Medical Tender-Final 03-09-2012
Medical Tender-Final 03-09-2012
INDEX
Sr. No. TOPIC Page Nos.
1. NOTICE INVITING TENDERS ( NIT ) 1
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
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.
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
A. PREAMBLE
1.1 The following definitions and abbreviations, which have been used in these
documents shall have the meanings as indicated below:
2. INTRODUCTION
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
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.
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.
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.
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.
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.
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.
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.
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.
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.
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
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
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.
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.
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.
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.
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.
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.
(iv) The Performance Bank Guarantee valid upto three months beyond the expiry
period of warranty as per the prescribed format in Section XIV.
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.
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.
SECTION - IV
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 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.
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
SECTION-V
TECHNICAL SPECIFICATIONS
GENERAL TECHNICAL SPECIFICATIONS
GENERAL POINTS:
1. Warranty:
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
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.
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.
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.
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.
The Product Certification and Standards must meet the following criteria:
ISO 9001:2000, EN ISO 13485, TUV Certified above certificates including EC-
Certificate
The core product must have CE certified at least for last three years from the date of
issuance of this ITB
51
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.
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
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
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
Unit will be supplied complete with phototherapy stand, infant trolley and under
surface phototherapy.
55
Continuous monitoring of SpO2 (arterial blood oxygen saturation), pulse rate and
signal strength, with ECG display and automated BP measurement.
Measuring range:
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
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
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
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
ITEM DELETED
ITEM DELETED
61
ITEM DELETED
62
ITEM DELETED
63
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
Technical Specifications
RADIOLOGY EQUIPMENTS
(X-RAY, DIGITAL X-RAY, ULTRASOUND MACHINE ETC.)
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
X-ray Generator:
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.
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
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
Generator Controls: Radiographic Timer Switch should have a timing range 0.01 to 5 sec.
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.
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.
Accessories
Goggles – 02 Nos., Lead apron (light weight) 2 in number, gonad shield and lead shield.
Other Requirements:
72
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.
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.
DELETED
75
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
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.
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.
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
DELETED
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
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
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
The following sizes of Radio cassettes along with flexible image plates should be supported
by the unit
Sizes
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”
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
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
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.
Anesthesia Equipments
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
Note: These accessories can be from different leading manufacturers and prices of
individual items should be quoted separately as well
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
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
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
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)
Note: All the following details shall relate to the manufacturer(s) for the goods
quoted for.
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.
PROFORMA ‘A’
PROFORMA FOR PERFORMANCE STATEMENT
(For the period of last five years)
1 2 3 4 5 6 7 8
** 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)
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 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
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)
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
SECTION – XI
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
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.
To
_______________________________________________
_______________________________________________
(Name and address of the purchaser)
Dear Sirs,
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________________
FORM-B
MANUFACTURER’S AUTHORISATION FORM
(For Indigenous Manufacturers having units in India)
To
_______________________________________________
_______________________________________________
(Name and address of the purchaser)
Dear Sirs,
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________________
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
To,
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.
Name: ______________________
Designation: _________________
Company: ___________________
Address: _____________________
109
FORM - D
To,
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.
Name: _______________________
Designation: ___________________
Company: _____________________
Address: ______________________
110
SECTION – XIV
BANK GUARANTEE FORM FOR PERFORMANCE SECURITY
To
The Managing Director,
HP SEDC, Shimla
We hereby waive the necessity of your demanding the said debt from the supplier
before presenting us with the demand.
SECTION – XV
CONTRACT FORM - A
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__________________
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)
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)]
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)
114
115
SECTION – XVII
CONSIGNEE RECEIPT CERTIFICATE
(To be given by consignee’s authorized representative)
8) Signature of Authorized
Representative of Consignee with
date : _________________________
115
116
SECTION – XVIII
Proforma of Final Acceptance Certificate by the Consignee
No_______________
Date_______________
To
M/s _______________________
_______________________
_______________________
Details of accessories/spares not yet supplied as per purchase order or any deficiency in
installation, 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
117
118
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)
118