studies with High
frame rate review. Harmonic imaging capability in all modes. Digital Storage and
Retrieval.
9.2 B/W thermal printer of latest model
9.3 Colour laser printer for direct printing of images from the system (with CE or FDA
mark) –min dpi of 1200.
9.4 DVD/CD Recorder with DICOM media transfer
77

32. Whole Body Digital Colour Doppler system


Specifications for Whole Body Digital Colour Doppler (Mid End)
 The system should be latest state of the art Platform with Digital Raw Data
Processing technology.
 The System should be multipurpose, high performance color imaging system
designed for abdominal, vascular, obstetrics, gynecology, cardiology, neonatal,
urology, transcranial and small parts applications.
 Minimum 256 Gray Scales with 20000 or more digital transmission channels.
 Scanning depth of 30cms should be possible.
 Scanning Methods – Electronic Sector, Electronic Convex and Electronic Linear.
 Tissue Harmonic imaging in all probes
 Dynamic range up to 170db or more should be possible.
 The System should have 3 active probe ports
 17” High Resolution TFT LCD Display monitor with Articulating Arm.
 Upgrade facility to 4D Volume Imaging with curved rendering mode with cost
probe.
 Transducer Types – Convex Array-2-5Mhz, linear array 5-12 Mhz TVS Probe 4-
9Mhz, 4D-Optional.
 Operating Modes – B Mode, M-Mode, Colour M-Mode, CFM Mode, Power
Angio Mode, Directional Power Angio, Pulse Wave Doppler with HPRF,
Steerable Continuous Wave Doppler Mode. Flexibility of M-Mode curve across
any plane – AMMode.
 Alphanumeric keyboard with hard keys and TGC controls.
 Multiple Focus selection – minimum 4 focal points.
 Hard Disk Image Storage (160GB Memory) and flexibility to review the stored
images in clipboard format. Should be able to store single frames and Cineloops.
 Integrated DVD CD Read / Write drive to store and review images on CD with
option of Storing images in different formats including AVI & Mpeg format
with DICOM.
 Multilevel Compounding Imaging
 Multilevel Speckle Reduction Imaging
 Complete measurement and analysis package with Real-time Doppler calculations.
Fetal trend graph etc.
 Display Formats : B ,Colorized B , B+B , B+B/CFM , M, B+M, B+ Colorized M
, PWD, Colorized PWD , B+CFM+PWD, CWD , B+PDI, B+ DPDI,
 Virtual imaging (Convex like image on Linear probe) Extended field of view to
view complete large organs should be possible.
 Post – Processing Capabilities should be possible on all operating modes on
maximum imaging parameters using digital raw data processing techniques.
 Simultaneous B, B+CFM facility.
 Frame rate 1000 FPS.
 Should be EUCE and USFDA approved product.
78

33. HIGH END COLOUR DOPPLER ULTRASOUND SYSTEM.

TECHNICAL SPECIFICATIONS FOR HIGH END COLOUR DOPPLER ULTRASOUND


SYSTEM.

This ultrasound machine should be a state of the art high end Colour Doppler
System with full digital technology for the applications of whole body to include full
cardiac and peripheral vascular applications, pediatrics, small parts and
Intracavitary applications.
1. Description of Function
COLOUR DOPPLER SYSTEM WITH ADVANCED 2D FACILITY.
2. Operational Requirements:
2.1 Latest generation Electronic Phased array Doppler system with Minimum 20000
Electronic independent channels,. System should be DICOM ready and capable of being
interfaced with HIS/RIS/PACS.
2.2 Should be field up gradable to next generation system on site. All new software should
be upgraded free of cost for at least 5 years
2.3 Frequency compounding or better technology for better resolution and penetration.
3. Technical Specifications
3.1 Latest generation Electronic Phased array Colour Doppler system with Minimum
20000 Electronic independent channels.
3.2 256 gray shades for sharp contrast resolutions
3.3 Adult Trans thoracic Cardiac Probe to be supplied which should be latest generation
wide band transducers.
3.4 Harmonic Imaging- System should have Tissue Harmonics on all the probes following
modes in harmonic with separate setting for:
3.5 Trapezoidal Image on B / Colour.
3.6 Automated Gain control for additional level of flexibility to image quality control.
3.7 Real time high frequency 2D for higher resolution.
3.8 Advanced 3D imaging package with multiplanar views & surface and volume
rendering tools including 4 D.
3.9 Frame rate should being 1000 FPS or more
3.10 High-definition acoustic zoom for enlarging sections of 2D and Colour flow images
with more acoustic information for greater clarity and detail while maintaining an optimal
frame rate.
3.11 Modes –2D, M-Mode, Steerable PW/CW Doppler, Colour Doppler, and High
Definition Colour flow with Colour power Angio imaging and full Colour Doppler
echocardiography system.2D Duplex, and Colour Doppler, colour Power Angio,
Directional power Angio and colour panoramic.
3.12 Monitor should be 17" or more, high-resolution Colour Monitor.
Tilt and Swivel monitor should be able to view in all angles and all light conditions.
3.13 Colour Flow Imaging for
a) Increased lateral & spatial resolution.
b) Detection of even subtle areas of turbulence, displaying a more physiological blood
flow appearance without loss of frame rate.
c) Colour flow with capability of automatically picking up colour flow as a function of
focal depth
3.14 Tissue Colourization (B-Colour) for improved contrast resolution
79

3.15 Application software for Adult, Pediatric, Fetal and Peripheral Vascular (All
application package should be built into the system)
3.16 Cine loop memory- more than 1000 frames.
a. High Frame rate review for better clarity of playback images study in slow motion.
b. Quad loop with memory for pre and post image comparison of any procedure.
c. Memory- 256 frames or more in quad loop. M Mode & Doppler Scroll Memory-40
seconds or more.
d. Frame grabber facility for post analysis.
3.17 Various maps for pre and post processing.
3.18 ECG facility.
3.19 User defined system and application presets for multi-user department.
3.20 Minimum 4.8 GB optical disc drive / 80 GB hard drive for image storage and
retrieval. (Standard with system)
3.21 4/5 transducer ports active 3.
3.22 Facility for high definition digital acquisition, review and editing of complete patient
studies.
3.23 Facility of Real Time perfusion studies with contrast (micro bubbles) applications.
3.24 PC based Peripheral system comprising of dedicated computer at least 640 GB or
more storage space (Hard disc) with 2 GB RAM or more with a Microprocessor speed of
more than 3.00 GHz, frame grabber incorporated (All Software Inclusive) interfaced with
the echocardiography machine with
DVD writer and a high quality Colour Laser printer. CD/DVD produced should be
playable on any system.
3.25 Anatomical M mode, M-Mode.
PROBES:- Convex Array-2-5Mhz, linear array 5-12 Mhz TVS Probe4-9Mhz, cardiac
probe phase Array 2-4 Mhz 4D probe Optional with price.
4. System Configuration Accessories, spares and consumables
4.1 Colour Doppler System with all application packages for serial studies with High
frame rate review. Harmonic imaging capability in all modes. Digital Storage and
Retrieval
4.2 Probes:- Convex Array-2-5Mhz, linear array 5-12 Mhz TVS Probe 4-9Mhz, Cardiac
Probe /phase array 2-4 Mhz and 4Dprobe.

4.3 B/W thermal printer of latest model


4.4 Colour laser printer for direct printing of images from the system (with CE or FDA
mark) –min dpi of 1200. optional with cost.
4.5 DVD/CD Recorder with DICOM media transfer
5. Environmental factors
5.1 The unit shall be capable of operating continuously in ambient temperature of 30 deg
C and relative humidity of 80%.
5.2 Pre Requisites should be clearly spelt out in terms of room requirements.
6. Power Supply
6.1 Power input to be 220-240VAC, 50Hz fitted with Indian plug
6.2 Resettable over current breaker shall be fitted for protection
63 Online UPS of suitable rating with voltage regulation and spike protection for 2 hourss
back up.
7. Documentation
7.1 User manual in English.
80

7.2 Service manual in English.


7.3 List of important spare parts and accessories with their part number and costing
available in stock with the supplier.
7.4 System should be EUCE and USFDA approved.

34. AUTOMATIC X-RAY FILM PROCESSOR (TABLE TOP MODEL)

1. The film processor should be capable of processing the maximum film size 14” x 17”
and minimum film size 4” x 4”. It should be able to process all types of X-ray &
Imaging films including Ultrasound films, Mammography & CT Scan films.
2. It should give completely dry film after processing.
3. The output obtained from the processor should be at least 75 films per hour of size 14”
x 17” in 90 seconds mode.
4. There should be provision for automatic replenishment of Developer and Fixer.
5. Developing Tank should be minimum of 5 Liters, Fixing tank should be minimum of
5 Litres and Washing tank should also be minimum of 5 Liters capacity for prolonged
processing and should have replenishment container of 25 Litres.
6. Developer and Fixer replenishment should have automatic programs with appropriate
tank capacity. Replenishment time should be adjustable between 20-90 seconds with
possibility of Turn off.
7. The container assembly should be mono shell and made of material, which is non-
corrosive and of latest technology.
8. The functions should be microprocessor controlled.
9. It should have automatic control with thermostat for developer and fixer. The
temperature should have automatic control with thermostat and the temperature should
have a range of 28ºC – 36ºC.
10. The processing time should be variable between 1.5 minute to 3.0 minute in steps of
not more than 8 seconds for perfect fine tuning of contrast.
11. Dryer temperature should have automatic control with temperature.
12. The processor should go into stand by mode if not in use for long time and the standby
mode should be attained in less than 1 minutes.
13. It should have an auto-fill program facility for developer and fixer bath.
14. Processing time, temperature and replenishment rate should be adjustable from the
control panel itself.
15. It should have digital display of temperature and timing for developer bath, process
time, Error message and film time indication etc.
16. It should have water saving mode, anti-crystallization and anti-oxidation mode.
17. Transport speed should be adjustable from the control panel and should be
microprocessor controlled.
18. There should be atleast two micro-sensors for film detection and also separate level
sensors for Developer & Water tanks for overflow protection.
81

19. Multiple program memory should be there for different Application. At least two
program memories must be there.
20. The processor should be complete with the following operational electrical data – 230
Volts, 50 Hz., Single Phase. The firm should provide an appropriate Voltage Servo
controlled stabilizer of Rating not less than 3 KVA.
21. DELETED.
22. One set of chemicals of 20 liters capacity approx. each should be provided by the firm
along with the processor free of cost.
23. The firm should have installation of the quoted model in Govt./Semi Govt. Hospitals.
The firm should supply the list of installations and past performance.

35. AUTO FILM PROCESSOR (HEAVY DUTY)

SPECIFICATIONS OF “HEAVY DUTY AUTOMATIC FILM PROCESSOR”

Automatic X-Ray Film Processor for processing of all standard medical X-Ray and
Imaging Films. It should have the following features:-
1. Film Processor should be able to take the maximum film width and in feed width
shall be 45 cm and minimum of 10 cm x 10 cm.
2. High capacity through put of more than 220 Films/Hour of size 14” x 17”
3. Transport speed adjustable between atleast 1.0 minute to 5.0 minutes (in the steps
of ranging between 5-8 seconds for perfect quality control).
4. The developing and fixing tanks should be minimum of 12 Litres capacity for
proper developing & washing. Washing tank should be of higher capacity.
5. Replenishment should have the individual programmes manual & automatic with
tank capacity of 25 Litres.
6. The roller transport system should have squeeze rollers and the main drive should
stop automatically when not in use.
7. The container assembly should be mono shell and made of material which is non
corrosive and of latest technology.
8. Thermostatic controlled temperature of Developer and it should have range
between 28°C to 40°C.
9. Multiple program memory should be there preferred for different Application.
Atleast five program memory must be there.
10. There should be atleast four infrared sensors for film detection.
11. Replenishment rate should be adjustable and the adjustment range must be 200-
2000 ml per sq. m.
12. Dryer temperature range must be upto 70ºC for better drying.
13. Water consumption during use should not exceed 2 Lit per minute. Lower
consumption shall be preferred.
14. It should have anti-oxidation programme option in between adjustable range of 10-
90 minute intervals.
15. It should have separate replenishment pumps for developer & fixer to facilitate
selection of different replenishment rates.
16. Film output should be possible through the wall (wall mounted). The Processor
should be complete with the following operational electrical data, 230 volts, 50
82

Hz., 10 Amperes with appropriate voltage stabilizer. Details about availability of


spares & service should be given.
17. DELETED
18. The firm must have an installed base of the quoted model in Govt./Semi Govt.
Hospitals. The firm should supply the list of installations and past performance.

36. Mammography Unit

Mammography equipment for wide application range

Mammography system for screening and diagnostics.


The system should consist of the examination stand with X-ray tube 18 x 24 cm, 24 x 30 cm Bucky unit,
compression device and a microprocessor controlled high frequency generator with control console and
integrated radiation shield, prepared for stereotactic and biopsy with the following min.
1- X-Ray tube assembly
- Bi-angle anode, separate target angles for large and small focus
- Enriched anode material for thermal durability turgslion & Molybdenum.
- Focal spots 0.1 mm (small) and 0.3 mm (large)
- 300.000 anode heat capacity 150 KHU or more
- 60.000 HU/min anode heat cooling rate
DELETED
- Filtration Molybdenum (preferred dual filtration system of Molybdenum / Rhodium)
2- High frequency generator
- High frequency type, range of operating frequency up to 100kHz, constant potential output,
inherently short circuit proof
- KV range: 20 – 35 in 1 Kv steps
- MAs range: 4...500 mAs with Timer range 0.04...5s or more
- Techniques: - AEC

DELETED

- 5 selectable film screen combinations for calibration or more


- Integrated Quality Control to compensate against changes in film processor and film

3- X-Ray stand (Gantry)


- Motorized Height adjustment: > 70 cm to < 150 cm above the floor
- Balanced rotation at least +180°...-135°, SID: < 60 cm ISO CENTERIC
- Collimator light, automatic and manual turn on/off
- Integrated projection marker
- Vertical movement range of 80 cm
- Digital display for kV, mAs and exposure time
- Motorized compression with microprocessor controlled force limit with auto and manual
- Drive ISOCENT or K
4- Safety features
- Automatic motorized compression release in case of power loss
- Integrated Quality Control to compensate against changes in film processor and film
5- Recording system
- Bucky factor: R = 5:1- 31 lines/cm
- Grid movement: oscillating/reciprocating
- Magnification With at least 1.5 x mag or 1.8 x mag
83

6- Upgradeable to Stereotactic Biopsy


- Should be offered as optional item
7-AERB TYPE APPROVED MACHINE, USFDA and CE CERTIFICATE IS MUST.

37. C Arm for Ortho/Uro/General/Pain Management/ Neuro (Spine)

C Arm Specifications for Ortho/Uro/General/Pain Management/ Neuro (Spine applications)

X-RAY GENERATOR
Frequency : 30 KHz or better
Power output : 1.4 KW or more
KV range : 40-110 KV or better
mA in digital radiography : 12mA or more
mA in fluoroscopy : lower range 0.1 or less upper range 4 or more & 12 or more in High Level Fluro
Should have facility for continuous fluoroscopy, single pulse fluoroscopy and multi pulse
fluoroscopy.
Should have Digital Spot for high quality single image
Housing heat capacity of minimum 100 KHU or more

X-Ray tube Head


Must have anode heat capacity of min 70 KHU & cooling rate of min 35 KHU/Min
Single/Dual focus range 0.5mm to 0.7mm
Collimation : motorized iris and motorized rotating blades

C-Arm mechanism and control panel ( digital work station)


Locks for stabilization at desired position
It should have the following range of movements:
Motorized vertical movements 400mm or more
Horizontal travel : 200mm or more
Orbital movement: (-) 30 deg. To (+) 90 Deg. (120 Deg. Or more)
Swing / panning movement : +/- 12 degrees or more
Source image distance : 950 mm or more
Depth of c-arm : 650 mm or more

Control panel (Digital work station)


It should have the following facilities :
System should have capability of Pulse Fluoroscopy

Fluoroscopy and Radiography exposure on switching


Image Zoom & rotation from control panel
Image intensification, mode selection (normal and zoom)
Automatic brightness stabilizer
Auto dose rate control
Laser centering device
Collimation for radiography

Integrated image processing, recording and memory system :


Image intensifier tube dual
Input diameter 9" or more with Triple field (9/6/4)
84

CCD camera
1/2 inch CCD camera with 1kx1k resolution for high resolution image
Integrated image processing, memory and recording system should have
Medical Grade Monitors (Two Nos.)
19 inch, black and white, flicker free, high resolution (1280x1024 pixels or better), medical grade flat
screen LCD monitors, automatic and manual control of brightness and contrast, mounted on mobile
trolley with locking device

Digital image processor


Provision to record images on internal CD,DVD & USB
Image aquazitaion at 1K * 1K Matrix
Contrast enhancement, edge enhancement, zoom facility
Text editing, date and time display
Last image hold
Image rotation, vertical and horizontal reversal
Medical imaging software's with ability to store 70,000 images or more

Additional features
The equipment should work on a Power supply of 220-240 Volts, 50-60 Hz, 15 amp.
Built in UPS to eliminate patient data. Helps in normal shutdown of the machine
The system should be quoted with DICOM and HIS (Hospital I Information System) compatibility.
Built in storage devices for achieving such as CD writer in DICOM 3.0 format. The images written on
CD must be readable on any computer without need of additional software. If DICOM viewer
software is required, it should be lied as standard.
Equipment should be USFDA approved
Equipment should have AERB approval
85

38. COMPUTED RADIOGRAPHY


Specifications of Single Plate Loading CR System
The Cr system should have following essential features and should be compatible with all X
ray models of all make

Image Recording System (cassettes & Imaging Plates)

The following sizes of Radio cassettes along with flexible image plates should be supported
by the unit

Sizes

14” x 17” 2No


10” x 12” 2No
8” x 10” 2No
15 x 30Cm 1No

Image Reading (CR Reader/Digitizer )

The CR Reader/Digitizer should be able to process upto 70 Imaging Plates/Hour or more


depending on size and
Applications

It should have a resolution of 5 pixels/mm Minimum for standard resolution cassettes and 10
Pixels for high
Resolutions cassettes reading

The system should have option of having high Resolutions cassettes/ reading for all
cassettes sizes including
14” x 17” & 14” x 14”

It should have mammography reading resolution of 20 pixels / mm or more and he model


quoted should have US FDA/CE Certification for Mammography also

Processing server /CR Workstation with 19” LCD Panel

PC based unified server / Workstation for centralized patient Identification & management of
Images/Studies

Process of Identification should be ready for interface with existing hospital information
system (HIS) or Radiology information system (RIS) in DICOM protocols.

This server must provided display of acquired images with a greater detail of demographics
like Patient/Study listing for easy access.

This server must provide full amount of post processing features like
Geometric corrections, window/ level, Algorithms, Annotations such as markers. Predefined
texts drawing lines &
geometrical shapes Multi scale Image Contrast amplification measuring distance & angles
and determining leg length differences, shuttering histograms, Zoom Grey scale Reversal
edge Enhancement , Noise Reduction Indicate
Gray Scale saturation Level, Latitude reduction.

This terminal must provide full fledge DICOM printing should be able to print multiple
formats (more than 4) of patient study , Print a true size
86

Should be able to send DICOM images to a DICOM viewing station


Should be equipped with DICOM CD writer for following examinations of a patient to be
written on to a CD in DICOM format for referral Purpose

DRY Laser/ Imager

The system must be a dry laser/ imager without a need of any wet chemistry
The system must be DICOM 3.0 Print service class provider allowing minimum of 10
associations at a time
The system must be able to process upto 75 films/ hour (minimum) depending on the size
The system must deliver its first film with in 80 sec. from print request
The system must have a spatial resolutions of 500 PPI/DPI (Minimum ) or more for all sizes
printed
The system must have contrast resolutions of 12 bits /Pixels or more
The system must have at two online film sizes & should be capable to print on any of the 8” X
10”, 10” x 12” 11” x 14” or more.
14” x 17” Sizes all two or more films input three trays should be all the mention film sizes
input trays for three with extra magazine( for all trays).
The system must not involve any wet process and must give a dry film in single stage ((
without any users intervention ) functionally
It should Preferably have single step direct digital printing.

5. Interconnectivity
a) Interconnectivity between various CR module should be Ethernet / TCP IP Based i.e. RJ 45
Connection (10/100 Base
T/LAN)

6. Connectivity to PACS

The system must be ready to integrate itself in PACS environment.

7. Software / Features

a) Application related software like black border / black masking should be available.
b) The system should have software and hardware like full body cassette Holder to
perform Full Leg – full spine /
Lone Body Imaging / image stitching.
8. U.P.S. 8 The company should provide UPS for the whole system with
10 minutes backup

9. Installation List

Firm should attach installation list in India of the model quoted out of
which at least two installations should be in Govt.

Govt. Medical Institute

ITEMS 38A DELETED


87

39. X-Ray Room Accessories

X-Ray View Box


• High intensity illumination-Perfect reflective optics built in design
together with additional wattage of 50% extra luminescence.
• Auto film sensor-Light source automatically switched ON/OFF with film
insert. Easy to use.
• Body of illuminator-Light in weight and made up of unbreakable plastic.
Can be hanged on the wall easily.
• Lifelong film clips-clamping film setting which is suitable for different
thickness film. Avoids the drawback of rolling film setting as film easily
fall down and hard to lock.
• Size-17 x 28” (2x1).single, double and triple viewing.
Cassettes X-Ray
• Light weight and constructed with durable grade Aluminum
• Perfect screen film contact with minimum back scatter.
• Size- 8x 10” x 12”. 12” x 15”. 14” x 15”.
Intensifying Screen
Lead Apron
Should be
• AERB approved.
• Light weight 0.5mm lead equipment.
• Hook and loop type (Velcro).
• Supplied along with thyroid guard.
Note:- Sr.No 40 and 41 under Sr. No. 39 as one Item.
88

Anesthesia Equipments

42. ANESTHESIA MACHINE WITH INTEGRATED


VENTILATOR

Description of Function
Anesthesia Machine is used for delivering anesthesia agents to the patient during surgery.
The complete unit also monitors the vial signs and ventilator the patients.
2. Operational requirements
1. Anesthesia machine complete with integrated Anesthesia ventilator anesthesia gas delivery
system ; circle absorber system ; and Precision vaporizer for halothane, isoflurane /
Sevoflurane ;Selecta – tec).
2. Essential accessories to make the system complete and compatible with the existing system
of gas outlets.
3. All above components should be from same manufacturer.
4. Demonstration of the equipments as per specification is a must
3. Technical specification
Anesthesia Gas delivery system should have provision for delivery for oxygen, nitrous oxide
and medical air with pressure gauges.
Should have independent attachment for connecting central gas supply and pin indexed
cylinders, should have provision for attaching 1 cylinder each for O2 and N2O.
Five flow meters: 1 for Medical air; Cascade type of flow meter -2 each for O2 & N2O
Oxygen and nitrous oxide should nitrous oxide should be linked either mechanically or
pneumatically to ensure
21% - 30% oxygen delivery at all times to avoid delivery of hypoxic mixture.
Should have audio – visual oxygen failure warning system with Nitrous oxide cut off.
Should have back bar which is select-tec /equivalent for attaching 2 Vaporisers easily
Paediatrics, and disposable breathing circuits 2 each Bains, Jackson –Rees
Should have top shelf to keep monitors and a working table.
The Machine should have three drawers below the working table.
Castor wheels should be durable and moisture resistant & smooth
The Anesthesia machine frame should be made of rust proof material/stainless should painted
With high quality thick anti static paint and made by the same manufacturer.
Should have an integrated bag/ventilator selecting valve on the absorber and open to close
Circuit switch over.
Should be suitable to use low flow technique.
Facility to attach oxygen sensor
Should have CO2 absorbent chamber canister.
Anesthesia vaporizers (Temperature, pressure and flow compensated) for Halothane,
Isoflurane /Sevoflurane
Should be easy to mount and dismount from the back bar and should be latest of its own series
e.g Tec 7 for Tec vaporizers equipment
Should be from the same manufacturer as that of anesthesia machine.
Vaporiser should have (Selecta-tec) equivalent mounting and interlocking facility
Should have a standard filling port with keyed filling device / quick filling system and 05 No
Key filler / quick fill device mandatory for each vaporizer.
Should be designed for transport with liquid in vaporizer chamber with protection against
Tilting and agitation
89

Manufacturer certification for ‘Maintenance free vaporizer for 5 years’ or more.


Ventilator Part:
Should be a bag in bottle type anesthesia ventilator with standing (ascending bellows or piston
type)
Should be able to deliver tidal volume of≤ 50 ml to ≥1500 ml in volume cycle mode without
Change of bellows
Should be able to set tidal volume respiratory rate and I:E ratio display wave forms.
Ventilator should have audible alarm for ventilator failure ,low oxygen supply pressure
Inadequate volume delivery, disconnection alarm and power supply failure.
Should have minimum 30min inbuilt battery back-up.
The unit shall be capable of operating consciously in ambient temperature of 10˚C-40 ˚C and
Relative humidity of 15 -90%.
The unit shall be capable of being stored continuously in ambient temperature of 0˚C –
50˚Cand
Relative humidity of 15-90%
Shall meet IEC-60601 -1-2:2001 (or equivalent BIS) General requirements of safety for
electromagnetic compatibility.
Safe disposal system /port of waste anesthetic gases (AGSS Anesthetic gas scavenging system
/Port ) should be in place for scavenging of exhaled gases
Power Supply
May have master switch for the entire machine or ventilator section .If master switch is for
Entire machine; then description of its function is must
Power input to be 220 -240 VAC, 50 HZ fitted for production
Should be FDA or CE (European System) approved product
Manufacturer should have the unit should be USFDA and EUCE approved
certification for quality standards
Certified to be compliant with IEC 60601 -2 -13 Medical Electrical Equipments part 2-13:
Particular requirements for the safety of Anesthesia workstations and machines.
Should have local service facility .The service should have the necessary equipments
Recommended by the manufacturers to carry out preventive maintenance test as per guidelines
Provided in the service /maintenance manual down time < 48 hours
Comprehensive warrantee for 5 year and provision of AMC for next 5 years.
Documentation
User manual in English
Service manual in English
List of important spare parts & accessories with their part number and costing
Certificate of calibration and inspection form factory
The system should be upgradeable through standard USB ports or equivalent

Additional Equipments Required


Four duly certified pin indexed cylinders of 5 liter water capacity two each for Nitrous
oxide & Oxygen should be supplied with each workstation.
The entire system and all above components should be from the same manufacturer except
for disposable breathing circuits and Pin Index cylinders , which should be from reputed
ISI/ISO certified firms .Two spanners should also be supplied for these cylinders.
90

43. Portable Anesthesia Machine


Should be portable two gas system for oxygen and nitrous oxide with preset pressure
Regulations and oxygen failure service with hypoxic set at 21 -27% (Not below 19% or
higher than 30%)
Should have Selectatec type back bar and oxygen flush giving 35-70 LPM oxygen series
eg Tec – 7 for halothane or quick fill version
This vaporizer should not be affected by tilting and must be maintenance free for 5 years
or more
Machine should have easy carrying, packing and installation design.
Should have non- interchangeable oxygen and nitrous oxide connections.
One reusable adult breathing Magil Circuit and reusable Bain’s Circuit alongwith
Suitable connectors should be supplied with each machine.
Note: Both machine and Vaporizer should be from the same manufacturer.
Additional Accessories for making the machine usable
Four 5 litter (PIN Indexed )or 10 liter (Bull Nose Type Cylinder Valve ) water capacity
cylinders as applicable ,two each for nitrous oxide and oxygen to be supplied with each
machine .These cylinders must be from ISO-9001 certified firm and must bear a
certificate from Department of Explosive –Nagpur ,INDIA .Two disposable Bain’s
Circuits and two Pediatric Circuits to be supplied .Four transparent ,22mm connector –
neck reusable SILICON cylinders supplied .Two 2 stage pressure regulators
(Indirect/Type)one each for Oxygen and Nitrous Oxide alongwith 1.5 mater standard
antistatic ,color coded high pressure tubing fitted with connectors compatible with
anesthesia machine.
Diameter and thread indexing should be compatible with MOX and MNO2 type pressure
regulator and the anesthesia machine
the unit should be USFDA/ EUCE approved

Note: These accessories can be from different leading manufacturers and prices of
individual items should be quoted separately as well

44. ICU VENTILATOR HIGH END

1. Should be a microprocessor controlled ventilator with 10 “or larger color TFT touch
screen integrated
Graphics and easy to use rotary knob operation providing support to Adult/pediatric;
neonatal patient range.
2. Should have Air supply integrated ultra-quiet turbine or compressor of same
manufacturer.
3. Should be based on reliable flow measuring technology, preferably proximal flow
sensor which ensure the most precise flow and pressure flow and pressure measurements
for better patient assessment.
4.Ventilator mode : Assist /Control Mandatory Ventilation (A/C); SIMV; CPAP; Pressure
Support Ventilation (PSV);APRV ,Duo PAP /BiP AP Biphasic PAP ,S-PAP or
equivalent ;Combination /Dual modes like PRVC/NAVA or ASV or PAV +;Apena Back
–up and any other mode for safe ventilations offering both volume guarantee & lung
protective strategies like volume limit ect.
Controls: tidal volume minimum 20 ml to 2000 ml in Volume Control Mode or better
91

7. Respiratory rates 4 to 100 BPm or better


8. Peak flow setting from 0 to 120 lmp or better
9. Trigger sensitivity :- Flow 0.1 to 10 1 min or better
10. PEEP : 0 to 20 cm H2O or better
11. Fio2 : 21 yo 100%
12. I:E ratio 1:5 to 4:1 or better
13.inspiratory time (TI) 0.1 to 6 or better
14.Pressure control 3to 40 cm H2o ,added to PEEP /CPAP or better
15 Pressure support 3to 40 cm H2o ,added to PEEp /CPAP or better
16. Pressure ramp 0 to 2s
17.Expiratory trigger unto 80% of Inspiratory peak flow
18.Should have facility of manual breath ,O2 enrichment ,standby ,screen –lock ,apnea
backup
Ventilation ,Inspiratory hold.
19. facility to permanently deactivate the O2 alarm ,if the O2 cell is depleted or defective.
20 Should have integrated nebulizer synchronized with Inspiratory cycle At least tan
attached to be provided with each machine.

21. Alarms: low/high Minute Volume ,Low /high Pressure ,Low/high tidal volume ,low
/high Rate ,Apnea time ,low/high oxygen ,oxygen concentration ,disconnection ,loss of
PEEP, exhalation obstruction ,flow sensor ,power supply ,batteries activity
22. Display; Should have real –time visualization of the lungs with representations of tidal
volume , lung compliance ,resistance ,and patient activity
23. Quick start –Setting, start –up over body height and BW
24. Should have Graphic display of target and actual parameters for tidal volume ,
frequency .
25. Should have Real time waveforms Paw, Flow ,Volume,
26. Should have facility to show P-V,V-Flow, P-Flow loops
27. Should have both graphical & tabular trends for minimum of 1h,6h, 12h, 24h
28. Should display 41 monitoring parameters including Exhaled tidal volume ,Breath rate
,I:E ratio, FiO2,Peak Pressure, Mean Airway Pressure, etc..
29. Source input pressure of oxygen :40 to 60 psi. Facility to also input low pressure O2 is
also desirable.
30. Should work with double limb and single limb non-proprietary patient circuit both
reusable & disposable
31. Complete with Humidifier with 2 Pediatric / Adult jars; Reusable Silicon Breathing
circuits (2 Nos .each ) for Pediatrics & Adult; Expiratory value assembly complete
Ventilator
32.Interanl rechargeable battery with minimum operating time of at least 3 hours for
complete Ventilator
33.Ventilator should also be up-gradable to inbuilt ETCO2 and Nurse Call system .\
34.Should have Interface connectors USB,RS-232,nurse call
35 the unit should be USFDA and EUCE approved
92

45. MID END ICU VENTILATOR


1.Should be a microprocessor controlled ventilator with minimum 10 “ or more colour
TET touch screen integrated Graphics and easy to use rotary knob operation providing
support to Adult and pediatric.
2. Should have Air supply integrated ultra-quiet turbine or compressor of same
manufacturer.
3. Should be based on reliable flow measuring technology, preferably proximal flow sensor
which ensures the most precise flow and pressure measurements for better patient assessment.
4.Ventilator modes : Assist/Control Mandatory Ventilation (A/C);SIMV;CPAP; Pressure
Support Ventilation (PSV);+Apnea back –up and other mode for safe ventilations offering
both volume guarantee & lung protective strategies like volume limit ect.
5.Controls : Tidal volume minimum 50ml to 1500ml in Volume Control mode or better
6.Respirratory rates 4 to 60 BPM or better,
7.Peak flow setting from 0 to 120 lmp or better
8Trigger sensitivity:- Flow 1to 10 1/min
10. PEEP: 0 to 20 cm H2O or better .
11.FiO2 : 21 to 100%.
12. I:E ratio 1:4 to 4:1
13 Inspiratory time (TI) 0.1 to 12 s
14. Pressure control 3 to 40 cm H2O ,added to PEEP / CPAP or better
15 Pressure support 0 to 40 cm H2O ,added to PEEP /CPAP or better
16 Pressure ramp 0 to 2 ms
17 . Should have facility of Manual breath ,O2 enrichment ,standby, screen-lock, apnea
backup ventilation ,Inspiratory hold
18. Facility to permanently deactivate the O2 alarm.
19. Alarms: low/high Minute Volume ,Low /high Pressure ,Low /high tidal volume,
20 Low/high Rate, Apnea time ,low/high oxygen, Oxygen concentration , disconnection
,loss of PEEP, exhalation obstruction ,flow sensor, power supply ,batteries ,gas supply
21.Should have both graphical & tabular trends for minimum of 1h,6h,12h,24h with
1minute resolution .
22. Should display Exhaled tidal volume, Breath rate, I:E ratio,FiO2,Peak Pressure ,Mean
Airway Pressure ,etc..
23.Source input pressure of oxygen :40 to 60 psi.
24 Should work with non-proprietary patient circuits both reusable & disposable
25. Complete with Humidifier with Pediatric & Adult jars; Reusable Silicon Breathing
circuits
(2 Nos .each) for Pediatrics & Adult; Expiratory valve assembly complete (2nos ) .The
complete unit must be mounted on a original pedestal stand of same manufacturer for easy
movement of the complete ventilator .
26. Internal rechargeable battery with minimum operating time of at least 90 minutes for
complete Ventilator.
27. Should have Interface connectors USB,RS-232,nurse call
The unit should be USFDA and EUCE approve
93

46. Portable ICU Ventilator


Should have:
 Microprocessor controlled, light weight (approx 10kg ), Compressor less Turbine
Technology
 Ventilator to operate from Room Air.
 In-built 4-6 hrs re-chargeable battery Back-up (upto 4-6 hours with single change
of internal battery which should be supplied extra and preferably with external
charger)
 Auto Start facility to auto starts the ventilator in safe mode allowing safe
ventilation to all types of patients from pediatric>5kg to adult ,without any patient
injury
 US-FDA /EUCE Approval for both Transport & ICU application.
 Electric/Battery powered , including internal compressor.
 48-72 hrs event recall facility
 VCV,PCV, Assist ,SIMV-VC,SIMV-PC, CPAP with PSV modes
 Ability to deliver 50ml Tidal Volume or less in VCV mode.
 Option for pneumatic nebulizer controller.
 Oxygen blending option from both high & low pressure source.
 Trigger option Flow or Pressure or both.
 Ability to monitor Exhaled TV,MV Breath Rate ,Peak Pressure ,PEEP Apena &
Low battery alarm.
 Supply with 50 nos complete disposable patient circuit including exhalation valve
with 50nos disposable Heat moisture exchanger with filter
 High pressure oxygen hose
 Supply with Trolley & patient circuit holding arm.
 Price & availability of the circuits to be quoted separately also
 Ventilator should be suitable for prolonged ventilation in the ward emergence area.

47. Ventilator Non Invasive


1. Description of Function
2. Non Invasive ventilators provides artificial respiratory support with mask without
intubations.
3. Operational requirements
4. 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.
5. Demonstration of the equipment is must.
TECHNICAL SPECIFICATIONS
- Operation mode:
94

- Pressure rang IPAP: 5-2hPa (mbar)or equivalent and cm


EPAP: 5-2hPa (mbar) independent of each other
- Constant display: pressure value, bar graph, date, time,
- Additional function
 Start- stop -automatic- control
 Fall asleep –ramp
 Leakage test
 Date, time and wake-up-function
 Power failure alarm
 Leakage alarm
 Automatic turbine start –by ,turbine running ,filter age ,therapy
 Adjustable time delay.
Should be leak compensated
Technical Specification for Reusable Face Mask & Nasal Mask
Reusable face & nasal mask with textured dual flap silicone cushion flap for easy
fir.
Removable forehead support and pad to match the angle of patient’s forehead
Stability Selector for easy fit and angle
Five sets of adult size reusable face mask with head straps to be supplied extra
with each machine .
Ball & Socket headgear attachments
Should be auto –clavable.
System Configuration Accessories , spares and consumables
1. Non Invasive Ventilator -01
2. Humidifier (OPTIONAL)
3. Adult and Pediatric autoclavable silicone breathing circuits-02 each with
reusable masks 2 each
4. Oxygen enrichments -01
5. Environments factors
6. Shall meet IEC -60601-1-2:2001 (Or Equivalent BIS)
General Requirements of Safety for electromagnetic Compatibility
1. Trigger –pressure /flow should be present
2. Volume & breath rate safety controls adjustable
EUCE /US – FDA approved
95

48. BED SIDE MONITOR

2. Should have the facilities of monitoring NIBP, SPO2, ECG and Resp, temp
(one IBP optional and to be demonstrated)
3. Should have colored TFT Display of at least 10” or more
4. Up to 4 or more waveform Capability
5. Dedicated Adult, Pediatric and Neonatal modes
6. Should have both 3/5 lead ECG compatibility
7. Should have Nelcore/ Massimo technology to sense SPO2 in hypertensive,
shivering and motion conduction
8. Should have NIBP mode – Manual, Auto & Customized
9. Should be able to analyze arrhythmia, Arrhythmia detection algorithm
should be recognized by AHA
10. Should be able to store and display graphical trends up to 24 hrs. – 48 hrs.
11. Should operate independently on both mains and battery
12. Should have alarm limits with alarm levels and alarm indication (visual as
well as audible)
13. Monitor should have built in electro surgical unit and defibrillation
protection
14. Battery backup up to minimum 2 hrs.
15. Compatible with central Nurses Station (optional)
16. EUCE /US – FDA approved

49. SYRINGE PUMPS FOR DRUG INFUSION


Technical Specifications:

Syringe Selection 10ml 20ml 30ml 50/60 ml


Infusion volume 0-999ml, 0.1 step
Display volume infused 0-999 ml
Accuracy ± 2%; Eliminate the mechanical clearance according
to appendix C and calibrate the accuracy to ensure
the normal running.
Infusion rate 0.1 - ≥ 200ml, 0.1ml step
Purge rate Appropriate purge rate for emergency and priming
purpose
Alarms: Syringe installed failure alarm, Occlusion alarm, infusion approaching
empty alarm, pause overtime alarm, low-battery alarm, completion of presetting
volume alarm, power intermitting alarm, motor failure alarm, incorrect spec alarm,
electrical circuit jam alarm
Power Type AC : 100V – 240V 50Hz/60Hz
96

50. PATIENT MONITORING SYSTEM


A high end vital sign monitor suitable for use in advanced surgical procedures,
clinical investigations & research with scope for future up-gradation should be quoted as
per following specifications:
Technical Specifications:
Advanced High End Modular Patient monitor having integrated basic measurements &
features with capability to provide additional clinical measurements by attaching single
parameter modules
The monitors should have bright, highly visible, minimum 12 inch colour display for easy
sewing from a distance ion a large intensive care unit.
The unit must have a inbuilt battery backup of minimum 5 hours or should be supplied
with suitable Online UPS with 5 hrs. backup. The UPS must be reputed make.
Should have the capability to display at least 6 real time waveforms along with related
numerical parameters on a single screen
The size of the numeric should be adjustable capable to become bigger for viewing from
very long distance specially in the emergency unit or in the OR. The size adjustment
should be easily done using the keys on the screen by the user.
The monitor should have the capability to be operated through selectable user interface
and must have touch screen operation as well as knob control
The monitors should have the capability to provide ECG, NBP, SpO2 and 1 IBP and
Micro stream ETCO2
The monitor should have facility to provide following modules:
a) Bi Spectral Index Module (BIS)
b) Neuro Muscular transmission Module (NMT)
c) Cardiac Out Put Module (CO)
d) Venous Saturation Module 9SvO2)
Prices of these modules to be quoted as separately
The monitor should have configurable & changeable screen configurations for various
monitoring settings like emergency, training, post Op, general monitoring etc.
The monitor should be capable to display beat to beat event trends for all monitored
parameters
It should have the capability to provide event review based on the events defined by the
user of the monitor as per the specific condition of the patient.
The monitor should be connectable to central nursing station and should use a single
network for all kinds of networking with the central station or the other hospital systems.
The monitor should be able to work on mains even if batteries need to be removed.
The monitor must be US FDA approved & European EC marked. (requisite certificates to
be enclosed).
The quoting firm must give demonstration of the quoted model otherwise offer will be
rejected.

51 DE-FIBRILLATOR WITH MONITOR


1. Capacity AED for synchronized DC shock ranging from 5 joules to 200 joules
Biphasic technology
2. Adult and Pediatric paddles along with interface cable to allow direct connection
with de-fibrillation self adhesive pads.
3. Closing time <7 seconds to maximum output.
97

4. Battery life capable of minimum 25-30 discharges with spare battery to be


provided.
5. Compact, fully portable, light weight unit.
6. Capability for displaying at least 3 lead ECG separately along with monitoring
through paddles and print any events on a built in strip printer.
7. Alarm for low and high heart rates and automatic/ manual printing of records.
8. Capability to show degree of contact of paddles, with patient chest is desirable.
9. Possibility of taking a complete single channel 2 lead ECG will be desirable.
10. Should work or manual and automatic external defibrillation modes (AED).
11. Should comply with IEC 601 electric safety standards or equivalent.
12. SPO2 monitoring in built along with adult & neonatal probe complete with
proximal and sensor cables. 2 sets of adult and two sets of neonatal complete units
to be supplied.
13. NIBP monitoring (adult & pediatric cuffs-two cuffs for each size to be provided).
14. Two proximal NIBP hoses also to be supplied.
15. Should be EUCE and preferably USFDA approved.

52. DE-FIBRILLATOR
1. Capacity AED for synchronized DC shock ranging from 5 joules to 200 joules
Biphasic technology
2. Adult and Pediatric paddles along with interface cable to allow direct connection
with de-fibrillation self adhesive pads.
3. Change time <6 seconds to maximum output.
4. Battery life capable of minimum 25-30 discharges with spare battery to be
provided.
5. Compact, fully portable, light weight unit.
6. Capability for displaying at least 3 lead ECG separately along with monitoring
through paddles and print any events on a built in strip printer.
7. Alarm for low and high heart rates and automatic/ manual printing of records.
8. Capability to show degree of contact of paddles, with patient chest is desirable.
9. Possibility of taking a complete single channel 2 lead ECG will be desirable.
10. Should work or manual and automatic external defibrillation modes (AED).
11. Should comply with IEC 601 electric safety standards or equivalent.
12 Should be EUCE and preferably USFDA approved.
98

Section – VI
Quality Control Requirements
(Performa for equipment and quality control employed by the
manufacturer(s)

Tender Reference No.


Date of opening
Time
Name and address of the Tenderer:

Note: All the following details shall relate to the manufacturer(s) for the goods
quoted for.

1 Name of the manufacturer


a. full postal address
b. full address of the premises
c. telegraphic address
d. telex number
e. telephone number
f. fax number
g. email ID

2 Plant and machinery details

3 Manufacturing process details in brief.

4 Monthly (single shift) production capacity of goods quoted for


a. normal
b. maximum

5 Total annual turn-over as per the detail given in list of requirement


(value in Rupees) certified by CA

6 Quality control arrangement details


a. for incoming materials and bought-out components
b. for process control
c. for final product evaluation

7 Test certificate held (duly attested and stamped by the certifying Agency)
a . type test
b . CE/AERB/BIS/ISO certifications
c . any other certifications
8 Details of staff
a. technical
b skilled
c unskilled
Signature and seal of the Tenderer
99

Section – VII
Eligibility Qualification Criteria and Documents to be submitted with
Eligibility Bid Claim.
1. Detail Profile of the Company/Firm.
2. (a) A Bidder should be Original Equipment Manufacturer or Authorised Dealer for this
tender OR Principal National Distributor having National presence and sustained
relationship with the O.E.M besides meeting Turn-Over criteria of ((as per the
detail given in list of requirement) each year in the last three years.
2. (b) If the tenderer is not the O.E.M and/or the tenderer is different from the O.E.M. he
will be required to enclose an undertaking as per Format prescribed in Section XV (
FORM – A for imported equipments and FORM - B for indigenous equipments”.
3. (a) The Manufacturer should have supplied and installed in the last Five years from the
date of Tender Opening, atleast 10 times of the quoted quantity of the similar
equipment meeting major specification parameters and which is functioning
satisfactorily in India. Attach documents for confirmation.
(b) The Authorized Distributor of the foreign Manufacturer satisfying the above criteria
of Turn-Over should also have supplied and installed in the last Five years from
the date of Tender Opening, at least 10 times of similar model which are
functioning satisfactorily any where in India. Attach documents for confirmation
4. The Annual Turnover of the OEM or Principal Nations Distributor should be at least
as per the detail given in list of requirement in each year, in the last three
years.
5. Audited Statement regarding sale of equipments/turn over of bidder.

6. Receipt of Rs. 2500/- towards the cost of the tender documents and sealed envelop of
EMD as per list of requirement in Eligibility Bids.

7. List of items for which the bid is being made.

8. Declaration in "FORM–C" contained in Section-XIII by an authorized signatory to the


effect that all conditions contained in the Tender Documents are acceptable to the Bidder.
Such an authorization or power of Attorney may be seen during scrutiny of bids.
9. Declaration in FORM–D” as prescribed in Section-XIII that the bidder has not been
debarred/blacklisted by any reputed Government/Semi-Government organization for
quality of product/services and that there is no major complaint against the quality of
service/products by any organization mentioned in this clause.
10. Billing: The Bidder should open Dump/Depot in Himachal or will now be Levied
entry Tax @ 3% on all items purchased by Government Departments, Boards and
Corporations for consumption or use under the Himachal Pradesh tax on entry of
Goods into Local Area Act, 2010 vide notification No. EXN-F (10)-2/2010, Dated
14-10-2010.
100

PROFORMA ‘A’
PROFORMA FOR PERFORMANCE STATEMENT
(For the period of last five years)

Purchase Order Reference No. : _________________________________

Date of purchase order: _________________________________

Name and address of the Supplier: _________________________________

Name and address of the manufacturer : _________________________________

Order Order Description Value Date of Remarks Have the


placed by number and of completion of indicating goods been
(full and date quantity order Contract reasons functioning
address of of ordered (Rs.) As per Actual for Satisfactorily
Purchaser) goods and contract delay if (attach
services any documentary
proof)**

1 2 3 4 5 6 7 8

Signature and seal of the Tenderer

** The documentary proof will be a certificate from the consignee/end user with cross-
reference of order no. and date in the certificate along with a notarized certification
authenticating the correctness of the information furnished. If at any time, information
furnished is proved to be false or incorrect, the earnest money furnished will be forfeited
101

Section – VIII
TENDER FORM
Date__________
To
_________________________
_________________________
_________________________
(Complete address of the purchaser)

Ref. Your TE document No. _________dated ___________


We, the undersigned have examined the above mentioned TE document, including
amendment/corrigendum No. __________, dated ________ (if any), the receipt of which
is hereby confirmed. We now offer to supply and deliver___________ (Description of
goods and services) in conformity with your above referred document, as shown in the
price schedule(s), attached herewith and made part of this tender.

If our tender is accepted, we undertake to supply the goods and perform the
services as mentioned above, in accordance with the delivery schedule to be specified in
the purchase order/s after recommendation.

We further confirm that, if our tender is accepted, we shall provide you the
performance security of required amount in an acceptable form in terms of your purchase
order after the approval of contract award.

We agree to keep our tender valid for acceptance as required in the GIT clause 20,
read with modification, if any in Section - III –“General Instructions to Tenderers” or for
subsequently extended period, if any, agreed to by us. We also accordingly confirm to
abide by this tender up to the aforesaid period and this tender may be accepted any time
before the expiry of the aforesaid period. We further confirm that, until a formal contract
is executed, this tender read with your written acceptance thereof within the aforesaid
period shall constitute a binding contract between us.

We further understand that you are not bound to accept the lowest or any tender
you may receive against your above-referred tender enquiry.

We confirm that we do not stand deregistered/banned/blacklisted by any Govt.


Authorities.

We confirm that we fully agree to the terms and conditions specified in above
mentioned TE document, including amendment/ corrigendum if any
_______________________
(Signature with date)
________________________
(Name and designation)
Duly authorized to sign tender for and on behalf of
102

SECTION – IX
PRICE SCHEDULE

PRICE SCHEDULE FOR DOMESTIC GOODS OR GOODS OF FOREIGN


ORIGIN LOCATED WITHIN INDIA

1 2 3 4 5 6
Schedule Brief Country Quantity Price per unit ( `.) with 5 year warranty Total Price
Descri of (Nos.) Ex - Excise Sales Packing Inland Incidental Unit (at
ption Origin factory/ Duty Tax/ and Transportati Services Price Consignee
of Ex - (if VAT(if Forwarding on, (including (at Site) basis
Goods warehouse any) any) charges Insurance Installatio Consi ( `.)
/Ex- [%age [%age (d) for a period n& gnee 4 x 5(g)
showroom & & including 3 Commissi Site)
/Off - the value] value] months oning, basis
shelf (b) (c) beyond date Supervisio (g)
(a) of delivery, n,
loading/ Demonstr
unloading ation and
and Training)
Incidental at the
costs till Consignee
consignee’s ’s site
site (f)
(e)

Total Tender price in Rupees: -----------------------------------------------------------------------------------

In words: --------------------------------------------------------------------------------------------------------------

Note: -
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 as per
Section – XI – Price Schedule C

Signature of Tenderer________________________
Name________________________
Business
Address________________________
Seal of the
Tenderer________________________
Place: ___________________________
Date: ____________________________
103

SECTION – X
PRICE SCHEDULE
PRICE SCHEDULE FOR ANNUAL COMPREHENSIVE MAINTENANCE
CONTRACT AFTER WARRANTY PERIOD OF FIVE YEARS.
1 2 3 4 5
Schedule BRIEF QUANTIT Annual Comprehensive Total Annual
No. DESCRIPTI Y. Maintenance Contract Cost Comprehensive
ON (Nos.) for Maintenance Contract
OF GOODS Each Unit year wise*. Cost for 5 to 10 Years
6th 7th 8th 9th 10th [3 x
(4a+4b+4c+4d+4e)]
a b c d e

* After completion of Warranty period of five years.


NOTE: -
1. In case of discrepancy between unit price and total prices, THE UNIT PRICE
shall prevail.
2. The cost of Comprehensive Maintenance Contract (CMC) which includes
preventive maintenance including testing & calibration as per technical/
service/operational manual, labour and spares, after satisfactory completion of
Warranty period may be quoted for next 5 years on yearly basis for complete
equipment and Turnkey (if any).
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 added for Ranking/Evaluation purpose.
5. The payment of CMC will be made as per clause GCC clause 21.1 (D).
6. 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.
7. All software updates should be provided free of cost during CMC period.
8. The stipulations in Technical Specification will supersede above provisions
9. 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.

Place: ___________________________ Signature of Tenderer


___________________________________
Date: ____________________________ Name
___________________________________
Business address___________________________________
Seal of the Tenderer___________________________________
104

SECTION – XI

PRICE SCHEDULE FOR TURNKEY

Tender Details BRIEF TURNKEY Equipment / s Turnkey price


DESCRIPTION OF
GOODS

NOTE: -
1. The cost of Turnkey as per Technical Specification (Section V) may be quoted on
lump sum 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.
2. Cost of Turnkey will be added for Ranking/Evaluation purpose.
3. The payment of Turnkey will be made as per clause GCC clause 21.1 (C).
4. The stipulations in Technical Specification will supersede above provisions

Place: ____________ Signature of Tenderer ----------------------


Date: _____________ Name _________________________
Business address__________________
Seal of the Tenderer_________________
105

SECTION – XII

QUESTIONNAIRE

Fill up the Section XIX – Check List for Tenderers and enclose with the
Tender

1. The tenderer should furnish specific answers to all the questions/issues mentioned
in the Checklist. In case a question/issue does not apply to a tenderer, the same
should be answered with the remark “not applicable”

2. Wherever necessary and applicable, the tenderer shall enclose certified copy as
documentary proof/ evidence to substantiate the corresponding statement.

3. In case a tenderer furnishes a wrong or evasive answer against any of the


question/issues mentioned in the Checklist, its tender will be liable to be ignored.
106

SECTION – XIII FORM-A


MANUFACTURER’S AUTHORISATION FORM
(For Imported Equipments only )

To
_______________________________________________
_______________________________________________
(Name and address of the purchaser)

Dear Sirs,

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________________, hereby
authorize Messrs______________________________(name and address of the
agent) 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
authorised 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, CMC as applicable as per clause 15
of the General Conditions of Contract, 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]
for and on behalf of Messrs________________

[Name & address of the manufacturers]


Note : 1. This letter of authorisation should be on the letter head of the manufacturing
firm and should be signed by a person competent and having the power of attorney to
legally bind the manufacturer.
2. Original letter must be enclosed/ sent. ( No FAXED or eMAILED copy will be
accepted ).
107

FORM-B
MANUFACTURER’S AUTHORISATION FORM
(For Indigenous Manufacturers having units in India)

To
_______________________________________________
_______________________________________________
(Name and address of the purchaser)

Dear Sirs,

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________________, hereby
authorize Messrs______________________________(name and address of the
agent) to represent us in the state of Himachal Pradesh only for the purpose of
Supply and Billing as per your terms of having Depot & Dumps in the State 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
authorised to Supply and Bill for the above goods manufactured by us. The payments
may be released to them, however, the performance bank guarantee will be
submitted by us for the equipments supplied through them.

We also hereby extend our full warranty, CMC as applicable as per clause 15
of the General Conditions of Contract, 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]
for and on behalf of Messrs________________

[Name & address of the manufacturers]

Note : 1. This letter of authorisation should be on the letter head of the manufacturing
firm and should be signed by a person competent and having the power of attorney to
legally bind the manufacturer.
2. Original letter may be sent. ( No FAXED or eMAILED copy will be accepted )
108

FORM - C

DECLARATION REGARDING ACCEPTANCE OF TERMS &


CONDITIONS CONTAINED IN THE TENDER DOCUMENT

To,

The Managing Director,


H.P. State Electronics Development Corporation Ltd.,,
Rattan Kunj, Khalini, Shimla- 171002.

Sir,

I have carefully gone through the Terms & Conditions contained in the
Tender Document No. HPSEDC (Med.)-1-2/2012 regarding procurement of
Medical Equipments for the Government of Himachal Pradesh. I declare that
all the provisions of this Tender Document are acceptable to my Company. I
further certify that I am an authorised signatory of my company and am,
therefore, competent to make this declaration.

Yours very Truly,

Name: ______________________

Designation: _________________

Company: ___________________

Address: _____________________
109

FORM - D

DECLARATION REGARDING PAST PERFOMANCE

To,

The Managing Director,


H.P. State Electronics Development Corporation Ltd.,
Rattan Kunj, Khalini, Shimla-2.,

Sir,

I have carefully gone through the Terms & Conditions contained in the
Tender Document No. HPSEDC (Med.)-1-2/2012 regarding procurement
of Medical Equipments for the government of Himachal Pradesh. I hereby
declare that my company has not been debarred/black listed by any
Government / Semi Government organizations for quality/ service products
nor is there any pending dispute regarding short shipment/
installation/service. I further certify that I am an authorized signatory of my
company and am, therefore, competent to make this declaration.

Yours very truly,

Name: _______________________

Designation: ___________________

Company: _____________________

Address: ______________________
110
SECTION – XIV
BANK GUARANTEE FORM FOR PERFORMANCE SECURITY

To
The Managing Director,
HP SEDC, Shimla

WHEREAS _____________________________ (Name and address of the


supplier) (Hereinafter called “the supplier”) has undertaken, in pursuance of contract
no________________________ dated _____________ to supply (description of goods
and services) (herein after called “the contract”).
AND WHEREAS it has been stipulated by you in the said contract that the supplier shall
furnish you with a bank guarantee by a scheduled commercial bank recognised by you for
the sum specified therein as security for compliance with its obligations in accordance
with the contract; AND WHEREAS we have agreed to give the supplier such a bank
guarantee; NOW THEREFORE we hereby affirm that we are guarantors and responsible
to you, on behalf of the supplier, up to a total of Rs. ________________________
(Amount of the guarantee in words and figures) which is 5% of the total value of the
Purchase Order, and we undertake to pay you, upon your first written demand declaring
the supplier to be in default under the contract and without cavil or argument, any sum or
sums within the limits of (amount of guarantee) as aforesaid, without your needing to
prove or to show grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier
before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms


of the contract to be performed there under or of any of the contract documents which
may be made between you and the supplier shall in any way release us from any liability
under this guarantee and we hereby waive notice of any such change, addition or
modification.
This guarantee shall be valid up to -------------- months from the date of satisfactory
installation of the equipment i.e. ---------- (indicate date) up to 60 days beyond the period
of warranty i.e. ----------- (indicate date).
…………………………….
(Signature with date of the authorized officer of the Bank)
………………………………………………………

Name and designation of the officer


……………………………………………
……………………………………………
Seal, name & address of the Bank and address of the Branch
111

SECTION – XV
CONTRACT FORM - A

CONTRACT FORM FOR SUPPLY, INSTALLATION, COMMISSIONING,


HANDING OVER, TRIAL RUN, TRAINING OF OPERATORS & WARRANTY
OF GOODS
_________________________
_________________________
(Address of the purchaser’s
office issuing the contract)

Contract No___________ dated______________

This is in continuation to this office’s Notification of Award No_______ dated


______.

1. Name & address of the Supplier: ______________________________

2. Purchaser’s TE document No________ dated____________ and subsequent Amendment


No____________, dated_________ (if any), issued by the purchaser

3. Supplier’s Tender No_________ dated__________ and subsequent communication(s)


No____________ dated _________ (if any), exchanged between the supplier and the
purchaser in connection with this tender.

4. In addition to this Contract Form, the following documents etc, which are included in
the documents mentioned under paragraphs 2 and 3 above, shall also be deemed to
form and be read and construed as integral part of this contract:
(i) General Conditions of Contract;
(ii) Special Conditions of Contract;
(iii) List of Requirements;
(iv) Technical Specifications;
(v) Quality Control Requirements;
(vi) Tender Form furnished by the supplier;
(vii) Price Schedule(s) furnished by the supplier in its tender;
(viii) Manufacturers’ Authorisation Form (if applicable for this tender);
(ix) Purchaser’s Notification of Award

Note : The words and expressions used in this contract shall have the same meanings as
are respectively assigned to them in the conditions of contract referred to above.
Further, the definitions and abbreviations incorporated under clause 1 of Section
II - ‘General Instructions to Tenderers’ of the Purchaser’s TE document shall also
apply to this contract.

5. Some terms, conditions, stipulations etc. out of the above-referred documents are
reproduced below for ready reference:

111
112

(i) Brief particulars of the goods and services which shall be supplied/ provided by the
supplier are as under:
Tender Brief Accounting Unit Total Terms of
No. description unit Price price delivery
of
goods/services

Any other additional services (if applicable) and cost thereof: _____________________

Final Price approved for equipment/s (in figure) _______(In words) _________________
(ii) Delivery schedule of 45 days for indigenous and 120 days for Imported.
(iii) Acceptance for submission of Performance Security as per purchase order.
(iv) Warranty clause - as per purchase order
(v) Payment terms – as per purchase order
(vi) Paying authority – Managing Director, HPSEDC, Shimla ( HP )

____________________________
(Signature, name and address
of the purchaser’s authorized official)
For and on behalf of__________________

Received and accepted this contract


________________________________________________
(Signature, name and address of the supplier’s executive
duly authorized to sign on behalf of the supplier)

For and on behalf of _________________________


(Name and address of the supplier)
____________________
(Seal of the supplier)
Date: _________________________
Place: _________________________

112
113

SECTION – XVI
CONTRACT FORM - B
CONTRACT FORM FOR ANNUAL COMPREHENSIVE
MAINTENANCE CONTRACT (CMC)
Annual CM Contract No._______________________ dated_________________
Between
_________________________
_________________________
(Address of Head of Hospital/Institute/Medical College)
And
_________________________
_________________________
(Name & Address of the Supplier)
Ref: Contract No___________ dated______________ (Contract No. & date of
Contract for supply, installation, commissioning, handing over, Trial run,
Training of operators & warranty of goods)

In continuation to the above referred contract


a) The Contract of Annual Comprehensive Maintenance is hereby concluded as under: -

1 2 3 4 5
Schedule BRIEF QUANTITY. Annual Comprehensive Total Annual
No. DESCRIPTI (Nos.) Maintenance Contract Cost Comprehensive
ON for Maintenance
OF GOODS Each Unit year wise*. Contract Cost for 5
Years
1st 2nd 3rd 4th 5th [5 x
a b c d e (4a+4b+4c+4d+4e)]

Total value (in figure) ____________ (In words) ___________________________


b) The CMC commence from the date of expiry of all obligations under Warranty i.e.
from______________ (date of expiry of Warranty) and will expire on
______________ (date of expiry of CMC).
c) The cost of Annual Comprehensive Maintenance Contract (CMC) which includes
preventive maintenance, labour and spares, after satisfactory completion of Warranty
period may be quoted for next 5 years as contained in the above referred contract on
yearly basis for complete equipment (including X ray tubes, Helium for MRI,
Batteries for UPS, other vacummatic parts, _____ & _____) and Turnkey (if any).
d) There will be 98% uptime warranty during CMC period on 24 (hrs) X 7 (days) X 365
(days) basis, with penalty, to extend CMC period by double the downtime period.
e) During CMC period, the supplier shall visit at each consignee’s site for preventive
maintenance including testing and calibration as per the manufacturer’s service/
technical/ operational manual. The supplier shall visit each consignee site as
recommended in the manufacturer’s manual, but at least once in 4 months

113
114

commencing from the date of the successful completion of warranty period for
preventive maintenance of the goods.
f) All software updates should be provided free of cost during CMC.
g) The bank guarantee valid till ______________ [(fill the date) 3 months after expiry of
entire CMC period] for an amount of Rs. _______________ [(fill amount) equivalent
to 2.5 % of the cost of the equipment as per contract] shall be furnished in the
prescribed format given in Section XV of the TE document, along with the signed
copy of Annual CMC within a period of 21 (twenty one) days of issue of Annual
CMC failing which the proceeds of Performance Security shall be payable to the
Purchaser.
h) If there is any lapse in the performance of the CMC as per contract, the proceeds
Annual CMC bank guarantee for an amount of Rs. __________ (equivalent to 2.5 %
of the cost of the equipment as per contract per week or part thereof for the period
equipment remain un-repaired or not put in working condition) shall be payable to the
Consignee/purchaser.
i) Payment terms: The payment of Annual CMC will be made against the bills raised
to the consignee by the supplier on six monthly basis after satisfactory completion of
said period, duly certified by the HOD concerned. The payment will be made in
Indian Rupees.
j) Paying authority: ______________________ (name of the consignee i.e. Hospital/
Institute /Medical College’s authorised official)
____________________________
(Signature, name and address
of Hospital/Institute/Medical College’s authorised official)
For and on behalf of__________________
Received and accepted this contract
________________________________________________
(Signature, name and address of the supplier’s executive
duly authorised to sign on behalf of the supplier)

For and on behalf of _________________________


(Name and address of the supplier)
____________________
(Seal of the supplier)
Date: _________________________
Place: _________________________

114
115

SECTION – XVII
CONSIGNEE RECEIPT CERTIFICATE
(To be given by consignee’s authorized representative)

The following equipment (s) has/have been received in good condition:

1) Purchase order No. & Date: ________________________

2) Supplier’s Name: _______________________

3) Consignee’s Name & Address


with telephone No. & Fax No. : _________________________

4) Name of the equipment supplied: ________________________

5) Stock Page Entry & 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: _ _____________________________

115
116

SECTION – XVIII
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 all the standard accessories (subject to
purchase order) in accordance with the technical specifications. The same has been
installed and commissioned.
(a) Purchase Order No_________________________ dated__________________

(b) Description of the equipment(s)/plants: _____________________

(c) Equipment(s)/ plant(s) Nos. ____________________

(d) Quantity: _____________________________ ____

(e) Invoice No. _______________ dated _________________

(f) Name of the Consignee: _______________________________

(g) Date of Installation: _______________________________

Details of accessories/spares not yet supplied as per purchase order or any deficiency in
installation, if any.

Sl. No Description of Item /s Quantity Remark, if any

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 purchase order obligations satisfactorily and the payment
may be released in his favour.
Signature
Name
Designation with stamp

116
117

SECTION – XIX
CHECKLIST
Name of Tenderer:
Name of Manufacturer:
S. Activity Yes/ Page No. in Remarks
No No/ the TE
NA document

1. Have you enclosed EMD of required


amount for the quoted schedules?
2. a Have you enclosed duly filled Tender
Form as per format in Section VIIII?

b Have you enclosed Power of Attorney


in favour of the signatory?
3. Have you enclosed clause-by-clause
technical compliance statement (Fact
Sheet) for the quoted goods vis-à-vis
the Technical specifications? Have
you enclosed the USB of technical
specifications and fact sheet in Excel
format to avoid typing mistake.
4. In case of Technical deviations in the
compliance statement, have you
identified and marked the deviations?
5. Have you submitted manufacturer’s
authorization as per Section XIII?
6. Have you submitted prices of goods,
turnkey (if any), CMC etc. in the
Price Schedule as per
Section IX & Section X?
7. Have you kept validity of 120 days
from the Techno Commercial Tender
Opening date as per the TE
document?
8. a In case of Indian Tenderer, have you
furnished Income Tax Account No. as
allotted by the Income Tax
Department of Government of India?

8. b In case of Foreign Tenderer, have you


furnished Income Tax Account No. of
your Indian Agent as allotted by the

117
118

Income Tax Department of


Government of India?
9. Have you intimated the name and full
address of your Banker (s) along with
your Account Number
10. Have you fully accepted payment
terms as per TE document?
11. Have you fully accepted delivery
period as per TE document?
12. Have you accepted terms and
conditions of TE document?
13. Have you accepted the warranty as
per TE document?
14. Have you furnished documents
establishing your Eligibility &
Qualification Criteria as per TE
documents?
15. Have you furnished Turn-Over &
Annual Report (Balance Sheet and
Profit & Loss Account) for last three
years prior to the date of Tender
opening duly attested by the CA?

N.B.
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 of tendered to go through the TE document to ensure
furnishing all required documents in addition to above, if any.

_________________________
(Signature with date)
_________________________
(Full name, designation & address of the person duly
authorised sign on behalf of the Tenderer)

For and on behalf of


_________________________
(Name, address and stamp of the tendering firm)

118

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy