nit ventilator etc.rajswasthya.nic.in/nit ventilator etc..pdf · 2009. 10. 16. · - 2 -...
TRANSCRIPT
- 1 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
- 2 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
CONTENTS
S.No. ITEMS PAGE
NO.
1 NIT IN ENGLISH & HINDI 3-4
2
DIRECTIONS FOR TENDERERS/BIDDERS IN HINDI &
ENGLISH
5-6
3 LIST OF EQUIPMENTS & INSTRUMENTS 7
4 TENDER FORM 8
5 DECLARATION FORM (ANNEXURE-A) 9
6 TERMS & CONDITIONS OF THE TENDER (ANNEXURE-B) 10-22
7 SPECIAL TERMS & CONDITIONS 23
8 CATALOGUE OF ITEMS-SPECIFCATION (ANNEXURE-C) 24-55
9 PERFORMA OF FINANCIAL BID (ANNEXURE-D) 56
10 UNDERTAKING FOR INSTALLED MANUFACTURING
CAPACITY CERTIFICATE (ANNEXURE-E)
57
11 CERTIFICATE OF LATEST TECHNOLOGY AND RATE
REASONABILITY (ANNEXURE-F)
58
12 UNDERTAKING FOR AVAILABILITY OF SPARE PARTS &
CONSUMABLES (ANNEXURE-G)
59
13 UNDERTAKING FOR ACCEPTANCE OF COMPREHENSIVE
GUARANTEE & CAMC (ANNEXURE-H)
60
14 STATEMENT OF PAST SUPPLIES AND PERFORMANCE
(ANNEXURE-I) 61
15 UNDERTAKING OF BLACK LISTING & BANNING
(ANNEXURE-J)
62
- 3 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
GOVERNMENT OF RAJASTHAN
DIRECTORATE MEDICAL & HEALTH SERVICES, RAJ., JAIPUR
Tel. 0141-2226100 No. DMHS/SPO/E&I/R.C/ NIT- 04 /09/2783 Dated:14-10-09
NOTICE INVITING TENDER
1. Sealed Tenders are invited from Manufacturers/Direct Importers only in
prescribed form for the Rate Contracting and Supply of Instruments/
equipments for District Hospitals & selected community Health centers .
Date of selling of tender form - 16-10-09 from 11.30 A.M
Last Date for sale of tender form - 30-11-09 upto 12.30 P.M.
Last Date of receipt of tender - 30-11-09 upto 3.00 P.M.
Date of opening of technical Bid - 30-11-09 at 3.30 P.M.
2. Detailed particulars of the list of equipment required, tender documents &
specifications of equipment may be seen on the govt. of Rajasthan Public
Relations Department's Website- "www. dipronline. Org." or
www.rajswasthya.nic.in or in the office of the secretary, Store Purchase
Organization room no. 124.
1. A Pre-Bid Meeting will be held on 26-10-09 at 3.00 PM in the Conference Hall
of Directorate of Medical & Health Services, Raj. Jaipur to Clarify the issues and
to answer questions on any matter that may be raised at that stage. After pre-bid
meeting necessary changes in tender conditions/Catalogue can be done. Tenders
should be submitted after Pre-Bid meeting.
2. Tender form must be sent separately (Item wise) along with tender fees &
earnest money in separate envelope for each item.
Director (PH)
Medical & Health Services
Rajasthan, Jaipur.
- 4 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
jktLFkku ljdkjjktLFkku ljdkjjktLFkku ljdkjjktLFkku ljdkj funs'kky; fpfdRlk ,oa LokLF; funs'kky; fpfdRlk ,oa LokLF; funs'kky; fpfdRlk ,oa LokLF; funs'kky; fpfdRlk ,oa LokLF; lsok;sa jktLFkku] t;iqjlsok;sa jktLFkku] t;iqjlsok;sa jktLFkku] t;iqjlsok;sa jktLFkku] t;iqj
Tel.No. 0141-2226100 No. DMHS/SPO/E&I/R.C/ NIT-04 /09/2783 Dated: 14-10-09
&%&%&%&% fufonk lwpuk fufonk lwpuk fufonk lwpuk fufonk lwpuk %&%&%&%&
1- ftyk vLirkyksa ,oa p;fur lkeqnkf;d LokLF; dsUnzksa ds fy;s vkStkj ,oa
midj.kksa dh nj lafonk ,oa vkiwfrZ gsrq fofuekZrkvksa@lh/ks vk;krdrkZvksa ls
eksgjcan fufonk;sa vkeaf=r dh tkrh gSa ftldk fooj.k uhps of.kZr gS%&
fufonk QkeZ fcØh izkjEHk djus dh frfFk & 16-10-09 iwokZUg 11-30 cts ls
fufonk fcdzh dh vfUre frfFk ,oa le; & 30-11-09 nksigj 12-30 cts rd
fufonk izkfIr dh vfUre frfFk ,oa le; & 30-11-09 vijkUg~ 3-00 cts rd
rduhdh fcM [kksyus dh frfFk ,oa le; & 30-11-09 vijkUg~ 3-30 cts
2- fufonk dk foLr̀r fooj.k ¼midj.kksa dh lwph] rduhdh LisflfQds’ku ,oa fufonk
'krsZ½ tu lEidZ funs'kky; jktLFkku ljdkj dh osc lkbZV& "www.
dipronline.org." or www.rajswasthya.nic.in ij ;k lfpo] Hk.Mkj dz;.k laxBu
¼dejk ua&124½ funs'kky; fpfdRlk ,oa LokLF; lsok;sa] jktLFkku t;iqj esa ns[kk
tk ldrk gSA
3. izh&fcM ehfVax dk vk;kstu funs'kky; fpfdRlk ,oa LokLF; lsok;sa ds dkUQzsUl
gkWy esa fnfnfnfnukad 26ukad 26ukad 26ukad 26----10101010----09 dks nksigj 309 dks nksigj 309 dks nksigj 309 dks nksigj 3----00 cts00 cts00 cts00 cts fd;k tk;sxkA rnkssijkUr fufonk
'krksZ@rduhdh LisflfQds’ku esa vko';d gksus ij ifjorZu fd;s tk ldrs gSA
izh&fcM fefVax ds ifj.kke Lo:i gksus okys ifjorZuksa ds i’pkr gh fufonk,sa bl izh&fcM fefVax ds ifj.kke Lo:i gksus okys ifjorZuksa ds i’pkr gh fufonk,sa bl izh&fcM fefVax ds ifj.kke Lo:i gksus okys ifjorZuksa ds i’pkr gh fufonk,sa bl izh&fcM fefVax ds ifj.kke Lo:i gksus okys ifjorZuksa ds i’pkr gh fufonk,sa bl
dk;kZy; dks Hkstus dh dk;Zokgh djsaAdk;kZy; dks Hkstus dh dk;Zokgh djsaAdk;kZy; dks Hkstus dh dk;Zokgh djsaAdk;kZy; dks Hkstus dh dk;Zokgh djsaA
4- d`i;k /;ku j[ksa fd vyx vyx vkbVe ds fy, vyx vyx fufonk izi= esa gh d`i;k /;ku j[ksa fd vyx vyx vkbVe ds fy, vyx vyx fufonk izi= esa gh d`i;k /;ku j[ksa fd vyx vyx vkbVe ds fy, vyx vyx fufonk izi= esa gh d`i;k /;ku j[ksa fd vyx vyx vkbVe ds fy, vyx vyx fufonk izi= esa gh viuh fufonk izLrqr djsa Aviuh fufonk izLrqr djsa Aviuh fufonk izLrqr djsa Aviuh fufonk izLrqr djsa A
funs'kd ¼tu LokLF;½ fpfdRlk ,oa LokLF; lsok;sa
jktLFkku t;iqj
- 5 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
fufonk ds lkekU; vuqns’kfufonk ds lkekU; vuqns’kfufonk ds lkekU; vuqns’kfufonk ds lkekU; vuqns’k
fufonk QkeZ Hkjus ,oa izLrqr djus ls iwoZ fufonk 'krksZ ,oa 'kjk;rks rFkk
fuEu funsZ'kksa dk xEHkhjrk ls v/;;u dj fy;k tkos rkfd fufonk fujLr u gksA
1 fufonk nLrkost dh 'krksZ dk lko/kkuh iwoZd ,oa lq{er% v/;;u djsA 2 fufonk dh 'krksZ ds rgr vko';d izek.k i=@ykbZlsal@nLrkost iw.kZ rFkk
vkfnukad gksus pkfg,A 3 nj lafonk ,oa vkiwfrZ gsrq fufonk;sa lfpo] Hk.Mkj dz;.k laxBu ¼dejk ua0
124½ funs’kky;] fpfdRlk ,oa LokLF; lsok;sa] jktLFkku] t;iqj ls fdlh Hkh dk;Z fnol es dk;kZy; le; es :- 100@& udn vFkok Mh0Mh0 }kjk tek djk;s tkus ij izkIr dh tk ldrh gSaA fufonk QkeZ fuosnu ij jftLVªh@LihM iksLV ls :- 100@& ¼:- ,d lkS ek=½ ds vfrfjDr Hkqxrku ij Hkh Hksts tk ldsaxs] ijUrq bl dk;kZy; ls izi= igqapus es iksLVy es nsjh ;k ugha izkIr gksus ij foHkkx dh dksbZ ftEesnkjh ugha gksxhA fufonk;sa tu lEidZ foHkkx jktLFkku ljdkj dh osclkbV &"www. dipronline. org." or "www.rajswasthya.nic.in" ls Hkh Mkmu yksM dh tk ldrh gaS rFkk fufonk 'kqYd :i;s 100@& dk Mh0Mh0 fufonk ds lkFk tek djk;k tk ldrk gSaA
4 fufonk 'kqYd ,oa vekur jkf'k ¼bZ,eMh½ dk Mh-Mh-@ch-lh vyx&vyx fufonk ds lkFk izLrqr djuk gksxkA
5 foHkkx ls fufonk izi= dsoy mUgha vkosndksa ¼fofuekZrkvks@vk;krdrkZvksa½ dks tkjh fd;s tk;saxs tks uksVsjh ifCyd }kjk izekf.kr oS/k fofuekZrk ykbZlsal@vk;kr ykbZlsal ¼fons'kh ewy fuekZrk ds vkWFkksjkbZts'ku i= lfgr½ rFkk pkVZM vdkm.VsaV ,oa uksVsjh ifCyd ls izekf.kr uohure okf"kZd VuZvksoj U;wure 1 djksM+ :i;s] ¼jktLFkku dh y?kq m/kksx bZdkb;kas dks NksMdj½ fooj.k i= izLrqr djsaxsA
6 fu/kkZfjr le; ,oa fnukad ds i’pkr izkIr fufonkvksa ij fopkj ugha fd;k tkosxk A 7 fufonk QkeZ eksgjcUn nks fyQkQs ¼rduhdh fcM dWoj&, ,oa foRrh; fcM
dWoj&ch½ fufonk 'krksZ ,oa 'kjk;rks ds vuqlkj nksuks fyQkQks dks eksgjcUn dj lfpo] Hk.Mkj dz;.k laxBu] funs’kky;] fpfdRlk ,oa LokLF; lsok,sa] jktLFkku t;iqj dks izsf"kr djsxsA
- 6 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
General Instruction for Tender
Before submission of bid or filling up the tender form, kindly go through these following
directions & term conditions seriously so that your tender is not considered invalid :
1 Go through the conditions of the document carefully and meticulously.
2 Certificates/License/Documents which are required should be complete and updated.
3 Tender forms for can be obtained from Secretary, Store Purchase Organization. (Room
No-124) Directorate of Medical & Health Services, Rajasthan, Jaipur after depositing
Non-refundable amount of Rs. 100/- (Rs. One hundred only) in Cash or demand draft
on any working day during office hours. Bidding documents requested by mail will be
despatched by Registered/Speed post on payment of an extra amount of Rs. 100/-(Rs.
One hundred only). The Department will not be held responsible for the post delay, if
any, in the delivery of documents or non-receipt of the same. Tender forms can also be
downloaded from govt. of Rajasthan. Public Relations Department's Website- "www.
dipronline. Org." or "www.rajswasthya.nic.in" Cost of downloaded tender forms the
website shall be deposited by the tenderer through DD of Rs. 100/- along with tender.
4 D.D./B.C of tender form fees & earnest money should be sent separately along with
tender.
5 Manufacturers/Importers (Applicants) will be issued the tender forms on Production of
attested (by notary public) copy of the valid Manufacturing license/ Import License
along with Authorization letter of foreign Principal and latest annual turnover statement
is more than Rs. 1.00 crore (except SSI units of Rajasthan)duly Audited by
Chartered Accountants & Notary Public failing to which tender form will not be issued.
6 Tender form must be submitted in properly sealed double cover envelopes (Cover-A for
Technical Bid & Cover-B for Financial Bid) both Cover A & B must be sealed in an
envelopes as per Terms & Conditions and addressed to the Secretary, Store Purchase
Organization, Directorate of Medical & Health Services Rajasthan, Jaipur.
7 The Tender received after prescribed time and date will not be considered
- 7 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
List of Equipment & Instruments S.
No.
Name of Equipment & Instruments Estimated
Quantity
Technical
Specification
(Annexure-C)
Page No.
1 VENTILATOR As per Tender
Catalogue
24-25
2 C-Arm with Orthopedic table As per Tender
Catalogue
26-28
3 Room Thermometer As per Tender
Catalogue
29
4 Vacuum Cleaner As per Tender
Catalogue
30
5 Resuscitation Training Mannequin As per Tender
Catalogue
31
6 ARI Timer As per Tender
Catalogue
32
7 Double Sided Blue Light Phototherapy Unit As per Tender
Catalogue
33-35
8 Neonatal Stethoscope As per Tender
Catalogue
36
9 Electrically operated Pressure Controlled slow suction
Machine
As per Tender
Catalogue
37-38
10 Light Weight Medical Oxygen Cylinder - 5 Liter As per Tender
Catalogue
39
11 Light Weight Medical Oxygen Cylinder -10.7 Liter As per Tender
Catalogue
40
12 Light Weight Nitrous oxide Cylinder -5 Liter As per Tender
Catalogue
41
13 Light Weight Nitrous oxide Cylinder -10.7 Liter As per Tender
Catalogue
42
14 Emergency First AID Kit with Respirator Care
Equipment
As per Tender
Catalogue
43-44
15 Fully Automatic Sterilizer (Table Top Flesh Autoclave ) As per Tender
Catalogue
45
16 AIR STERILIZER (CEILING MODEL) As per Tender
Catalogue
46
17 Bio Medical Waste Automatic Shredding Machine -
Capacity 15 to 20 Kgs./Hr.
As per Tender
Catalogue
47
18 Bio Medical Waste Automatic Shredding Machine -
Capacity 05 to 08 Kgs/Hr.
As per Tender
Catalogue
48
19 Automatic Tissue Processor As per Tender
Catalogue
49
20 Manual Rotary Microtome As per Tender
Catalogue
50
21 Operation Table side end Control As per Tender
Catalogue
51
22 Table Examination ISI marked As per Tender
Catalogue
52
23 Laparoscope As per Tender
Catalogue
53-54
24 Weighing Scale for New Born As per Tender
Catalogue
55
- 8 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
Government of Rajasthan
Directorate of Medical & Health Services, Swasthya Bhawan,
Store Purchase Organisation (Room No-124)
Tilak Marg, C-Scheme, Rajasthan, Jaipur
FOR SUPPLY OF INSTRUMENTS/EQUIPMENTS
Quoted Item......................................................
Name & Address of the tenderer
M/S ....................................................................
............................................................................
Telephone ...................................... Telegram Code ....................
Fax No. ..........................................
Note: - TENDER FORM IS NOT TRANSFERABLE
Tender Form Fee Rs. 100/- [One Hundred only] As applicable
(Unrefundable)
NIT (BID) REFERENCE
DATE OF SELLING OF TENDER
FORM
: 16-10-09 Form 11.30 A.M.
LAST DATE FOR ISSUANCE OF
TENDER DOCUMENT
: 30-11-09 upto 12.30 P.M.
LAST DATE & TIME FOR RECEIPT
OF TENDERS
: 30-11-09 upto 3.00 P.M.
DATE & TIME OF OPENING OF
(TECHNICAL BID) TENDERS
: 30-11-09 at 3.30 P.M.
PLACE OF OPENING OF TENDERS
: Room no. 314, Swasthya Bhawan
ADDRESS FOR COMMUNICATION : DIRECTOR (PH) MEDICAL &
HEALTH, SERVICES, SWASTHYA
BHAWAN, TILAK MARG, C-
SCHEME, JAIPUR (RAJ.) PIN. 302005 Tel. No. 0141-2229858
0141-2226100
Fax No. 0141-2225334
0141-2229858
Signature of Tenderer with Seal
- 9 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- A
Declaration Form
(It should be notarized) I/We......................................................................... (Name of Tenderer) having our office
at................................................................................................. (Address of Tenderer) do declare that I/We
have read all the Terms & Condition of the tender floated by Director (PH), Medical & Health Services,
Rajasthan, Jaipur for the Supply & Rate contract of Instruments/ equipments for the R/C period 2009-
2011 ending 30.9.2011 and agree to abide by all the Terms & Conditions set forth therein.
I/We declare that we are participating in this tender in the capacity of .......…………
(Manufacturer / Importer). I/We enclose valid Manufacturing license/ Acknowledgement/
Memorandum/IEM/ Registration of SSI Unit/Import license along with Autorization by Foreign Principal.
I/We further declare that the rates offered by us shall remain valid for the entire period of the tender
and not supply the quoted items not below the quoted rates to elsewhere. I/We enclosed the following
documents as per details given against each: -
S.
No
Item Particular
1 Earnest Money Deposit Con. no. 4 (i) Page no ..... Yes ..... No ......
2 Attested Photocopy of Manufacturing licence issed by National
Small Industries Corporation (NSIC) is mandatory and
Acknowledgement/ Memorandum/IEM/ Registration of SSI unit
for each quoted Product Con. no. 4 (ii)
Page no ..... Yes ..... No ......
3 Attested Photocopy of Import Lincence & licence for
sale(Authorization Letter of Principal Company con. no. 4 (iii)
Page no ..... Yes ..... No ......
4 Competency Cerificate and Registration Certificate for SSI
Units of Rajasthan from Industries Dept Con. no. 4 (iv)
Page no ..... Yes ..... No ......
5 BIS Licence with schedule for ISI Marked Products Quoted con.
no. 4 (v)
Page no ..... Yes ..... No ......
6 Duly attested photocopy of ISO& CE/BIS/USFDA certificate for
quoted Items as mentioned in Tender Catalouge Page no ..... Yes ..... No ......
7 Annual turnover statement past 3 years certified by Auditor.
4(vii)
8 Copy of latest Balance sheet and P&L certified by Auditor. Con.
no. 4 (viii) (F.Y. 2007-08)
9
(A)
Latest Sales Tax Clearance Certificate (upto 30.06.08). con. no.
4(ix)(A)
Page no ..... Yes ..... No ......
(B) Specify point of supply with full Address. con. no. 4(ix)(B) ...................................................
...................................................
10 Declaration form in Ann "A" Duly Signed & notarized. 4(x) Page no ..... Yes ..... No ......
11 Original Tender Terms & Condition Ann. B Con. no. 17(viii)(B) Page no ..... Yes ..... No ......
12 Duly Signed Tender Catalogue in Original con. no. 4(xii) Page no ..... Yes ..... No ......
13 Statement of Installed Manufacturing Capacity. 4 (xi) (Ann. –E) Page no ..... Yes ..... No ......
14 Certificate regarding quoted model is latest technology 4 (xiii)
(Ann. –F)
15 Certificate regarding rate reasonability 4 (xiv) (Ann. –F)
16 Undertaking for availability of Spare Parts & Consumables 4 (xv)
(Ann. –G)
17 Undertaking for acceptance of Comprehensive Guarantee (Ann. –H)
18 Statement of Past Supplies and Performance (Ann. I)
19 Undertaking of black listing & banning (Annexure-J)
Name & Specimen Signature of Officer of the tenderer whom is
authorized to make Correspondence with the Department.
1. .................. (Name & Signature)
2. .................
3. .................
Name & Signature of
tenderer with seal Date
Note: Please Number each page before submitting the tender.
- 10 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE-B
Tender form is non – transferable
CONDITIONS OF TENDERS AND CONTRACT
N.B. TENDERER SHOULD READ THESE CONDITIONS
CAREFULLY AND COMPLY STRICTILY WHILE
SENDING THEIR TENDERS. IF A TENDERER HAS
ANY DOUBT REGARDING THE TERMS & CONDITION
AND SPECIFICATIONS, MENTIONED IN THE TENDER
NOTICE/ CATALOGUE, HE SHOULD, BEFORE
SUBMITTING THE TENDER, REFER THESE TO THE
DIRECTOR (PH), MEDICAL & HEALTH SERRVICES,
RAJASTHAN JAIPUR AND OBTAIN CLARIFICATION.
THE DECISION OF THE DIRECTOR (PH), MEDICAL &
HEALTH SERVICES RAJASTHAN JAIPUR SHALL BE
FINAL AND BINDING ON THE TENDERER .
1. Sealed tender will be received till 3.00 PM on 30-11-09 by the Secretary, Store
Purchase Organisation. Directorate of Medical and Health Services, Rajasthan,
Jaipur for the Rate contract & one time Supply of Equipments & Instruments for
a period of two years from the month of issuance of the rate contract period 2009-
2011 ending 30.9.2011.
2. Only Manufacturing units and Direct Importers holding valid
import/Manufacturing licence/ Acknowledgement/ Memorandum/IEM/
Registration of SSI unit for manufacturing of quoted equipment whose annual
turn over is more than Rs. 1.00 crore (except SSI units of Rajasthan) are eligible
to participate in the Tender. Supplies shall also be effected directly by the
manufacture and not through Distributors/Agents/ Suppliers.
3. Sealed Tenders superscribed “Tenders for rate contract of two year." containing
COVER A & COVER B as prescribed hereafter should be submitted to the
Secretary, Store purchase Organisation, Directorate (PH) of Medical and Health
Services, Rajasthan, Jaipur.
4. The Tenderer should send along with the Tenders the following certificates for
the items tendered in separate cover here after called “COVER A”
(i) Earnest Money deposit
(ii)(a) Duly attested photocopy of Acknowledgement/ Memorandum/IEM/
Registration of SSI unit for the products duly approved by the licensing
authority for every product quoted in the tender. The licence should be
renewed up to date.
(b) For the Production Capacity and the quality control measures
properly installed at the production unit- a certificate for
NSIC(National Small Industries Corporation) /MSME ( Micro,
Small, Medium Enterprises) is essential. (iii) In case of imported Equipments and Instruments Self attested photocopy
of import licence & licence for sales issued by concerning licensing
authority(Autorization by Foreign Principal), if applicable.
(iv) Duly attested copy of Competency Certificate issued under Price
preference rules as well as copy of PMT Registration of SSI units issued
by the Department of Industries, Rajasthan in respect of stores for which
they are registered.
Signature of Tenderer with seal
- 11 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
(v) Duly attested photocopy of BIS licence renewed upto date with respective
schedule for ISI Marked quoted items
(vi) Duly attested photocopy of ISO& BIS/CE/USFDA certificate for quoted
Items as mentioned in Tender Catalouge.
(vii) Annual Turnover statement for past three years certified by Auditor.
(viii) Copies of latest Balance Sheet & Profit & Loss statement certified by the
Auditor (F.Y. 2007-08).
(ix) (A) Duly attested copy of latest Sales Tax clearance certificate (upto
30.06.2008) from the commercial Tax Officer of the circle concerned from
where supplies will be affected shall be submitted .
(B) Declaration regarding point of supply with full address in Annexure-A.
(x) The Declaration form in Annexure-"A" Signed by the tenderer & Notarized.
(xi) Undertaking of installed manufacturing capacity of each quoted item in the
Tender on non-judicial stamp paper of Rs. 50/-.(Notarized) in Annexure-E.
NOTE: - All above mentioned documents duly notarized/attested by
Notarary public must be submitted. Un attested/
Unnotarized copies of such document will not be
considered valid.
(xii) Original Tender Catalogue Annexure-C duly filled.
¼xiii½ Firm will certify that the quoted model is of latest technology & have not
been outdated Annexure-F. ¼xiv½ Firm will certify that the rates are reasonable & not sold on lower rates to
anyone than charge from this institution Annexure-F.
(xv) Firm will submit an undertaking on non judicial stamp paper worth Rs.
100 for availability of spare parts and consumable for the quoted
equipment for at least 10 years from the date of installation (It should be
submitted in cover "A") Annexure-G.
(xvi) Undertaking of black listing & banning on non-judicial stamp paper
of Rs. 50/-. (Notarized) in enclosed Performa. (Annexure-J).
NOTE :-
(A) All attested document must be submitted in Hindi or English
language. If the documents are not in Hindi or English, they should
be translated in Hindi or English & attested by authorized translator.
Translated copy alongwith copy of original document must be
submitted. (B) Other than Sales tax clearance certificate, all above mention documents
should be under the name & address of premises where the quoted items
are actually manufactured.
(C) The point of supply within the state of Rajasthan or out of Rajasthan
should be specified under condition no. 4 (IX)(B).
Signature of Tenderer with seal
- 12 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
(D) TENDER WILL BE LIABLE FOR OUTRIGHT REJECTION IF:-
(I) ANY RATES ARE DISCLOSED IN COVER A.
(II) ANY DISCOUNTS/ SPECIAL OFFERS ARE MADE IN
COVER A.
(E) The tenderer may submit Profit & Loss account & Balance Sheet and
annual turnover statement of the previous year if NIT is floated upto 31st
Oct.
5. Financial Bid duly filled as per Annexure-“D” giving the rates for Quoted items
in individual envelopes (One envelopes for each item) should be sent in separate
sealed cover here after called," COVER B". Each envelopes should be
superscribed with the Name and Catalogue Number of the Quoted Item. COVER-
B should also be addressed to the Secretary, Store Purchase Organization
Directorate of Medical and Health Services (PH), Rajasthan, Jaipur and should be
superscribed "FINANCIAL BID FOR THE SUPPLY OF EQUIPMENTS &
INSTRUMENTS." Signatory authority of Tenderer as laid down in condition no.
7(i) should signed each page of Annexure-D.
NOTE :-
(A) If any item in catalogue has different sizes, lengths, strength & sub group
etc., Rates of each size, length, strength and sub-group must be filled in
separate format (Annexure "D") & sealed in separate envelopes.
(B) RST (VAT) or CST should mentioned clearly & Separately.
(C) If the Sales tax is exempted it should be specified in Annexure 'D'.
6. Both covers (A&B) should be send to the Secretary Store Purchase Organization
Directorate of Medical & Health services (PH), Rajasthan, Jaipur upto prescribed
time & date. All received tenders will be opened in the presence of tenderers who
choose to be present. Cover B will be opened only for those tenderers who
satisfy the standard criteria laid down by the department on the
details furnished by the tenderer in COVER A, in compliance of
Tender terms & conditions. 7. (i) In event of Tender being submitted by proprietary firm tender must be signed
by sole proprietor. In event of a partnership firm tender must be signed on its
behalf by a person holding a power of attorney authorizing him to do so; and in
the case of company, the tender must be signed by authorised signatory as the
manner laid in the Articles of association.
(ii) Any change in the Constitution of the Firm/ Company shall be notified
forthwith by the contractor in writing to the Director, Medical and Health
Services Rajasthan, Jaipur and such change shall not relieve any former member
of the Firm/ Company form the liability under the contract. No new partner /
partners shall be accepted in the Firm by the contractor in respect of the contract
unless he/ they agree to abide by all its terms and conditions and deposit with the
Director, Medical and Health Services Rajasthan Jaipur a written agreement to
this effect. The contractors receipt for acknowledgement or date of any partner
subsequently accepted as above shall bind all of them and will be a sufficient
discharge for any of the purposes of the contract.
Signature of Tenderer with seal
- 13 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
8. EARNEST MONEY
(i) Tender shall be accompanied by an earnest money of Rs. 10000/- per
quoted product (according Catalouge) without which tenders will not be
considered. The amount should be deposited in either of the following
forms in favour of Director (PH), Medical & Health services, Rajasthan,
Jaipur
(A) Cash through treasury challan deposited under head "8443-civil
Deposits, Kha-Deposit not bearing interest-103- Security
Deposits." Challan should be deposited in State Bank of Bikaner
& Jaipur, Tilak Marg, Jaipur Branch.
(B) Bank Drafts/Bankers cheque of the scheduled Bank.
(ii) Refund of earnest money: - The earnest money of unsuccessful tenderer
shall be refunded soon after final acceptance of tender.
(iii) Partial exemption from earnest money: - Firms which are registered as
SSI Unit of Rajasthan with Commissioner of Industries Rajasthan, shall
furnish the amount of earnest money in respect of items for which they
are registered as such subject to their furnishing registration certificate in
original or Photostat copy or a copy thereof duly attested at the rate of Rs.
2500/- per quoted product.
(iv) The central Government and Government of Rajasthan Undertakings need
not furnish any amount of earnest money.
(v) The earnest money/security deposit lying with the Department/office in
respect of other tenders awaiting approval or rejected or on account of
contracts being completed will not be adjusted towards earnest money for
the fresh tenders. The earnest money may however, be taken into
consideration in case tenders are re-invited.
NOTE :- The Partial exemption of earnest money (@per product Rs. 2500/-) may be allowed
only to the SSI Unit of Rajasthan on furnishing a certificate from the General Manager,
DIC, Department of Industries, Rajasthan in the following proforma :-
It is certified that M/s ........................................ is a small scale industry
registered permanently with the department vide Registration no. ..................... Dt
................ for the manufacture/formulation/fabrication of the following item :-
1.
2.
3.
9. Forfeiture of earnest money: - The earnest money will be forfeited in the
following cases: (i) When tenderer withdraws or modifies the offer after opening of tender but
before acceptance of tender.
(ii) When tenderer does no execute the agreement if any, prescribed within the
specified time.
(iii) When the tenderer does not deposit the security money after the supply order is
given.
(iv) When he fails to commence the supply of the items as per supply order within
the time prescribed.
(v) When he fails to submit samples of quoted item on demand.
Signature of Tenderer with seal
- 14 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
10. Tender form shall be filled in ink or typed. No tender filled in pencil shall be
considered. The tenderer shall sign the tender form at each page and at the end in
token of acceptance of all the terms and conditions of the tender.
11. (i) Indegenous products offered for supply by the manufacturer will get preferential treatment in the matter of approval.
(ii) ISI marked items will be preferred, if applicable. (iii) It may be noted that the department does not undertake to assist in the
procurement of raw material whether imported or controlled as well as
restricted and as such the tenderer must offer their rate to supply the
specific items from own quota of stock by visualizing, the prospect of
availability of raw material needed. Any of the above points if taken, as
argument for non-supply/late supply will not be entertained.
12. GUARANTEE CLAUSE:-
(i) The tenderer would give guarantee that the goods/stores/articles would continue
to conform to the description and quality as specified for a period of 3 years or
as per technical specification from the date of delivery/ installation of the said
goods/stores / articles to be purchased and that not with standing the fact that the
purchaser may have inspected and/or approved the said goods/stores / articles if
during the period of 3 years as per technical specification , the said
goods/stores/articles be discovered not to conform to the description and quality
as afore said/ or have determined and the decision of the purchase officer in that
behalf will be final and conclusive the purchaser will be entitle to reject the said goods/stores/articles or such portion there of as may be discovered not to
conform to the said description and quality, on such rejection the goods/stores/
articles will be at the sellers risk and all the provisions relating to rejection of
goods, etc., Shall apply. The tenderer shall, if so called upon to do so replace the
goods, etc. or such portion there of as is rejected by the Purchase Officer,
otherwise, the tenderer shall pay such damage as may arise by reason of such
breach of the condition here in contained. Nothing here in contained shall prejudice any other right of the Purchase Officer in that behalf under this
contract or otherwise. (ii) In case of machinery and equipment also guarantee will be given as
mentioned in above the tenderer shall during the guarantee period replace
parts if any and remove the manufacturing defect if found during the
above period so as to make the machinery and equipment operative. The
tenderer shall also replace machinery and equipment in case it is found
defective which can not be put to operation due to manufacturing defect
etc.
(iii) In case of machinery and equipment specified by the Purchase Officer the
tenderer shall be responsible for carring out annual maintenance and
repairs on the terms & conditions as may be agreed. The tenderer shall
also be responsible to ensure adequate regular supply of spare parts
needed for a specific type of machinery and the equipments whether
under their annual maintenance and repairs contract or otherwise. In case
of change of model he will give sufficient notice to the Purchase Officer
who may like to Purchase spare parts from them to maintain the
machinery and equipment in perfect condition.
Signature of Tenderer with seal
- 15 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
13. The names & makes of articles which are offered should be mentioned against
each item of the catalogue. Mere indication of English/USA/Indian will not serve
the purpose.
14. In the case of supply of imported item the suppliers shall furnish a certificate
along with the bill to effect that the firm have completed all the formalities in
connection with the import.
15. MARKING
All non consumable articles (except glass or imported articles) like instruments,
equipments and others accessories etc. Should bear" Rajasthan Sarkar "in Hindi
on each with out which the supply will not be entertained
16. In case, any item supplied by the approved firm does not conform to the required
standard, the payment there of, if received by the supplier shall have to be
refunded to the indenting officer/ Director (PH), Medical and Health Services,
Rajasthan. The supplier will not have any rightful claim to the payment of cost
for substandard supplies which are consumed either in part or whole pending
receipt of laboratory test. It may be noted that supply of goods less in weight and
volume than those mentioned on the lable of the container is an offence and the
same will be dealt with in the manner prescribed under rules.
17. RATES
Only net rates should be quoted. No Separate free goods or cash
discounts should be offered. Rate must be valid for the entire period of
the tender and must be offered conforming to the following: - (i) Delivery should be given at stores of Purchasing Officers situated at
different place in Rajasthan and rate must be quoted accordingly, The
department will pay no cartage or transportation charges.
(ii) Rates must be offered net only against the specified packing of the items.
The net rate must be inclusive of all charges by way of packing,
forwarding, incidental or transit charge including transit insurance and
any other levies or duties etc. charge on the product except Sales Tax
(VAT). If rates are quoted giving any free goods quantity or cash
discounts the same shall not be considered.
(iii) Only Sales Tax (VAT) and surcharge if applicable will be paid over net
rate.
(iv) Excise duty or surcharge prevailing on the date of submission of the rate
must be included in the net rate and should also be shown separately in
col. 8 of the Financial Bid (Ann. D). In the event of any subsequent
variation (increase or decrease) in excise duty and sales tax (VAT) by the
government (State or central) the same will be modified accordingly.
(v) Other statutory increase or decrease shall be agreed upon mutually
between government and contractor and revised rate shall be applicable to
order received by the contractor on or subsequent to the date of such
increase/decrease in government duty.
Signature of Tenderer with seal
- 16 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
(vi) The rates should be confined as far as possible to the packing units
mentioned in the catalogue and different rate for different packing should
be avoided. In no case the rate should be split up showing the cost of any
on the component parts of the specified item. If split price are found, the
item may be treated as rejected.
(vii) The rates must be written both in words and figures. In case of
discrepancy between the prices quoted in words and in figures, lower of
the two shall be considered. There should not be errors and/ or
overwriting, Corrections if any should be made clearly and initialed with
dates. Element of the Rajasthan Sales Tax (VAT) or Central Sales Tax
should be mentioned separately.
(viii) (A) No paper should be detached from the tender form. (B) The tenderer shall sign with seal on every page of the tender form
and Terms & Conditions (Annexure-B) in token of his acceptance of
all the Terms & Conditions of the tender and return the same along
with tender. He should also sign at the bottom of each page of the
original tender catalogue, Non receipt of terms and conditions duly
signed with the tender shall render the tender to be rejected.
(ix) Any change or insertion of any other condition or stipulation in the
above terms of supplies are not allowed and if so found, shall render
the tender to the rejected without notice.
NOTE :- Specification in Financial Bid (Annexure-D) should not be differ from the
original tender catalogue specification, otherwise tender may liable to be rejected. 18. TAX
Only one kind of the sales tax will be payable whether Rajasthan Sales Tax
(VAT) or Central Sales Tax depending on the relative station of supply as the
case may be, Since, the department is eligible to issue Form D, Central Sales Tax
will be payable at the concessional rates prevailing during the period of the
tender.
19. SAMPLES (i) Samples must be sent of all the quoted items if required within the
prescribed period of demand even though the specifications or
descriptions etc. are mentioned in the tender form. No sample will be
accepted after prescribed period. In the event of non submission of
samples within the prescribed period on demand, the tender shall not be
considered and Earnest Money shall be forfeited. Samples of equipments
& instrument of the unsuccessful tenderer may be collected back from the
Secretary, Store Purchase Organization, Medical and Health Directorate
Rajasthan Jaipur within the period intimated by him. The department will
not be responsible for any damage, wear and tear of loss during the course
of testing examination etc. The uncollected samples shall stand forfeited
to the department after the period allowed for collection and no claim for
cost etc. shall be entertained. The department for a period of six month
would retain
Signature of Tenderer with seal
- 17 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
sample of approved items after the expiry of contract. The department
shall not be responsible for any damage, wear & tear or loss in stipulated
period. The department will not make any arrangement for return of
samples even if the tenderer agrees to pay the cost of transportation. The
uncollected approved samples will be retained by the department for
twelve months after the expiry of Rate contract after which shall stand
forfeited to the department and no claim for cost etc. shall be entertained.
(ii) Samples should be strictly according to the item quoted in the tender
form failing which these will not be considered. Such sample must be
delivered free of charge to the Secretary Store Purchase Organization,
Medical and Health Directorate Rajasthan Jaipur. Sample must be
submitted duly sealed and marked suitably either by writing on the
sample or on a slip or durable paper securely fastened to the sample with
the particulars as mentioned below:-
(A) Name and full address of the firm.
(B) Catalogue No. and name of item.
(C) Name of section.
(D) Name of manufacturer
(E) Brand
(iii) No Samples will be paid for. No change in marking on samples will be allowed after the submission of the
sample. Samples should be submitted alongwith separate challan in triplicate.
Samples without challan will not be accepted.
20. SECURITY DEPOSIT & AGREEMENT
(i) All firms whose offers are accepted will have to deposit a Security
Deposit equal to five per cent (5%) of the total value of approximate
quantity as per tender catalogue for items (i) Ventilator (ii) C-Arm with
Orthopedic table in favour of Director (PH), Medical & Health Services,
Rajasthan, Jaipur
(ii) For rest items Deposit equal to five per cent (5%) of the total value of
approximate quantity as per tender catalogue Subject to maximum Rs.
Two lac per item in favour of Director (PH), Medical & Health Services,
Rajasthan, Jaipur. The security amount shall in no case be less than
earnest money.
(iii) The earnest money of successful tenderer will be adjusted toward security
deposit and balance will be given in one of the following forms only: -
(A) Cash through treasury challan deposited under head "8443-civil
Deposits, Kha-Deposit not bearing interest-103- Security
Deposits." Challan should be deposited in State Bank of Bikaner
& Jaipur, Tilak Marg, Jaipur Branch.
(B) Bank Drafts/Bankers cheque of the scheduled Bank.
(ii) Successful tenderers will have to execute an agreement on a Non Judicial Stamp
Paper Rs. (As mention in intent letter) in the prescribed form with the Director,
Medical & Health Services, Rajasthan, Jaipur and deposit security for the
performance of the contract within 15 days from the date on which the
acceptance of the tender, under Registered post, is communicated to him. The security will be refunded after six months from the date of expiry of the contract
on satisfactory completion of contract and after satisfied there are no dues
outstanding against the tenderer. The department will pay no interest on security
deposit/Earnest money deposit.
Signature of Tenderer with seal
- 18 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
(iii) Incase of breach of any terms and conditions of the contract or on
unsatisfactory performance, the amount of security deposit shall be liable
to forefeiture in full or part by DM&HS and decision of DM&HS shall be
final. The expenses of completing and stamping the agreement shall be
paid by the tenderer and the department shall be furnished free of charge
with one executed stamped counter part of the agreement.
(iv) Central and Rajasthan State Government Undertakings need not furnish
amount of Security Deposit.
(v) Firms which are registered as SSI units with the Department of Industries,
Rajasthan shall furnish the amount of security deposit @1% of total value
of approximate quantity as per tender catalogue on furnishing certificate
from Department of Industries, Rajasthan as mentioned in note given
below the condition no. 8 (EARNEST MONEY).
(vi) It is to be noted that earlier years earnest money/security deposit, even if
lying in this department, shall not be considered towards this contract and
therefore fresh security deposit should be furnished.
21. SUPPLY ORDERS
(i) All the supply orders will be placed on the approved supplier only (and
not Agents/Suppliers/Distributors etc.) by various purchasing officers of
the Department through registered post only and the date of registration at
the post office will be treated as the date of order for calculating the
period of execution. The supplying firms will execute all orders within
45 Days.
(ii) In case of imported items 15 days will be given in addition to above
mention period at condition No. 21 (i).
22. Subletting or assigning contract to third party is prohibited. In the event of
Tenderer violating this condition, the Director of Medicals and Health Rajasthan,
Jaipur shall be at liberty to place the contract elsewhere on the Tenderer's account
and at his risk. The tenderer shall be liable for any loss or damage, which the
Government may sustain in consequence or arising out of such replacement of the
contract.
23. LIQUIDATED DAMAGES
(i) The time specified for delivery in the tender form shall be deemed to be
the essence of the contract and the successful Tenderer shall arrange
supplies within the period on receipt of order from the Purchasing
Officers.
(ii) In case of extension in the delivery period with liquidated damages the
recovery shall be made on the basis of following percentages of value of
Stores which the tenderer has failed to supply :-
(A) Delay up to one- fourth period of the prescribed Delivery
Period - 2.5%
(B) Delay exceeding one fourth but not exceeding half of the
prescribed delivery period - 5%
(C) Delay exceeding half but not exceeding three- fourth of the
prescribed delivery period - 7.5%
(D) Delay exceeding three- fourth of the prescribed period -10%
Signature of Tenderer with seal
- 19 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
(iii) Fraction of a day in reckoning the period of delay in supplies shall be
eliminated if it is less than half a day.
(iv) The maximum amount of agreed liquidated damage shall be 10%.
(v) If the supplier requires an extension of time in completion of contractual
supply on account of occurance of any hindrance, he shall apply in
writing to the authority, which has placed the supply order, for the same
immediately on occurance of the hindrance but not after the stipulated
date of completion of supply.
(vi) Delivery period may be extended with or without liquidated damages. If
the delay in the supply of goods is on account of hindrances beyond the
control of the tenderer, the extension in delivery period may be granted
without Liquidated Damage.
(vii) If the tenderer is unable to complete the supply within the specified or
extended period, the purchasing officer shall be entitled to purchase the
goods or any part thereof from elsewhere without notice to the tenderer on
his (i.e., Tenderers) account and risk. The tenderer shall be liable to pay
any loss or damage which the purchasing officer may sustain by reasons
of such failure on the part of the tenderer. The tenderer shall not be
entitled to any gain on such purchases made against default. The recovery
of such loss or damage shall be made from any sums accruing to the
tenderer under this or any other contract with the government. If recovery
is not possible from the bill and the tenderer fails to pay the loss or
damage, within one month of the demand, the recovery of such amount or
sum due from the tenderer shall be made under the Rajasthan Public
Demand Recovery Act 1952 or any other law for the time being in force.
In case more than one supplier has been approved for any item under the
approved list circulated to the purchasing officers, the risk purchases may
be made at a higher rate from any other firm whose rate is duly approved.
It is mandatory for the approved supplier to acknowledge receipt of orders
with in fifteen days from the date of despatch of order, failing which the
purchasing officers will be at liberty to initiate action to purchase the
items on risk purchase system at the expiry of the prescribed supply
period.
NOTE:- It is clarified that Purchasing Officers may, if necessary, resort to
risk purchase without granting any extension as provided in above
Condition.
GENERAL CONDITIONS 24. All the stores supplied shall be of the best quality and conforming to the
specification, trademark laid down in the schedule attached to agreement and in
strict accordance with and equal to the approved, standard, samples. In case of any
material of which there are no standards or approved samples, the supply shall be
of the best quality to be substantiated by documents. The decision of DM&HS as
to the quality of stores be final and binding upon the tenderer. In case any of the
article supplied are not found as per specification or declared sub-
standard/spurious, they shall be liable to be rejected and any expenses of loss
caused to the supplier as a result of rejection of supplies shall be entirely at his
account.
Signature of Tenderer with seal
- 20 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
25. The tenderer must remove rejected articles from the destination where they lie
within 30 days from the date of information of rejection. The officials will take
reasonable care of such materials but will not be responsible for any loss or
damage that may occur to while it is on their premises.
26. The tenderer shall be responsible for the proper packing and delivery of the
material to the consignee. In the event of any loss, damage, or breakage, leakage
or shortage, the tenderer shall make good the loss and shortage found at the
checking of the materials by the consignee. No extra cost on such account shall be
admissible.
27. (i) Tenderers are requested to send with tenders, printed descriptive literature of
the quoted items.
(ii) If tenderer supplied to or have Rate contract of quoted items with any other
Govt. institutions within one year, he should send copies of purchase orders,
invoices and rate contract with tender.
28. Remittance charges on payment made to the firms will be borne by the firms.
29. All correspondence in this connection should be addressed to the Secretary, Store
Purchase Organisation, Directorate of Medical & Health (PH) Services, Tilak
Marg, C-Scheme, Rajasthan, Jaipur. Technical questions should be referred to the
Director, Medical and Health Services (PH), Rajasthan, Jaipur direct by
correspondence or by personal contact.
30. (i) Direct or indirect canvassing on the part of Tenderers or their
representative shall disqualify their tenders.
(ii) Supplier may be disqualified, banned or suspended from business during
the rate contract, if :-
(A) fails to execute a contract or fails to execute it satisfactorily ;
(B) no longer has the technical staff or equipment considered
necessary ;
(C) is declared bankrupt or insolvent or its financial position has
become unsound, and in the case of a limited company, it is
wound-up or taken into liquidation ;
(D) the firm is suspected to be doubtful loyalty to state ;
(E) the state bureau of investigation or any other investigating agency
recommends such a course in respect of a case under investigation
; (F) Director (PH) Medical & Health Services, Rajasthan, Jaipur is prima-
facie of the view that the firm is guilty of an offence involving moral
turpitude in relation to business dealings, which if established would
result in business dealing with it banned.
31. Any certificate/documents/information submitted by the tenderer found
to be false/forged/fabricated etc. than bidder shall be liable for the
appropriate legal action alongwith disqualification, banning,
suspension etc. etc.
Signature of Tenderer with seal
- 21 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
32. (i) The quantity indicated in the catalogues are mere estimates and are
intended to give an idea to the prospective tenderers to enable them to decide
whether they will undertake to supply the article to this Department on most
competitive rates. The figures indicated in the catalogue do not constitute any
commitment on the part of department to purchase any of the articles in the
quantities shown therein against each or in any quantity whatsoever. It is further
made clear that the Department does not bind itself to purchase all or any
quantity mentioned in the catalogue and no objection against the quantity of the
indent of approved item being more or less than the approximate quantity will be
entertained and shall not be acceptable as a ground for non supply on the
quantity indented.
(ii)Price Preference: - Price preference/ purchase preference will be given to the
goods produced or manufactured by industries of Rajasthan over goods produced
or manufactured by Industries out side Rajasthan as per Purchase of Stores
(Preference to Industries of Rajasthan) Rules, 1995. It is clearified that
purchase preference only be granted to the industries of Rajasthan.
(iii) (A) Comparison of Rates: - In comparing the rates tendered by firm
outside Rajasthan and those in Rajasthan but not entitled to Price
Preference under the Rules, the element of Rajasthan Sales Tax (VAT)
shall be excluded whereas that of Central Sales Tax shall be included.
(B) While comparing the rates in respect of firms within Rajasthan,
the element of Rajasthan Sales Tax (VAT) shall be included.
33. Validity :- Tenders shall be valid for a period of six months from the date of
opening of tender.
34. The Department reserves the right to accept any tender not necessarily the lowest,
reject any tender without assigning any reasons and accept tender for all or anyone
or more of the articles for which tenderer has been given or distribute items of
stores to more than one firm/supplier.
35. The Tenderer shall furnish the following documents at the time of execution of
agreement :-
(i) Attested copy of Partnership Deed in case of Partnership Firms.
(ii) Registration Number and year of registration in case partnership firm is
registered with Registrar of Firms.
(iii) Address of residence and office, telephone numbers in case of Sole
Proprietorship.
(iv) Registration issued by Registrar of Companies in case of Company.
36 The Store Purchase Committee will have the right of rejection of all or any of the
quotations without giving any reason for the same. The right to conclude parallel
rate contracts with another firm for the stores detailed in this catalogue is also
reserved by the Director of Medical & Health Services, Rajasthan, Jaipur.
37. The Director, Medical and Health Services Rajasthan can extend the original rate
contract, subject to original Terms and Conditions for a period deemed fit by him,
but not exceeding six months, for which the tenderer will have to abide. However
the extension beyond six months can be granted on mutual consent.
Signature of Tenderer with seal
- 22 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
38. The contract for the supply can be repudiated at any time by the Director, Medical
and Health Services, Rajasthan, Jaipur if the supplies are not made to his
satisfaction after giving an opportunity to the Tenderer of being heard and after
reasons for repudiation being recorded by him in writing.
39. Extra stipulation or any other condition contrary to the above Tender conditions
are not acceptable and may render the tender liable to rejection.
40. The tenderer must be signed at the below of Terms & Conditions agreeing to
abide by all conditions of the tender and accept them in toto.
41. FALL CLAUSE
The prices charged for the Store supplies under the contract by successful
Tenderer shall in no event exceed the lowest price at which the successful
Tenderer sells the stores of identical description to any other persons during the
period of the contract. If any time, during the period of the contract, the tenderer
reduces the sales price chargeable under the contract, he shall forth with notify
such reduction to the Secretary Store Purchase Organization, Medical & Health
Services, Rajasthan, Jaipur and the price payable under the contract of the stores
supplied after the date of coming into force of such reduction or sale shall stand
correspondingly reduced.
42. (i) Articles rejected by the purchasing officer will have to be replaced by the
tenderer at his own cost within the time limit fixed by the purchasing officer.
(ii) If however, due to exigencies of government work such replacement either in
whole or in part is not considered feasible, the Store Purchase committee, after
giving opportunity to the tenderer of being heard, shall for reasons to be record,
deduct a suitable amount from the rates. His decision in this matter will be final.
Expenses on Laboratory tests of items supplied shall have to be brone by the
suppliers.
43. Legal proceeding if any arising out of the Tender shall have to be lodged in
courts situated in Jaipur City only.
44. The Stores purchase Committee can relax the terms and conditions in the
exigency of the department work. In case of urgency the Terms & Conditions
will be relaxed by the Director (PH), Medical & Health Services, Rajasthan
Jaipur.
Director (PH),
Medical and Health Services
Rajasthan, Jaipur,
I/We have read the above terms and conditions and I/We agree to abide by the
same.
Signature of Tenderer with seal
.
- 23 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
Special Terms and conditions for Purchase of Equipments & Instruments
1 Technical details, Tender form duly signed in all respect, Earnest Money and all other
required Documents should be submitted in Cover "A" and Financial details, should be
submitted in Cover "B" otherwise tender will not be considered.
2 Pre-requisite if any for installation, including UPS, Computer, Printer, and other items
should be provided by the firm in technical bid and financial bid respectively.
3 Comprehensive Guarantee period with spare parts for as mentioned in technical
specification (from the date of installation/ demonstration). Acceptance of
Comprehensive annual maintenance Contract as mentioned in technical
specification after Expiry of Comprehensive Guarantee period should be submitted with
the cover" A" and Rates in cover "B" respectively. The price of CAMC shall be
taken into account while evaluating the price bid. (Annexure-H) CAMC will be
commence after guarantee period on a written request made by the concerned
purchase officer(s) to the firm. 4 Training for the Quoted equipment/machine if required will be provided by the firm
without any additional charges.
5 During breakdown of equipments/machine firm will depute the engineer for immediate
rectification of defect within 48 hours positively otherwise a sum equivalent to 0.25% of
the cost of equipment per day will be recovered from the firm as penalty from the date of
intimation.
6 4-6 nos preventive maintenance visits and any number of breakdown emergency calls will be provided by the firm during guarantee and CAMC contract period.
7 Conditional tenders will not be considered.
8 List of consumable items is to be provided in technical bid which is not covered
under the guarantee period otherwise all the consumable will be treated as spare
parts covered under the guarantee. 9 Transshipment will be permitted and partial shipment not allowed.
10 Payment will be released after installation, demonstration of machine& training
satisfactorily.
11 The bidder should quote rates in Indian rupees and payment will be made in Indian rupees.
(INR)
12 All certificate should be valid on the date of submission of tender & issuing of work
order.
13 The bidder should have well equipped local service center in India preferably in Rajasthan. 14 The bidder should be a manufacturer/Importer who must have manufactured/ Imported and
supplied and installed satisfactorily quoted item in India to the extent of atleast 50% in
last two Calendar years (2007 &2008) of the quantity specified in the NIT. The list of
such installation of the quoted equipments are to be provided by the bidder in the enclosed
Performa.(Annex.-I)
15 In case of imported item the bidder will have to produce third party inspection report
from NABL approved lab or ERTL or DGS&D or Govt. of India lab or Govt. of India approved lab pertaining to specification and performance of each supplied machine with
the consignment. All expenses regarding third party inspection will be borne by the
bidder.
.
I/We have read the above terms and conditions and I/We agree to abide by the same.
Signature of Tenderer with seal
- 24 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
Annexure-C
(Catalogue)
Approx. Quantity-24
1. Technical Specification of VENTILATOR
Performance Requirement
Microprocessor controlled ventilator system should be suitable for neonates to adults.
Ventilation Modes and Breath Type
Volume cycled , pressure controlled .
Controlled ventilation, Assist Control, Synchronised intermittent mandatory ventilation (SIMV)
and Pressure support mode of ventilation.
PRVC or equivalent/VAPS/ASV.
BIPAP or equivalent, Inverse ratio ventilation
Continuous positive airway pressure.
Controls for Tidal Volume, Breath Rate, FiO2,PEEP,CPAP, I/E Ratio, Pressure support
sensitivity and pressure limit.
Monitor and Display inbuilt, colored 10 inch or more.
Screen display of patient parameters including Airway pressure (Peak and Mean airway
pressures), respiratory Rate, I/E ratio and exhaled minute volume.
Display of pressure and flow wave form and loops (pressure and volume).
Display of Trend of monitored parameters, Static and dynamic compliance
Audible and Visual alarms (low and high) for Peak Inspiratory pressure, CPEP/PEEP, Minute
Volume, Respiratory Rate, gas Supply loss and power failure.
Technical Parameters:
Inspiratory Rate- 5-60 BPM
Tidal Volume- 20-1800 ml
Oxygen Concentration- 21-100%
Trigger sensitivity, Pressure Sensitivity--15 to 0.1 cm of water below PEEP
Flow sensitivity- 1-10 liters per min
PEEP/CPAP - 0-30cm of water, pressure support-0-30cm of water
Inspiratory Time- 0.1-5 sec. I/E Ratio- 1:8 to 4:1
Provision for inspiratory hold
Inspiratory pressure- 5-80 cm of water.
• The system should have compressed air source for ventilator functioning by medical air
compressor. The medical air compressor should be the same principal/manufacturer.
• Medical air compressor should automatically activate in the event of wall air supply loss.
• Nebuliser - ultrasonic, reusable, of international standards - inspiration synchronised.
Signature of Tenderer with seal
- 25 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
• Should have leak and flow compliance compensation.
• Flow sensor should be reusable, streilisable (autoclavable) and long life covered under
warranty. There should be atleast two reusable flow sensor and description should be
given.
• Oxygen cell should have life for 60 months (5 yrs) or else should replace it if free of cost.
The Main unit should have
• Humidifier, temperature compensated-Fischer and Paykel make.
• Patient breathing system-silicone, autoclavable for adult pediatric and pediatric
neonatal (2 Nos. Each) and bacteria filters,
• Built in battery allowing operation atleast 1 hour for ventilator.
• UPS battery backup for compressor for atleast 30 mins.
• All standard accessories like hinge arm, noncorrosive movable trolley with front
brakes etc.
• Should have CE marked and USFDA approved.
• The company/firm should submit relevant certificates of IEC safety standards.
• Guarantee should be of 5 yrs CAMC for next 5 yrs.
Signature of Tenderer with seal
- 26 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
Annexure-C
(Catalogue)
Approx. Quantity -19
2. Technical Specification of High Frequency C-Arm Image Intensifier
with orthopedic table
(A) Image Intensifier
1 Image Intensifying tube 9 Inches, Triple Field Normal=9", Zoom 1=6", Zoom
2=4.5"
2 Norminal Entrance
Field Size
23cm
3 Output Image Diameter 20mm
4 CCD Camera High Resolution Compact CCD Camera 1/2" Size.
Pixels 752(H)x582(V) or More
5 Monitor 2 Nos 15" or more Monitors along with a trolly
(B) C-Arm Mobile Stand
1 Rotation +/- 180 Degrees
2 Motorized Up/Down 430mm
3 Horizontal Travel 220mm
4 Are Orbital Movement 115 Degrees
5 Wig Wag +/-12.5 Degrees
Control should have 2
separate steering for
controlling back and
front wheel movements
(C) X-Ray Generator
1(a) Tube Head 40 KHz, Rotating Anode Tube with Focal spot size of
0.3 mm (FLR) & 0.6mm (RAD) of japan or CEI/IAC,
Italy or BEL, India make.
(b) Max Voltage 40-110kv or wider
(c) Flourscopic mA 0.3-4 mA or wider
(d) Radiographic mA Upto 100mA or more
2 Invertor
(a) Mains Voltage 230V AC+/-10%, 50Hz
(b) Max output power 5KW or more
Control
1 LCD Digital Display of -KV : 40 to 110. User selectable
-MA
-Flouro time & Radio mAs
-Error dispaly
-Tube heat storage capacity (%thermal)
2 Technic Selection Flouro & Red Mode selection
3 Radiographic Timer An inbuilt Red Timer enable to sheet continuous
variable mAs for Radiography
4 Flouroscopic Timer 5 minute cumulative timer with Buzzer
5 Flouro mA Continuous variable
6 Image orientation on
monitor
Rotation +/- 180 degree, Flipped and Mirrored function
should be available in both monitors and control unit
both monitors.
Signature of Tenderer with seal
- 27 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
7 Monoblock Temp
sensor
Thermal safety cut off
8 Self Diagnostic Auto error detection like power supply error, invertor
error, filament error, rotar error, monoblock hot error
should be displayed on LCD display.
9 Power Supply Single phase 230V, +/-10% AC, 50Hz (Equipment
operatable on standard 15 Amp power socket) with
independent earthing.
10 Automatic Dose Rate
Control
ADR control in flouro mode by which mA & KV should
be set automatically as per the thickness of the organ.
(D) Image Memory System
100 Frame memory with following features:
1. Feature of LIVE/LIH.
2. Averaging 1 to 16 frame
3. Permanent storage up to 100 frame
4. Negative Image Feature.
5. Zoom feature
6. Multiple Image function for viewing 4 or more images at a time.
7. Pan drive provision
8. PC Connectivity
Accessories 1. Detachable cassette Holder for taking X-rays on 8"x10" films
2. Lead Aprons - Two nos.
Servo voltage stabilizer of suitable rating.
BIS/SIS and AERB Certification
1. Should be FDA,CE, UL or BIS approved product.
2. Shall comply with AERB guidelines and type approved by AERB.
3. Comprehensive training on application after installation for one week on site for
one doctor and 2 technologists.
4. Electrical safety conforms to standards for electrical safety IEC-60601-1
General Requirements.
(E) O.T. Table
Electric (Remote control operated) C-Arm Compatible table with ortho
attachment one No. to be supplied with the C-Arm Accessories : L-Shaped Anesthetic frame, Shoulder support with pad, padded
Armrest, lateral support with pad, wrist strap, water proof rubber mattresses should
be supplied with the table, Lithotomy crutches padded.
Ortho attachment : Pelvic rest, Pelvic support, Inner thigh support, Foot plate
with ortho shoes, Tibia attachment, Head surgery table, Hand traction device
(Humerous positioning), Head rest for shoulder surgery etc. should be supplied
with the table stain main pin holding clamp.
Movements :
Elevation : Electromagnetic
Trendelburg : Electromagnetic
Lateral Position: Electromagnetic
Kidney surgery position: Electromagnetic
Lithotomy position: Electromagnetic
Chair position : Electromagnetic
C-Arm Compatibility: Electromagnetic
Signature of Tenderer with seal
- 28 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
Technical Data
Table top length (Inch) : 74"-78"
Table Top Width (Inch) : 19"-21"
Min. Height (Inch) : 30"
Max. Height (Inch) : 42"
Trendlburg position Head Down : 30 Deg.
Trendlburg position Head Up : 30 Deg.
Tilt to either side : 20 Deg.
Back section adjustment down : 40 Deg.
Leg section adjustment down : 90 Deg.
Head section adjustment down : 90 Deg.
Head section adjustment Up : 15 Deg.
Other Requirements :
1. Company should have local service facility.
2. Guarantee of complete machine should be 3 years from the date of installation
including tube.
3. AMC rates for 7 years after the Guarantee period should be submitted.
Signature of Tenderer with seal
- 29 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -505
3. Technical Specification -Room Thermometer
• It should be water proof.
• Digital read out should be large.
• Temperature should be displayed in centigrade.
• Thermometer should check temperature every second for quick and
accurate measurements.
• There should be maximum and minimum reading memory.
• Battery replacement should be easy.
• Measuring range: 10-50ºC.
• Display accuracy: ± 1ºC.
• Display resolution: 0.1º
• Display reading update: 1 second.
• Battery: 3 volt Lithium, size CR 2032/equivalent x 1 piece (included)
Signature of Tenderer with seal
- 30 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -35
4. Technical Specification- Vacuum Cleaner
Main features:
• Should be canister type with blower
• Cord length should be approx. 5 m.
Dust collection:
• Dust bag capacity should be approx. 3.5L.
• There should be dust level indicator.
• There should be air infiltration.
Cleaning attachments:
• There should be extension tubes.
• There should be different types of nozzles and brushes for different
purpose.
Additional features:
• There should be varying suction power along with foot operated on/off
switch.
Power requirements:
• Voltage- 230V
• Frequency-50Hz
• Power consumption- 1300W.
Approximate dimensions:
• Width-280mm
• Height-230mm
• Length-550mm
• Weight-6kg.
There should be after sales service with a warranty period of 2 year.
Signature of Tenderer with seal
- 31 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -35
5. Technical Specification-Training Mannequin (Neonatal
Resuscitation Baby)
• Should have anatomically accurate head and airway with landmarks-
trachea, esophagus, stomach and simulated lungs.
• Anatomical features should allow oropharyngeal and nasopharyngeal
airway insertion, oral and nasal intubation and suctioning.
• Chest should fall and rise with ventilation- realistic chest compliance for
chest compression should be there.
• Umbilical cord with two arteries and one vein facilating high and low
Umbilical artery and vein catherization should be present.
• Nasogastric and orogastric tube insertion, care, medication,
administration and removal should be possible.
• Should allow gastric lavage and gavage feeding.
Signature of Tenderer with seal
- 32 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -20,000
6. Specification for ARI Timer
General Description :
Timer, respiration for Acute Respiratory infections.
Technical Specification:
Respiration rate timer. Activated by pressing center of timer. Gives an audible
signal at beginning, after 30 seconds and at end of 60 second counting cycle. Also gives
audible indication of operation throughout cycle. Electronic, battery operated, designed
to last for 10,000 counting cycles for 60 seconds. Batteries are not replaceable. Includes
cord for wearing timer around neck, leaving health worker's hands free.
Weight Volume/Dimensions:
-estimated weight: 0.050kg
-estimated volume : 0.207cdm
Packaging and Labeling
Primary packaging : Unit of use one (1) timer in plastic bag+box with manufactures
instruction for use.
Signature of Tenderer with seal
- 33 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -139
7. Technical Specification of Double sided blue light
phototherapy •••• Description of function:
Phototherapy units are used to treat hyperbilirubinemia, a condition
characterized by high bilirubin concentrations in the blood. These
units are also called: bilirubin lamps, bilirubin lights, fiber optic
phototherapy blankets, neonatal phototherapy units.
Operational requirements:
(i) It should be tube light based phototherapy unit used for clinical
management of neonatal hyperbilirubinemia.
(ii) The lamp unit should be made with metallic lamp module with
metallic top cover for efficient heat dissipation to reduce radiant heat
on infant.
(iii) It should occupy very little bed-side space. And offer convenience in
observation and procedures.
(iv) The unit should be mobile with 3 swivel castors of 2 inch diameter
fixed to a T-shaped base to be accommodated beneath trolley/ bed
with adjustable heights. The bassinet unit should be mounted on four
swivel castor of 4 inch diameter and should be able to move
independently of the top unit.
•••• Technical specifications:
(i) Height: adjustable with upper limit at least going up to
1570mm. Width: 730mm + 10mm. Length: 500 + 10mm.
Bassinet unit- Height: 1015mm+10mm, width: 750mm+10mm,
length: 525+10mm. Transparent cabinet with two collapsible
walls.
(ii) Irradiance at 430-480nm- effective to the baby of at least
18mw/cm/nm at 45cm from the lamp.
Signature of Tenderer with seal
- 34 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
(iii)Lamps: (6 blue) tube lights of 20W. Each of TL 52 (Philips)/
equivalent for each unit.
(iv)Time totaliser- electronic.
(v)Therapy duration timer-resettable.
(vi)Base unit approximately-6-8cm from the mattress unit.
(vii)Coating: Epoxy/ powder coated body for scratch and rust
prevention.
(viii)Ballistics chocks should be located at the base to decrease the
heat and increase the stability of the unit.
•••• System configuration-accessories , spares and consumables:
(i) System as specified.
(ii) All consumables required for installation and standardization of
system to be given free of cost.
(iii) 25 tube lights should be supplied along with each unit.
(iv) Phototherapy eye pads 100 each for preterm and term babies to be
provided free.
•••• Environmental factors:
(i) The unit shall be capable of being stored continuously in ambient
temperature of 0-50ºC and relative humidity of 15-90%.
(ii) The unit shall be capable of operating continuously in ambient
temperature of 10-40ºC and relative humidity of 15-90%.
•••• Power supply:
(i) Power input to be 220-240VAC, 50 Hz fitted with
Indian plug.
•••• Standards, safety and training:
(i) It should be FDA/CE/UL/BIS/ equivalent approved product.
Signature of Tenderer with seal
- 35 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
(ii) Manufacturer/supplier should have an ISO certification for quality
standards.
(iii) Comprehensive warranty for 2 years and 5 years CMC after
warranty and it includes checking flux as per specification every
month. CMC would include all electrical, electronic and
mechanical items. The CMC should provide at least 25 blue light
tubes every year per unit.
•••• Documentations to be provided:
(i) User/Technical /Maintenance manuals to be supplied in English.
(ii) Certificate of calibration and inspection.
(iii) List of equipments available for providing calibration and routine
Preventive Maintenance Support ass per manufacturer
documentation in service/technical manual.
(iv) List of important spare parts and accessories with their part
number and costing.
(v) Log book with instructions for daily, weekly, monthly and
quarterly maintenance checklist. The job description of the
hospital technician and the company service engineer should be
clearly spelt out.
Signature of Tenderer with seal
- 36 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -890
8. Technical Specification -Neonatal stethoscope(binaural)
(ii) Double cup neonatal stethoscope.
(iii) Chest piece in stainless steel with non-chill plastic rim.
(iv) Diaphragm approximately 20mm.
(v) Sensitivity approximately 3.0dB from 50-500Hz (cardio).
(vi) Sensitivity approximately 8.0 db from 600-1500Hz
(pneumo).
(vii) Y tube: treated rubber with a large diameter.
(viii) Arms: stainless steel or chrome brass, with treated spring for
lasting elasticity and comfort.
(ix) Removable plastic ear pieces.
(x) Device is produced by ISO 9001 certified manufacturer
(certificate to be submitted, for further details please check
“technical provisions”)
•••• Supplied with:
(i) 1 x spare set of earpiece.
(ii) 1 x spare diaphragm.
(iii) User manual with trouble shooting guidance in English.
(iv) Technical manual with maintenance and first line technical
intervention instructions, in English.
(v) List of priced accessories.
(vi) List of priced spare parts.
(vii) List with name and address of technical service providers in
India.
(viii) Proposal for full warranty up to 1 year from date of installed
properly, covering on-call technical interventions, spare
parts and travel.
Signature of Tenderer with seal
- 37 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C(Catalogue)
Approx. Quantity -266
Technical Specification
9. Electrically operated pressure controlled slow suction machine
• Description of function:
To extract fluid from body during emergency treatment.
• Operational requirements:
(i) Electrically operated inbuilt slow suction
(ii) Facility to adjust the pressure with regulator (0-11mmHg)
(iii) Unbreakable, Autoclavable suction Bottle with silicon tubing.
(iv) The machine should be portable on four wheels and handle for
transportation.
• Technical specifications:
(i) It should have two bottles of 1/2L (as per requirement) with
synthetic rubber lids. The bottle shall be fitted with the
arrangement to prevent overflow of fluid.
(ii) On/Off switch and power indicator should be available.
(iii) Body material: base, top and panel should be made of rust proof
and corrosion resistant moulded ABS/stainless steel. The
jar/bottle material: autoclavable polycarbonate.
(iv) Inbuilt maintenance free battery. The battery backup up to
60minutes on full charge. It should be provided with cable for
ambulance/ car use.
• Systems configuration accessories, spares and consumables:
(i) System as specified.
(ii) There should be a core lead of 2 meter along with one 3 pin 15
amp, plug-01.
(iii) Power cable-3 core lead of 5 meter along with one 3 pins 15
amp, plug-01.
(iv) The following spare parts per machine are also required:-
Signature of Tenderer with seal
- 38 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
a. Bottles- 2
b. Lids-2
c. Rubber seals- 2
d. Base- 2
e. Suction tubing set- 1
• Power supply:
(i) The power input should be 220-240VAC, 50 Hz fitted with
an Indian plug.
(ii) A fuse/ a resettable circuit breaker of an appropriate
capacity should be incorporated for protection of motor.
(iii) It should work on 220-240VAC as well as batteries. The
mains adaptor is to be supplied.
• Standards, safety and training:
(i) It should conform to BIS standard for suction
apparatus the unit should comply with relevant IEC
safety standard.
(ii) Manufacturer/supplier should have ISO certification
for quality standards.
(iii) There should be a comprehensive warranty for 3 years.
• Documentation: (i) User/technical/maintenance manuals to be supplied in
English.
(ii) List of important spare parts and accessories with
their part number and costing.
(iii) Log book with instruction for daily, weekly, monthly
and quarterly maintenance checklist.
� Comprehensive Guarantee for three years
Signature of Tenderer with seal
- 39 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C(Catalogue)
Approx. Quantity -260
10. Technical Specification for Light weight Medical Oxygen Cylinder Water capacity around – 5 Liter, Oxygen Capacity around – 680 Liter
Light Weight Medical Oxygen Cylinder:
1. The Medical Oxygen Cylinder should be made of high quality strength Aluminum alloy with heat sensitive coating and duly approved and certified by the department of explosives Nagpur. The CCE approval should be provided with the technical bid.
2. Aluminum Cylinder should be of DOT-3AL-2015standard/or any other equivalent international standard having the weight of less than 4 kg (Empty).
3. The capacity of the cylinder should be around 680 liters Medical Oxygen gas.
4. Since portability of the cylinder is vital, the filling pressure of the cylinder should be minimum 140 Bar having test pressure of 250 Bar. Test certificates of the cylinders from the cylinder
manufacturer should also be provided
5. The color code of the cylinders should be as per IS : 3933-1966/ISO with all updating till date
6. The valve fitted on top of the medical cylinder should be as per IS: 3745-1978 so as to make sure that the cylinder is easily refilled anywhere in India and there is no need for any custom made refilling hose /station/connector.
7. All fitting of medical oxygen cylinder should be leak proof and there should be no chances of leakages.
8. Medical oxygen cylinders and all other fitting should be hygienic and there should be no chances of contamination.
9. There should be a certification from the cylinder manufacturer ensuring after sales service & periodic testing of cylinders required as per gas cylinder rules 1981.
10. The supplier should have a cylinder periodic testing facility and approval from the Chief Controller of Explosives to provide the same
11. Only light weight sample venders shall be approved for price bid opening.
12. Cylinder should be supply with gas. Firm should submit their items for demonstration.
Signature of Tenderer with seal
- 40 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -340
11. Technical Specification for Light weight Medical Oxygen Cylinder Water capacity around – 10.7 Liter, Oxygen Capacity around – 1700 Liter
Light Weight Medical Oxygen Cylinder
1. The Medical Oxygen Cylinder should be made of high quality strength Aluminum alloy with heat sensitive coating and duly approved and certified by the department of explosives Nagpur. The CCE approval should be provided with the technical bid.
2. Aluminum Cylinder should be of DOT-3AL-2015 standard/or any other equivalent international
standard having the weight of less than 11 kg (Empty)
3. The capacity of the cylinder should be around 1700 liters Medical Oxygen gas
4. Cylinder should be fitted with valve safeguard and the same should be suitable to hand carry the cylinder.
5. Since portability of the cylinder is vital, the filling pressure of the cylinder should be minimum 150 Bar having test pressure of 250 Bar. Test certificates of the cylinders from the cylinder manufacturer should also be provided
6. The color code of the cylinders should be as per IS : 3933-1966/ISO with all updating till date
7. The valve fitted on top of the medical cylinder should be as per IS: 3745-1978 so as to make sure that the cylinder is easily refilled anywhere in India and there is no need for any custom made refilling hose /station/connector
8. All fitting of medical oxygen cylinder should be leak proof and there should be no chances of leakages
9. Medical oxygen cylinders and all other fitting should be hygienic and there should be no chances of contamination
10. There should be a certification from the cylinder manufacturer ensuring after sales service & periodic testing of cylinders required as per gas cylinder rules 1981.
11. The supplier should have a cylinder periodic testing facility and approval from the Chief Controller of Explosives to provide the same
12. Only light weight sample venders shall be approved for price bid opening.
13. Cylinder should be supply with gas.
Firm should submit their item for demonstration.
Signature of Tenderer with seal
- 41 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -130
12. Technical Specification for Light weight Nitrous Oxide Cylinder Water capacity around – 5 Liter, Nitrous Oxide Capacity around – 1750 liter
Light Weight Nitrous Oxide Cylinder :
1. The Nitrous Oxide Cylinder should be made of high quality strength Aluminum alloy with heat sensitive coating and duly approved and certified by the department of explosives Nagpur. The CCE approval should be provided with the technical bid.
2. Aluminum Cylinder should be of DOT-3AL-2015 standard/or any other equivalent international having the weight of less than 4 kg (Empty)
3. The capacity of the cylinder should be around 1750 liters nitrous oxide gas.
4. Since portability of the cylinder is vital, the filling pressure of the cylinder should be minimum 140 Bar having test pressure of 250 Bar. Test certificates of the cylinders from the cylinder manufacturer should also be provided
5. The color code of the cylinders should be as per IS : 3933-1966/ISO with all updating till date (French blue)
6. The valve fitted on top of the medical cylinder should be as per IS: 3745-1978 so as to make sure that the cylinder is easily refilled anywhere in India and there is no need for any custom made refilling hose /connector
7. All fitting of Nitrous Oxide cylinder should be leak proof and there should be no chances of leakages
8. Nitrous Oxide cylinders and all other fitting should be hygienic and there should be no chances of contamination
9. There should be a certification from the cylinder manufacturer ensuring after sales service & periodic testing of cylinders required as per gas cylinder rules 1981.
10. The supplier should have a cylinder periodic testing facility and approval from the Chief Controller of Explosives to provide the same
11. Only light weight sample venders shall be approved for price bid opening.
12. Cylinder should be supply with gas.
Firm should submit their item for demonstration.
Signature of Tenderer with seal
- 42 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -100 13. Technical Specification for Light weight Nitrous Oxide Cylinder
Water capacity around – 10.7 Liter, Nitrous Oxide Capacity around – 4000 Liter
Light Weight Nitrous Oxide Cylinder : 1. The Nitrous Oxide Cylinder should be made of high quality strength Aluminum alloy with heat sensitive coating and duly approved and certified by the department of explosives Nagpur. The CCE approval should be provided with the technical bid.
2. Aluminum Cylinder should be of DOT-3AL-2015 standard/ or any other equivalent international having the weight of less than 11 kg (Empty)
3. The capacity of the cylinder should be around 4000 liters nitrous oxide gas
4. Cylinder should be fitted with valve safeguard and the same should be suitable to hand carry the cylinder.
5. Since portability of the cylinder is vital, the filling pressure of the cylinder should be minimum 150 Bar having test pressure of 250 Bar. Test certificates of the cylinders from the cylinder manufacturer should also be provided
6. The color code of the cylinders should be as per IS : 3933-1966/ISO with all updating till date(French Blue)
7. The valve fitted on top of the medical cylinder should be as per IS: 3745-1978 so as to make sure that the cylinder is easily refilled anywhere in India and there is no need for any custom made refilling hose /station/connector
8. All fitting of Nitrous Oxide cylinder should be leak proof and there should be no chances of leakages
9. Nitrous Oxide cylinders and all other fitting should be hygienic and there should be no chances of contamination
10. There should be a certification from the cylinder manufacturer ensuring after sales service & periodic testing of cylinders required as per gas cylinder rules 1981.
11. The supplier should have a cylinder periodic testing facility and approval from the Chief Controller of Explosives to provide the same
12. 12 Only light weight sample venders shall be approved for price bid opening. 13. Cylinder should be supply with gas. Firm should submit their items for demonstration.
Signature of Tenderer with seal
- 43 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -50
14. Technical Specification of EMERGENCY FIRST AID KIT WITH RESPIRATOR CARE EQUIPMENT
EACH KIT SHALL CONTAIN AUTOMATIC & MANUAL RESUCITATOR, OXYGEN
INHALATION SUCTION PUMP INTUBATION SET, DIAGNOSTIC
INSTRUMENT, NEEDLE HOLDER & INFUSSION DRESSINGS ETC.
AUTOMATIC RESUSCITATOR - ONE SET
It shall work on pneumatically controlled, time cycled, flow adjustable, positive pressure ventilator to meet all
emergency situation for respiratory support.
The equipment shall be easy to operate with inspiratory, expiratory and flow adjustments for breathing
frequency of adult & children for continuous ventilation automatically with following accessories:-
1. Three sizes face masks with tubing
2. Oxygen cylinder 3 ltr water capacity bull nose, Light Aluminum.
3. Single stage gauge regulator
4. Refilling kit for refilling the cylinder bull nose type with pressure
Gauge from a big Cylinder.
Able to work with external cylinder.
Working capacity of unit
Tidal volume 100ml to 1500ml
Breathing Frequency 8 to 30 bpm.
I/E ratio 1:1 to 1:4
Regulator pressure 50 Psi. oxygen
MANUAL RESUCITATOR - ONE SET Manually operated resucitator with double inlet valves for air and oxygen
Attachment: Face masks 3 Nos. (1, 3, & 5) should also be given.
OXYGEN INHALATION - ONE SET
Oxygen flow control from 0 to 10lt./min simply turning by 0 knob.
Supplied with nasal oxygen cathetor, Adult & child poly mask &
Ventimask ( Adult-1 No) for concentration of air & oxygen with tubing.
SUCTION PUMP - ONE SET Manually operated suction pump to aspirate the mucus, blood or other
It can also be
operated from gases by simply turning the suction knob, in the ventilator block, supplied with Suitable
suction cathetor.
Intubations set - ONE SET
Laryngoscope with three blades and handle, endotracheal tube with cuff &
plain four sizes , resuable type, endotracheal connection set of 12, magills forceps.
introducing forceps, mouth bite
DIAGNOSTIC INSTUMENTS - ONE SET
Stethoscope - one No.
ISI mark aneroid sphygnomanometer - one No.
Percussion hammer - one no.
Tongue spatula - one no.
Examination torch with two dry cell plastic body - 1 no.
ISI mark clinical thermometer - 1 no.
INFUSSIONS, DRESSINGS & OTHER - ONE SET
I.V. rod in two sections -1 no., I.V. set disposable - 1 no.
- 44 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
Adhesive plaster USP size 5cm. x 5mt. - one roll
Sterilized gauge 20cm. x 20cm. - 2 Nos.
Rolled bandage 4 nos.
Dressing scissor SS 15cm. S/B - one no., Dressing forceps SS 12.5cm - One.
Tissue forceps SS - one no.
Haemostatic forceps straight SS size 12.5cm. one no.
Needle holder SS 15cm. - one no.
Disposable syringes 5ml. – 2 nos. .
Disposable needle 22/24g. ( 1 pack of 10-12)
Splints - one set (Pack of 6)
Cylinder key. .Weight should not be mode than 20 kg. and saixe should be either 24" or lesser.
Signature of Tenderer with seal
- 45 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -150
15. Technical Specification of Fully Automatic Sterilizer - ( Table Top
Flesh Autoclave)
1. Fully Automatic- Microprocessor Controlled with LCD & audio visual alarms.
2. Single/Minimal button operation for the use on table Top.
3. Chamber should be made of non magnetic, stainless steel, front loading,
Square/Rectangular/Rounded with capacity around 20 lit. ( + 5 Lit ).
4. Power consumption should be below 5kw
5. Autoclave should have capability of dry and wet cycle.
6. Should be capable of liquid and wrapped sterilisation cycle
7. Indicators should be there for low water level, temperature and cycle time
8. Contain a door safety radial locking device
9. The equipment should be BIS/CE Market/USFDA or equalant
International standard Approved quality. Should have accessories like
steel trays & tray wider.
Signature of Tenderer with seal
- 46 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -25
16. Technical Specification of AIR STERILIZER (CEILING MODEL )
The Unit should be able to be fixed to the ceiling Mounting. The equipment should have three
different processes to filter the air and these should include : (a) Pre- filter to remove particulate
matter. (b) An Electrostatic and ionizing Filter of not less than 14" x 18" x 4" dimension to remove
charged particles and organisms. (c) An Activated Carbon Filter to remove fumes and odours. The
Unit should have Ultraviolet lights to kill micro-organisms. The unit should be Capable of sterilizing
room volume upto 300 m3 with variable speed at an air flow rate of not less than 1000 m3 per hour.
The unit should be capable of adsorbing particles including upto 0.1 micron size and PRR should not
be less than 650 m3 per hour. The unit should have rust proof body and wireless remote controlled
operation. The Unit should be capable of prolonged round the clock continuous operation with power
consumption including UV light of less than 150 watts of Power Supply of 230 V, 50 -60 Hz. The
Unit should have low noise level. The supplier should ensure functioning & regular change of pre-
filter and deionization of the Electrostatic filter bimonthly for 5 years. Tenderer must submit
documents pertaining to supplies/ installations in reputed Health Institutions during last 3 years,
supported by relevant Purchase Orders/ Installation Reports / Certificates for satisfactory performance
for quoted model. Unit should have CE/USFDA/ISO: 13485 certified and should submit a Test
Report issued by a National or State approved test laboratory in conformance to the technical
requirements.
Signature of Tenderer with seal
- 47 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -200
17. Technical Specification of Bio Medical Waste Automatic Shredding
Machine(15 to 20 Kg)
Capacity: 15 to 20 Kgs/ Hr. (Approx.)
Loading Hopper Capacity: 75 Ltr. Continuous feeding.
Discharge Hopper Capacity: 150 Ltr.
Electrical Supply: 1HP, 440 VAC, 3 ph. 50 Hz supply.
Overall dimensions: 1000mm L x 600 mm W x 1650mm H.
Gross Weight 100Kgs Approx.
Cutting Blade: Hardened, Ground & Plated Steel blades,
1. Individually inserted removable knife disc on cutting rotor.
2. Reversible Stator Knives.
Type of Material can be shred: All Bio Medical waste like I.V. sets, Syringes, Blood/Urine bags
& Plastic bottles etc.
Type of Material can not be shred: All Metal parts like stainless steel utensils and all types of
Glass ware.
Signature of Tenderer with seal
- 48 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -200
18. Technical Specification of Bio Medical Waste Automatic Shredding
Machine (5 to 8Kg)
Capacity: 05 to 08 Kgs/ Hr. (Approx.)
Loading Hopper Capacity: 10 Ltr. Continuous feeding.
Discharge Hopper Capacity: 15 Ltr.
Electrical Supply: 1HP, 230 VAC, 1ph. 50 Hz supply.
Overall dimensions: 600mm L x 400 mm W x 750mm H.
Gross Weight 50Kgs Approx.
Cutting Blade: Hardened, Ground & Plated Steel blades,
1. Individually inserted removable knife disc on cutting rotor.
2 Reversible Stator Knives.
Type of Material can be shred: All Bio Medical waste like I.V. sets, Syringes, Blood/Urine bags
& Plastic bottles etc.
Type of Material can not be shred: All Metal parts like stainless steel utensils and all types of
Glass ware.
Signature of Tenderer with seal
- 49 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -240
19. Technical Specification of Automatic Tissue Processor
Micro processor controlled Automatic Tissue Processor should have twelve stage timing
sequence. Each stage may be programmed for duration ranging between 1 minute to 9 hour
59 minutes in steps of 1 minute.
It should have a delay timer which should be able to be sequenced with the main control and
should be programmable up to 99 hours.
Wax Bath should retain a temperature between 500 to 65
0C through PID temperature
controller. Safety system should function at 10th
, 11th
and 12th
position and should stop the
main unit in stage 9 onwards if the appropriate temperature is not attained in the wax bath.
Slowly rotating two basket rotors are also operated through the microprocessor.
The Tissue processor should have a capacity of one liter and should be supplied with
stainless steel Basket, Basket- Rotor, and Wax -Bath (two nos. each) and ten nos. of stainless
steel Beakers.
Signature of Tenderer with seal
- 50 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -270
20. 20. 20. 20. Technical Specification of Manual Rotary MicrotomeManual Rotary MicrotomeManual Rotary MicrotomeManual Rotary Microtome
Manual Rotary microtome should have universal knife holder base for different knife
holders. It should have a smooth running hand-wheel and ergonomically located
coarse feed wheel for fatigue free operation.
The section thickness setting range should be between 0.5um -60um.
Other Specifications
Trim setting ……………………………………………………………….. 1um 60um
Horizontal stroke…………………………………………………………approx 30mm
Vertical stroke……………………………………………………………..approx 60mm
Maximum specimen size ……………………50 L x 60H x 40 W mm
Signature of Tenderer with seal
- 51 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -150
21. 21. 21. 21. Technical Specification of OperationOperationOperationOperation Table Side end control Table Side end control Table Side end control Table Side end control
1 Five Section stainless steel top.
2 Compact Construction and concealed gear mechanism for hygiene.
3 Accurate & Precise single lever action hydraulic lift controlled by foot pedel.
4 Operating positions:- Back section, trendlenberg, Reverse Trendelenburg and lateral
tilt etc. are precisely and smoothly controlled by different handles from either side
ends.
5 With stainless steel covered base , stainless steel inverted column cover, stainless
steel side railings and accessories are made of Bright Nickel chromium plated.
6 Built in Kidney elevator.
7 A strong and sturdy base incorporating four swivel castors with independent locking
system ensures stability and smooth movement.
8 Company should be ISO 9001 Certified.
9 Company should be ISO 13485 and CE certified (should submit valid certificate)
Standard Accessories:Standard Accessories:Standard Accessories:Standard Accessories:----
* L-shaped Anesthetic Frame-1 Pc
* Shoulder support with pad- 2 Pcs
* Arm board with SS top- 2 Pcs
* Lateral support with pad- 2 Pcs
* Wrist strap- 2 Pcs
* Knee Crutches Geopel type – 2 Pcs
* Water proof rubber mattress- 1 set
Signature of Tenderer with seal
- 52 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -1340
22. Technical Specification of Table examination-ISI Marked IS No. 4787-1968 and
amended up to date
Table top of 18G CRCA sheet M.S. in two sections.
The head flap adjustable on several inclinations both up an down and by easily accessible rack.
The headrest should be adjustable on ratchet. Welded tubular frame work made of 31.7mm OD x
18 G tube for verticals and 25.4 cm OD x 18 G horizontal stays. Fitted with rubber shoe with a
metal washer in the inside base of shoe. Should be provided with upholstered top.
Size : 180 to 185cm L x 60 to 65cm W x 80 to 83 cm H.
Signature of Tenderer with seal
- 53 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -60
23. Technical Specification for Single Puncture Laparoscopes for
Laparoscopic Sterilization and CO2 Insufflators and Cold light Source
Sr.
No.
Description of
Items/Accessory
Proposed specifications Qty.
1 Telescope Telescope 0 degree with parallel/straight eye piece, 10 to 12 mm
diameter.
Fibre optic light transmission incorporated, should be compatible
with the commonly available light cables (necessary adaptors
should be provided)
Can be sterilized by autoclaving, gluteraldihyde solutions and
formalin chamber.
Should have 6 mm instrument channel built-in ring applicator
Working length of 270-275 mm.
1
2 Trocar & Cannula Cannula size +1 mm more than the telescope diameter; should have
an automatic valve and stopcock for insufflations.(Compatible with
supplied telescope).
Trocar should have pyramidal tip. Tip should not be so sharp that
may injure the viscera. The length of the Trocar should be 160-170
mm and the length of the cannula should be 100-110 mm.
2
3 Ring Applicator Ring applicator for use with parallel/straight eyepiece telescope
compatible with the above telescope. Capable of loading two
silastic rings. The ring applicator has to be fully dismantable into
different parts like prone, inner tube, outer tube, knurled ring etc.
2
4 Cone Suitable cones for loading rings to the above applicator 5
5 Slide/guide Suitable slide/guide for loading rings to the above applicator 10
6 Veress Needle Veress Needle with spring loaded blunt stylet with luer lock and
length of 10 cm
3
7 Veress Needle Veress Needle with spring loaded blunt stylet with luer lock and
length of 15 cm
3
8 Essential Spares
(i) Spare washers Spare washers for trocar and cannula and automatic valve 12
(ii) Kits for
cleaning
(i) Cleansing brush set for scopes (5 mm dia & 10 mm dia) of
channel.
(ii) Cannula brush
(iii) Cleaning oil (Silicon oil)
(iv) Trocar Brush .
(v) Special lubricant for stopcock
(iii) Manuals (i) Operational & service manuals with catalogue.
(ii) List of spare parts with part nos.
9 Environment Telescope should be specified for operation up to 45o C and
100% relative humidity.
Signature of Tenderer with seal
- 54 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
10 Carbon Dioxide
insufflators
Electronic CO2 insufflators with pin index connection.
Should have an adjustable flow rate of 0 to 10 ltr.
Per minute and a pressure range adjustable between 0-30 mm Hg.
Pressure and flow rate should be display on the front panel
Provided with silicon autoclavable tubing with luer attachment.
Instrument should work on a supply of 180-240 V. with a frequency of 50
Hz single phase.
Fit for purpose.
The unit should be comply with relevant IEC safety standards. The unit
should be ISI/CE marked. Secuvent safety system for constant monitoring
of intra abdominal pressure and checking over pressure with automatic
back release of CO2 gas within 5 seconds should include 1 pack/10 filter
for CO2 gas.
1
11 High Pressure
hose
High Pressure hose suitable to connect the insufflators with pin indexed
CO2 cylinder.
1
12 Wrench kit Suitable for connecting the insufflators to CO2 cylinder 1
13 Carbon Dioxide
Bottle
5 Ltr.and 20 Ltr. Capacity Carbon Dioxide bottle with pin index
connection
2
14 Cold Light
Sources
Cold Light Sources with dual control having 2 halogen lamps of 250 watts
24V rating each operatable on a 220-240 V and 50Hz supply with suitable
transformer..
Rechargeable battery Back up light source compatible with SP laparoscope
is also to be provided.
Fit for purpose.
The unit should be comply with relevant IEC safety standards.
1
15 Fibre Optic Light
cable
4.5-10.0 mm in diameter. 250-300cm in length compatible with the cold
light source and the commonly available telescope (necessary adaptors
may be provided)
1
16 UPS UPS-1.0 KVA with one hour backup time 1
17 Essential Parts
(i) Mains cord Compatible with insufflators and cold light source 2
(ii) Halogen Spare
Lamp
Halogen Spare Lamp of 250 watts/24 V. 12
(iii) Manuals (i) Operation manual (for insufflators & source)
(ii) Service manual (for insufflators & source)
(iii) Spare parts list (with part no.s)
2
2
2
18 Formalin Chamber
(for Sterilization
of Laparoscope)
Of appropriate size for sterilizing the laparoscope and ISI mark. 1
19 Tray for
sterilization of
Laparoscopes
Of appropriate size for sterilizing the laparoscope and ISI mark. 2
Note: All the Equipment and Instruments, spare parts should be of same brand except CO2
cylinder,
formalin chamber, halogen lamp, sterilization trays, etc.
Signature of Tenderer with seal
- 55 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- C
(Catalogue)
Approx. Quantity -20,000
24. Technical Specification -Weighing scale for Newborn :-
Scales & equipment for growth monitoring :
• Baby Spring Balance - hanging type.
• Nylon casing with Zero adjustment, suspension ring with grip
handle and load hood,
• Calibrated to weight 0-5 Kgs in 100 gms graduation with tricolor
coding,
• Length of the scale 17.5 cm, to be supplied along with a sling for
newborn babies.
Signature of Tenderer with seal
- 56 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
ANNEXURE- D
(USE SEPARTAE SHEET FOR EACH ITEM)
FINANCIAL BID FOR QUOTED ITEM
1 2 3 4 5 6 7 8
Cat
No
Name Item
With full
Specification
Brand Approx
Qty.
Packing
Unit
Net
Rate
Per
packing
Unit
Rate of
RST
(VAT) or
CST if
applicable
Rate of Excise
duty (It should be
included In net
Rate) (Col, 6)
Date Name in Capitals
Company / Firm Seal
NOTE: -
1. Catalogue No. Should Be As Per Numbering In The Catalouge.
2. The Rate Quote Should Be Inclusive of Excise Duty But Exclusive of Sales Tax.
3. Excise Component Should Be Separately Shown in Column No.8 For Further
Reference.(See Condition No. 17.(iv)
4. Rate Should Be Quoted on Separate Sheets For Each Item. (See Condition no. 5)
5. Rate Should Be Quoted Only For Packing Units as mentioned in the Tender
Catalogue.
6. No Quantity or Cash Discounts should be offered.
7. Rate Should Be Written Both in Words and Figures.
8. Read all the Terms & Conditions before filling the Annexure-D.
- 57 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
Annexure-E
Undertaking for Installed manufacturing capacity certificate
(On Non Judicial Stamp Paper worth Rs. 50/- (Notarised))
(To be sumitted with Cover- A)
We....................................................... (Name of firm) do hereby undertake that we
have installed manufacturing capacity of quoted item in the tender has detailed
below:-
S.
No.
Quoted Item Monthly Capacity in all shifts
in nos.
1
2
3
4
5
Place :
Date :
Name & Signature of tenderer with Seal
- 58 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
Annexure-F
(To be submitted with Cover-A)
Certificate
1. We....................................................... (Name of firm) certify that the quoted
model ( of quoted item) is/are of latest technology & have not been outdated
2. We....................................................... (Name of firm) certify that the rates (of
quoted item) are reasonable & not sold on lower rates to anyone than charge from
this institution.
Place :
Date :
Name & Signature of tenderer with Seal
- 59 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
Annexure-G
Undertaking for availability of spare parts & consumables (On Non Judicial Stamp Paper worth Rs.100/- (Notarised))
(To be submitted with Cover-A)
We....................................................... (Name of firm) do hereby undertake that
availability of spare parts & consumables for quoted model of each equipment is at least
for 10 years from the date of installation.
Place :
Date : Name & Signature
of tenderer with Seal
- 60 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
Annexure-H
Undertaking for acceptance of Comprehensive Guarantee
(To be submitted with cover "A") (Spl. T & C No. 3 )
We ....................................................... (Name of firm) do hereby undertake that we
accept condition of Comprehensive Guarantee period with spare parts of each quoted
equipment for at least three years (from the date of installation/ demonstration).
Place :
Date :
Name & Signature of tenderer with Seal
- 61 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
Annexure-I
STATEMENT OF PAST SUPPLIES AND PERFORMANCE
It should be notarized (To be submitted with cover "A")
(Atleast 50% in last two calendar year (2007&2008) of the quantity specified in
the NIT) We ....................................................... (Name of firm) do hereby undertake that we have
supplied ------------- ( Name of each quoted item).as per details given below:-
Date of
completion of
delivery
Calender
Year
S.No Order Placed
by [full
address of
Purchaser with
telephone &
Fax no.]
Order
No.
and
Date
Descripti
on and
quantity
of
ordered
goods
As per
contract
Actual
Remarks
indicating
reasons
for late
delivery, if
any
Has the
equipmen
ts been
supplied
&
installed
satisfact
ory?
2008
2007
Total
(50%)
If the above information found incorrect after verification tender may not be considered.
Place : Date :
Name & Signature of tenderer with Seal
- 62 -
C:\Documents and Settings\csr 302\Desktop\NIT Ventilator etc..doc
Annexure-J
Undertaking for Non Black Listing and Non Banning
((on non-judicial stamp paper worth Rs. 50/-)
(A.) We............................................................. (Name of firm) do hereby undertake
that our company/firm has not been black listed/banned by any Govt.
(Government of India/State Govt.) & their subordinate Departments for
participation/submission of tenders.
Place :
Date :
Signature of Authorized Signatory
Name of Signatory
Designation with seal
(B) We............................................................. (Name of firm) do hereby undertake
that our company/firm has been black listed/banned by
.............................................................. (Name of Govt./Deptt.) & required
information as below :
(i.) Cause of black listing/banning
(ii.) For which item...................................:
(iii.) Period of black listing/banning.
(iv.) Latest Status of black listing/banning
Place :
Date :
Signature of Authorized Signatory
Name of Signatory
Designation with seal