pt. b.d.sharma university of health sciences rohtak
TRANSCRIPT
1
PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK
Website: www.uhsr.ac.in and www.pgimsrohtak.nic.in
SHORT TERM TENDER NOTICE NO.02/2016-17
Short Term Sealed Tenders from Manufacturers/Authorized Dealers are
invited upto 03.06.2016 (12.00 noon) and to be opened on the same day at 3.00 PM
regarding purchase of ‘M&E’ and ‘M&S’ items, Medicines, Pt.B.D.Sharma PGIMS
Rohtak. The Tender form, instructions and detailed specifications are available on the
Websites: www.uhsr.ac.in and www.pgimsrohtak.nic.in. Tender Processing Fee (non-
refundable) is Rs.1,000/-per group in shape of Demand Draft in favour of Controller
of Finance, UHS Rohtak. Tender form for each group must be submitted.
Sd/-
Sr.Professor I/c Purchase
2
PT. B.D.SHARMA UNIVERSITY OF HEALTH SCIENCES ROHTAK SHORT TERM TENDER NOTICE NO.02/2016-17 DUE ON 03.06.2016 UPTO 12.00 NOON
AND TO BE OPENED ON THE SAME DAY AT 3,00 PM
Sealed Short Term Tender from Manufacturers/Authorized Dealers are invited against following Items
required for Pt.B.D.Sharma University of Health Sciences Rohtak. Short Term Tender Instructions and technical
details are available on the University Website: www.uhsr.ac.in and www.pgimsrohtak.nic.in. After downloading
from Website, the tenderers may quote their rates alongwith processing fee of Rs.1,000/-for each Group, in shape of
Demand Draft, drawn in favour of the Controller of Finance, Pt.B.D.Sharma University of Health Sciences Rohtak.
The last date of submission of Tenders complete in all respects is 03.06.2016 upto 12.00 Noon, and to be
opened on the same day at 3.00 PM.
IMPORTANT CONDITIONS: 1. Short Term Tender should be put in a sealed envelop and the wording “SHORT TERM TENDER AGAINST
TENDER NOTICE NO.02/2016-17 FOR GROUP NO. __________, DUE ON 03.06.2016 UPTO 12.00
NOON AND TO BE OPENED ON THE THE SAME DAY AT 3.00 PM” should be written in capital letters.
2. Every tenderer will have to furnish a Certificate to the effect that their firm has not been DEBARRED by
any Central/State Govt./University for Public Sector Business, at the time of purchase/submission of Tender
Form. In case, at a later stage, if the tenderer found debarred, the tender against this Notice will be rejected.
3. THE SHORT TERM TENDER WILL BE ONE BID SYSTEM i.e. TECHNICAL AND PRICE BID
COMBINED.
4. The tenderers will quote their rates with a Rate Validity of atleast 12 months from the date of opening of
Tender and the rates validity may be extended for another six or twelve months.
5. The tenderer should indicate (wherever applicable) the shelf life of the stores offered.
6. The quantity may be increased/decreased or completely withdrawn.
7. For Drugs (Tablets, Injections etc.) Attested copy of Valid Drug License is must to be attached. 8. The tenderer must quote their rates NET i.e. including customs duty (if applicable), %age of VAT/CST/ST etc.
clearly, in Words and In Figures, alongwith the required documents.
9. Any Tender not accompanied without the Tender Processing Fee of Rs.1,000/- per group shall be
straightway rejected and no correspondence in this regard shall be entertained.
10. THE PROCESSING OF TENDER MAY BE CANCELLED FOR ANY OF THE ITEMS OF THE
TENDER WHEN THE SAME IS MADE AVAILABLE BY AGENCIES AUTHORIZED BY GOVT. OF
HARYANA.
11. THE TENDER MAY BE WITHDRAWN/CANCELLED ANY TIME WITHOUT ASSIGNING ANY
REASONS.
12. In case of any difficulty, contact the Sr. Professor I/c Purchase.
OTHER TERMS AND CONDITION:
1. The firms will be informed by Regd. post if the goods are approved, if not approved/rejected the firm should
arrange to have the goods collected at their own expenses.
2. If the goods are not collected these should be sold in open auction at the expiry of 90 days.
3. If the goods are found damaged, the proportionate cost will be deducted from the bill and the firm will be so
informed.
4. Specifically mention in the short terms tender whether quoted rates are including of sales tax or otherwise.
5. Bill will be paid through cheque / draft / RTGS at any branch of the State Bank of India in the name of the firm.
6. Rates should be quoted F.O.R. Pt.B.D.Sharma PGIMS, Rohtak inclusive of packing, forwarding, Octroi charges, if
any.
7. Quotations must be sent in duplicate.
8. Quantity can be increased or decreased including complete withdrawl.
9. Other terms & conditions as mentioned in the supply order will be applicable.
10. Sample of the item(s) for which quoted the rates may be submitted in the Central Store alongwith rates if possible.
11. The envelope containings Short Terms Tender should be sealed and marked as “Short Terms Tender due and open
on stuplated date & Time.
12. Quotations (Rate Quoted by the bidder) under sealed cover may be sent by post/by hand, which must reach to this
office upto stipulated due date and time.
13. If vender fails to supply the goods, the firm may not be allowed to participate in subsequent tenders.
Sd/- Sr.Professor I/c Purchase
4
SHORT TERM TENDER NOTICE NO.02/2016-17
Short Term Sealed Tenders from Manufacturers/Authorized Dealers are invited
by 03.06.2016 upto 12.00 noon and to be opened on the same day at 3.00 PM
PRICE BID
1 2 3 4 5
Schedule Brief
Description
of Goods
Quantity
(Nos.)
Price per unit (Rs.) Total Price
(at
Consignee
Site) basis
(Rs.)
3 x 4 (f) Ex - factory/
Ex -warehouse
/Ex-showroom
/Off - the shelf
(a)
Excise
Duty (if
any) [%age
& value]
(b)
Sales Tax/
VAT (if
any) [%age
& value]
(c)
Inland Transportation,
Insurance for a period
including 3 months
beyond date of delivery,
loading/ unloading and
Incidental costs till
consignee’s site
(d)
Incidental Services
(including
Installation &
Commissioning,
Supervision,
Demonstration and
Training) at the
Consignee’s site
(e)
Unit Price (at
Consignee Site)
basis
(F) =a+b+c+d+e
Total Tender price in Rupees: ________________________________________________________________________________________________
In words: ____________________________________________________________________________________________________________________________
Note: - 1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail.
Name________________________
Business Address________________________
Place: ___________________________ Signature of Tenderer________________________
Date: _________________________ Seal of the Tenderer________________________
6
SHORT TERM TENDER NOTICE NO.02/2016-17
Short Term Sealed Tenders from Manufacturers/Authorized Dealers are invited
by 03.06.2016 upto 12.00 noon and to be opened on the same day at 3.00 PM
TECHNICAL BID
1 2 3 4 5 6
Name of the
Itmes
Make & Model
of the Items,
Name of the
Manufacturing
firms
Demonstration
required,
demonstration
Arranged
Sample
Provided
Yes/ No
Detailed
Specefication
as per NIT
Compliance
as per NIT of
the items
quoted.
7
LIST OF GROUPS:
GROUP
NO.
DEPARTMENTS NAME OF ITEMS REQUIRED
1. RADIODIAGNOSIS Sale of Waste Hypofixer
2. RADIOTHERAPY Purchase of ‘M&E’ items
3. RADIODIAGNOSIS Repair of 500mA High Frequency X-ray Unit for
Radiography Model REX550R/KOB60, Sr.NO.06-231
(LISTEM MAKE) Unit-I installed in Radiology Section of
A&E Deptt. PGIMS Rohtak.
4. DOCTOR HOSTEL Purchase of furniture items
5. CENTRAL STORE Purchase of Polybags
6. CENTRAL STORE Purchase of Face Masks
7. RADIODIAGNOSIS Purchase of Vertebroplasty Needle Sets
8. DRUG STORE Purchase of Injections
9. DRUG STORE Purchase of Medicines
10. EXAMINATION BRANCH
UHS ROHTAK
Purchase of Security Envelops
11. COLLEGE OF PHARMACY Purchase of Respinometer, Microcentrifuge, Paper
electrophoresis, Permeability cup, BOD Incubator
12. PHARMACOLOGY Purchase of Chemicals
13. SPM Purchase of items for Research Lab.
14. BIOCHEMISTRY Purchase of items for Accreditation of Biochemistry Lab. By
NABL
15. SDE Electrical
(PWD) B&R
Purchase of Misc. Electrical items
16. GLUCOSE MFG.UNIT Purchase of Infusion Glass Bottles Cap. 100 ml
17. DRUG STORE
Purchase of Anti Cancer Medicines
18. BOILER SECTION
ANNUAL MAINTENANCE CONTRACT FOR LIGHT
DIESEL OIL FIRED FG/60/02 ANGIRI VR ITALY MAKE
2 STAGE BURNER WITH AUTO CONTROL PANEL
AND ITS SYSTEM—02 MACHINES WITH SPARE
PARTS USED IN THESE MACHINES.
19. CENTRAL STORE
PURCHASE OF CONSUMABLE ITEMS
Sd/-
Sr. Professor I/c Purchase
8
GROUP NO.01
SALE OF WASTE HYPOFIXER—RADIODIAGNOSIS
Cost of tender form Rs.1,000/- (non-refundable) in shape of Demand Draft payable to the
Controller of Finance University of Health Sciences Rohtak.
Sr. Name of items with specifications Qty.
1.
SALE OF WASTE HYPOFIXER
10,000 Ltrs.
(approx.)
TERMS & CONDITIONS:
1) Sealed Technical Bid and Price Bid shall be submitted separately in one sealed envelop.
2) The item shall have to be removed from the Institution as required by the Deptt.
3) The item(s) shall be lifted on ‘As and Where’ basis.
4) The loading and unloading in the truck shall have to be arranged by the contractor at his own
expenses.
5) Weighing charges on ‘DHARAM KANTA’ will have to be borne by the contractor.
6) Payment of goods will have to be deposited with the Cashier of the Institute on the same day.
7) Contractor will have to comply with all the instructions/orders by the Director, Pt. B.D.Sharma
PGIMS Rohtak.
8) The sales tax/income tax if any liable on the items will be borne by the contractor and before the
material is lifted, sales tax and income tax has to be deposited by the contractor to the Sale
Tax/Income Tax Deptt. Further if he fails to do so and the goods were seized by the Sales
Tax/Income Tax Officer, then the contractor shall be responsible to pay the penality and any other
offence committed action taken against the contractor.
9) In case of failure to honour the terms & conditions of the tender, the earnest money will be
forfeited and the contract will be assigned to the next higher bidder or tender will be re-invited.
The decision of the Worthy Director, PGIMS Rohtak shall be final and binding on the tenderer.
Sd/-
Sr.Professor I/c Purchase
9
GROUP NO.02 PURCHASE OF ‘M&E’ ITEMS---RADIOTHERAPY
Cost of tender form Rs.1,000/-(Non-refundable) in shape of Demand Draft payable to the Controller of
Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied/ arranged by the tenderer at the earliest.
Sr. Name of Items Qty.(Nos.)
1. BAROMETER AND THERMOMETER:
Specifications:
Advanced two-in-one barometer and thermometer able to measure the atmospheric air pressure and
temperature should have the following features:
1. Barometer should be standard digital/analog display able to measure in mbar and mmHg.
2. Thermometer should be standard digital display.
3. Able to measure room pressure accurately (to be specified).
4. The pressure range of the barometer should be specified.
5. It should have the pressure range increments in steps or least count of 0.1 mbar.
6. Able to measure atmospheric temperature in Celsius scale.
7. Able to measure room temperature accurately (to be specified).
8. The temperature range of the thermometer should be mentioned.
9. It should have the temperature range increment in steps of 0.1° C.
10. Should have light weight and wall-mount type.
11. Portable and rugged.
12. It should be operated by rechargeable battery.
13. One set of rechargeable battery (extra) along with charger should be provided.
14. The charger provided should be able to plug in 230 V AC (Alternationg Current) mains socket.
15. It should have facility of visible and audible for low battery indication.
16. Rechargeable battery provided should be available in local market.
17. Valid calibration certificate of instruments (for both Pressure & Temperature) from accredited
Laboratory, preferably from National Physical Laboratory, New Delhi.
04
2. DIGITAL POCKET DOSIMETER: A highly sensitive, compact Digital Pocket Dosimeter for measurement of Gamma and X-ray Radiation
dose should have the following features:
1. Clear digital display preferably in 4 digits / higher digits will be preferred.
2. It should have provision of measuring the dose in integrated mode.
3. It should have wide measurement dose range preferably from 1µSv to 10 Sv.
4. Supplier should specify the accuracy, energy range, dose, dose-range, linearity and energy
dependence.
5. Supplier should specify the type of detector.
6. The instrument does not fail even for very high accidental radiation field. It should be specified.
7. It should be operated at high environment temperature ranges from 0° C to 60° C and Relative
humidity should be mentioned.
8. It should be portable and rugged.
9. It should be visible and audible continuous buzzer alarm for low battery indication.
10. It should have long battery life at least use of 400 hours preferred.
11. Continuous buzzer alarm in case of radiation present.
12. It should be operated by preferably rechargeable battery.
13. One set of rechargeable battery (extra) alongwith charger should be provided.
14. The charger provided should be able to plug in 230 V AC mains socket.
15. Rechargeable battery operated and used should be available in local market.
16. It should have a valid calibration certificate preferably from RSS, RSSD, BARC, Mumbai or
National/International accredited laboratory duly approved by competent authority.
17. Any other extra feature should be mentioned.
03
10
3. GAMMA ZONE MONITOR:
A higher sensitive compact Gamma Zone Monitor for detecting and area monitoring of gamma and X-
ray radiation should have the following features:
1. Clear digital display facility.
2. It should be portable and rugged.
3. Detector type used in the gamma zone monitor should be specified.
4. EHT for the detector/counter voltage should be mentioned.
5. The range of the monitor should be specified, preferable is 0 – 100mR/hr.
6. It should be operated at high environment temperature range from 0° C to 60° C and relative
humidity should be mentioned.
7. The instrument does not fail even for very high doses as ordinary GM counter instruments do.
8. It should be able to operate 230 V AC mains socket with battery back up in case of power failure.
9. It should be operated by preferably rechargeable battery.
10. In case of main power failure, the monitor should works immediately with battery backup.
11. One set of rechargeable battery (extra) alongwith charger should be provided.
12. Battery operated and battery used should be available in local market.
13. Continuous audio and visual buzzer alarm is triggered in case of radiation a level exceeds the
preset level.
14. The procedures for preset level should be mentioned in the operating manual.
15. Read out accuracy should also be mentioned.
16. Types of radiation detected are also being mentioned.
17. It should have a valid calibration certificate preferably from RSS, RSSD, BARC, Mumbai or
National/International accredited laboratory duly approved by competent authority.
03
4. DIGITAL CONTAMINATION MONITOR:
A highly sensitive compact digital contamination monitor for detecting and measuring of radiation
contamination level from gamma, beta-ray and alpha radiation should have the following features:-
1. Clear digital display facility.
2. It should be portable and rugged.
3. It should be able to measure background sensitivity level in CPS.
4. It should be able to measure contamination level of 2 nCi (nanocuries) or equivalent.
5. It should be able to measure leakage radiation if any from cobalt-60 and Ir-192 and Sr.90. The
minimum leakage radiation levels detected by the instruments should be specified.
6. Detector type used in the contamination monitor should be specified.
7. Measurement units and measuring ranges of the monitor should be specified.
8. It should be able to measure dose rate level in µSv/hr. The minimum range and maximum range
should be specified.
9. It should be able to measure count rate level in either CPS (counts per second). The minimum
range and maximum range should be specified.
10. EHT for the detector/counter voltage should be mentioned.
11. It should be operated by preferably rechargeable battery.
12. One set of rechargeable battery (extra) alongwith charger should be provided.
13. Battery operated and battery used should be available in local market.
14. Continuous audio and visual buzzer alarm is triggered in case of radiation leakage level exceeds the
present level(recommended by competent authority).
15. Read out accuracy should also be mentioned.
16. Types of radiation detected (alpha, beta and gamma) are also being mentioned.
17. It should have a valid calibration certificate preferably from RSS, RSSD, BARC, Mumbai or
National/International accredited laboratory duly approved by competent authority.
02
5. RADIATION THERAPY VERIFICATION FILM:
A radiation therapy verification film for verification of radiation treatment field and for purpose of
quality assurance of radiation generating telegamma equipments in the department should have the
following features:-
1. Should able to verify the radiation field.
2. Film size should be minimum of 10x12 sq. inch.
3. 50 numbers in one packet.
4. Kodak therapy X-Omat film / equivalent film will be preferable.
5. In case non-availability X-Omat therapy verification film. Equivalent EDR-2 film will be
preferred.
100
(2 Pkts.)
Sd/-
Sr. Professor I/c Purchase
11
GROUP NO.03
Purchase of X-Ray Tube—RADIODIAGNOSIS
Cost of tender form Rs.1,000/- (non-refundable) in shape of Demand Draft payable to the
Controller of Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied/ arranged by the tenderer at the earliest.
Sr. Name of items with specifications
Qty.
1. TOSHIBA MAKE E7252X X-RAY TUBE WITH COMPLETE HOUSING
ASSEMBLY WITH FOLLOWING SPECIFICATIONS:
1. X-ray tube with focal spot size of 0.6 mm and 1.2 mm.
2. Anode heat storage capacity of 300 KHU or more.
3. Rotating anode with anode speed rotation of 9000 rpm or more.
4. KV range of max. 150 KV.
5. KW rating for small focus i.e. 0.6 mm should be 20 KW and large focus
i.e. 1.2 mm should be 50 KW or more.
6. Warranty: should be one year from the date of its installation.
7. Insallation: Free of cost.
8. Rates should be F.O.R. destination i.e. PGIMS Rohtak.
01 No.
Sd/-
Sr. Professor I/c Purchase
12
GROUP NO.04
PURCHASE OF FURNITURE ITEMS----DOCTOR HOSTEL
Cost of tender form Rs.1,000/-(Non-refundable) in shape of Demand Draft payable to the Controller of
Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied/ arranged by the tenderer at the earliest.
Sr. Name of Items Qty.(Nos.)
1.
Steel Chair with arms H-type plastic cam wood
100 Nos.
2
Study table one drawer
60 Nos.
Sd/-
Sr. Professor I/c Purchase
13
GROUP NO.05
PURCHASE OF POLYBAGS----CENTRAL STORE
Cost of tender form Rs.1,000/-(Non-refundable) in shape of Demand Draft payable to the Controller of
Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied/ arranged by the tenderer at the earliest.
Sr. Name of Items with specifications.
Qty.(Nos.)
1. POLYBAGS: Color coded polythene bag for the disposal of Bio Medical Waste in the plant of incinerator,
with dori of specified made of low density polythene film as per 5208 with regard to
thickness tensile strength at break elongation and as per clause 2.1.2 low impact residence
film 35 micron to 40 micron. The polythene should be sturly to withstand the weight, without
tearing giving away. The bags should be leak proof with no tear holes for weak areas with
make Bio-HAZARD.
A) Size 36”x22” (Black) B) Size 36”x22” (Yellow) C) Size 24”x22” (Red) D) Size 22”x18” (Blue)
4000 kg.
2000 kg.
1000 kg.
500 kg.
Sd/-
Sr. Professor I/c Purchase
14
GROUP NO.06 PURCHASE OF FACE MASKS----CENTRAL STORE
Cost of tender form Rs.1,000/-(Non-refundable) in shape of Demand Draft payable to the Controller of
Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied/ arranged by the tenderer at the earliest.
Sr. Name of Items Qty.(Nos.)
1.
FACE MASKS (Tripple layer)
180000
Sd/-
Sr. Professor I/c Purchase
15
GROUP NO.07
PURCHASE OF VERTEBROPLASTY NEEDLE SETS---RADIODIAGNOSIS
Cost of tender form Rs.1,000/-(non-refundable) in shape of Demand Draft payable to the Controller
of Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied / arranged by the tenderer at the
earliest.
Sr. Name of item with specification QTY.
1.
PURCHASE OF VERTEBROPLASTY NEEDLE SET (s):
VERTEBROPLASTY NEEDLE SET (s) with diamond beveled tip 11G
and 13G of 10 & 15 cm length.
15 Nos.
Sd/-
Sr. Professor I/c Purchase
16
GROUP NO.08
PURCHASE OF INJECTIONS—DRUG STORE
Cost of tender form Rs.1,000/- (non-refundable) in shape of Demand Draft payable to the
Controller of Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) to check the quality before comparison of rates, the
same will have to be supplied by the tenderer at the earliest.
Sr. Name of items with specifications
Qty.
1. Inj.Morphine 15 mg/ml—1 ml amp. 750 Nos.
2. Inj.Pentazocin Lactate 30 mg/ml, 1 ml 1150 Nos.
3. Inj. Pethidine HCL 50 mg/ml---1 ml 650 Nos.
4. Inj.Fentanyl Citrate 500 mcg/ml, 2 ml 2000 Nos.
5. Inj. Ketamine HCL 500 mg/ml—10 ml 18 Nos.
Sd/-
Sr. Professor I/c Purchase
17
GROUP NO.09
PURCHASE OF MEDICINES—DRUG STORE
Cost of tender form Rs.1,000/- (non-refundable) in shape of Demand Draft payable to the
Controller of Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) to check the quality before comparison of rates, the
same will have to be supplied by the tenderer at the earliest.
Sr. Name of items with specifications Qty.
1. Silver Sulphadiazine Cream 1% 200 Jars
(each jar of 500 gms.)
2. Injection Albumin 200 ml 50 Nos.
Sd/-
Sr. Professor I/c Purchase
18
GROUP NO.10 PURCHASE OF SECURITY ENVELOPS----EXAMINATION BRANCH UHS ROHTAK
Cost of tender form Rs.1,000/-(Non-refundable) in shape of Demand Draft payable to the Controller of
Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied/ arranged by the tenderer at the earliest.
Sr. No. Name of items with specification
Qty. (Nos.)
1 SECURITY ENVELOPES:-
Outer Height: 13” + Lip to Lip
Outer Width: 12”
Thickness: 350-400 Gauge
Material: LDPE and LLDPE
No. of Colour: 1 colour 1 side
Flap type: Lip to Lip
Type of seal: Thick seal
Security Feature: Void Tape – The envelope shall consist of a red
coloured security tamper tape
No. of layers: 3layers, Co-Extruder, 2Layer of white and 1Layer of
black (inside)
Gumming area: 33mm—Permanent adhesive
Serial number/Barcode: Each envelope should have a sequential
number, machine readable barcode.
3000
2 SECURITY ENVELOPES:-
Outer Height:9.5”+ Lip to Lip
Outer Width: 6.75”
Thickness: 350-400 Gauge
Material: LDPE and LLDPE
No. of Colour: 1 colour 1 side
Flap type: Lip to Lip
Type of seal: Thick seal
Security Feature: Void Tape – The envelope shall consist of a red
coloured security tamper tape
No. of layers: 3layers, Co-Extruder, 2Layer of white and 1Layer of
black (inside)
Gumming area: 33mm—Permanent adhesive
Serial number/Barcode: Each envelope should have a sequential
number, machine readable barcode.
3000
Sd/-
Sr. Professor I/c Purchase
19
GROUP NO.11
Purchase of Respinometer, Microcentrifuge, Paper electrophoresis, Permeability cup,
BOD Incubator --COLLEGE OF PHARMACY
Sr. Parameters
Specifications Qty. (Nos.)
1. Digital Respinometer 03 Nos. Temp. display Digital temperature display
with resolution of 0.1 deg.
C
Temp. control within +/-0.5 deg. C.
Temp. range 5 deg. C above ambient to
60 deg. C
Tank Corrosion resistant SS
Manometers 7 or more graduated
manometers
Spares Additional 2 manometers
and 2 thermocouples for
external
calibration/validation of
instrument
2. Micro-Centrifuge (ultra category) 01 No. RPM / RCF 16000 or more / 30000xg
or more
Max. volume 6x85ml
Time 9h 59min 59sec
Display RPM / RCF/
Timer/Temp./Program
Motor High torque AC induction
motor
Accel/Decel 10 steps
Temp. -10 degree C to 40 degree
C
Refrigeration system Eco-friendly CFC free
Rotor Fixed Angle 1.5/2.0ml x
36, Fixed Angle 50ml x 8
Adaptor 0.2 ml and 15 ml adaptors
SAFETY Imbalance
recognition,emergency
lock recognition
Inbuilt Memory Memory for saving
experiment condition
Chamber Construction Applied stainless steel chamber
to reduce rotational friction heat
Stabilizer Appropriate stabilizer need to be
provided additionally alongwith
site preparation
20
3. Paper Electrophoresis 01 No. Low voltage unit
Electrodes Platinum electrodes
Supporting rods Paper supporting rods or
other mechanism
Buffer capacity 200 ml or more
Power pack Appropriate power pack
with digital display
High voltage unit
Max. operatable voltage 3000 V or more
Electrodes Appropriate platinum or
other electrodes
Buffer capacity 300 ml or more
Power pack
Voltage range:
30-3000V
Display Digital (for voltage,
current and timer)
Additional high volt power supplyfor
electrospinning
Display Digital voltmeter and
current meter
Output voltage 0 to 30kV or more
Output current 0 to 0.3mA or more
Safety feature Automatic High volt
voltage shutoff in case of
short-circuit and in case of
interlock opening
Appropriate circuit
protection
Mode of operation Constant current and
constant voltage mode
Power 9w MAX.
Stability Workable upto8 hours
continuously
4. Permeability cups (with viscometer): 01 No. Cup body material Non-corrosive stainless
steel
Cup capacity Varying capacity approx..
10 cm2 (15 cm
3)
30 cm
2 (50 cm
3)
30 cm2 (75 cm
3)
Viscometer
Viscometer range 15 mPas – 6000000mPas
viscosity
Accuracy: +/- 1 % FSD
Reproducibility: 0.2 %
Rotational speeds: 54 between 0.01 rpm and
200 rpm
21
Display 6 line LCD display with 12
keys
Display of sample
temperature, shear rate and
shear stress for coaxial
spindles, routine
parameters, etc.
Diagnostic features Integrated automatic
diagnostic functionality
Interface USB for software control
Software Highly customizable and
extremely easy to use
software
for both should consisting
of:
Job Manager for fully
automated measuring and
analysis routines
Data Manager for data
analysis and creating
reports
User Manager for user
access control and
assignment of specific
access rights
Misc. Appropriate stabilizer, PC
with laser printer need to
be provided additionally
with site preparation for
best functioning of the
system
5. BOD Incubator (Microbiological) 01 No.
Inner Volume: 50 L or more
Inner chamber and racks Stainless Steel inner
Chamber should have rack
with tilt protection, no
permanent fixtures
Controls • Electronically
controlled preheating
chamber technology for
gentle & homogenous
temperature distribution with
natural convection
• DS controller with
integrated timer 0 to 99
hours
• Controller with LCD
display
• Digital temperature
setting with an accuracy of a
tenth of a degree
22
Temp. range 5 °C (9 °F) above ambient
temperature up to 100 °C
(212 °F)
Temp. variation not be more than ± 0.5°Cat
37 °C (98.6 °F)
Temp. fluctuation not be more than ± 0.2°Cat
37 °C (98.6 °F)
Recovery time Recovery time after door
was opened for 30 sec at
37 °C (98.6 °F) should not
be more than 15Min.
Safety devices Independent adjustable
temperature safety device,
Class 3.1 (DIN 12880),
with visual alarm
Vent control Electromechanical control
of the exhaust air flap
Inner door Inner door made of
tempered safety glass
Adjustable ventilation by
means of rear exhaust duct,
Interface RS 422 interface for
communication software
Racks At least 3 chrome-plated
racks
Stabilizer Appropriate stabilizer need
to be supplied additionally
alongwith site preparation
Misc. Housing protection
according to EN 60529: IP
20
Sd/-
Sr.Professor I/c Purchase
23
GROUP NO.12 PURCHASE OF CHEMICALS----PHARMACOLOGY
Cost of tender form Rs.1,000/-(Non-refundable) in shape of Demand Draft payable to the Controller of
Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied/ arranged by the tenderer at the earliest.
Sr. Name of Chemicals Quantity required
1 Potassium Permanganate 3x500 gm
2 Iodine 4x100 gm
3 Potassium Iodide 2x500 gm
4 Peppermint oil 3x500 ml
5 Alcohol 5x400 ml
6 Glycerine 10x500 gm
7 Aspirin powder 5x500 gm
8 Paracetamol Powder 5x500 gm
9 Caffeine Powder 5x500 gm
10 Sodium Chloride 10x500 gm
11 Dextrose 10x 500 gm
12 Calcium Carbonate 20x 500 gm
13 Saccharine Sodium 2x 500 gm
14 Cinnamon oil 2x 500 gm
15 Calamine Powder 10 x 500 gm
16 Bentonite 5 x 400 gm
17 Liquified Phenol 2x 500 ml
18 Bismuth Carbonate 5 x 400 gm
19 Kaoline 30 x 500 gm
20 Tragacanth Powder 5 x 500 gm
21 Chloroform 5x 500 ml
22 Castor oil 15x 500 ml
23 Turpentine oil 20x 500 ml
24 Camphor 3x 500 gm
25 Benzoic acid 5x 500 gm
26 Salicylic Acid 5x 500 gm
27 Wool Fat 5x 500 gm
28 White Soft Paraffin 20 x 500 gm
29 Yellow soft Paraffin 20 x 500 gm
30 Rose water 5x 500 ml
Note:- The Items required may be of commercial grade.
Sd/-
Sr. Professor I/c Purchase
24
GROUP NO.13
Purchase of items for Research Lab.---SPM
Cost of tender form Rs.1,000/-(Non-refundable) in shape of Demand Draft payable to the Controller of
Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied/ arranged by the tenderer at the earliest.
SR. NO. NAME OF ITEM QUANTITY
1 Comparator Nessler 1
2 Barometer(Fortin) 2
3 Aneroid Barometer Digital 1
4 Extration Apparatus(Fat) - complete set 1
5 Filter Pasteur Chamber land 1
6 Filter Berkfield 1
7 Hydrometers spirit 3
8 Milk Lactometer 3
9 Hygrometers-wet & dry bulb 1
10 Electric Incuator 1
11 Balance Analytic 200gm 3
12 Balance for weighing food stuff capacity 2kg 1
13 Clinical Centrifuge 1
14 wighing machine adult 2
15 Baby weighing machine(Salter"s) 2
16 Skin Caliper , Herpenders (For measurements of skin fold thickness) 10
17 Height measuring stand 1
18 R.O Water Filter 1
19 Candle Water Filter 1
20 Dissecting Microscope 30
21 Compound Microscope with oil immersion lens 1
22 Slide of Culex male 1
23 Slide of Culex female 1
24 Slide of Culex pupa 1
25 Slide of Culex adult 1
26 Slide of Anopheles eggs 1
27 Slide of Anopheles Adult Male 1
28 Slide of Anopheles Adult Female 1
29 Slide of Anopheles larva 1
30 Slide of Anopheles pupa 1
31 Slide of Aedes Adult* 1
32 Slide of Malaria Parasite in human blood 1
33 Slide of Plasmodium vivax 1
34 Slide of Plasmodium falciparum* 1
35 Still for distilled Water 1
36 Autoclave 1
25
SR. NO. NAME OF ITEM QUANTITY
37 sterlizer Electric 2
38 Horock's Apparatus * 2
39 Choloroscope 3
40 Glucometer 3
41 Uristix 2
42 Iodine teting kit 3
43 Fluoride Colour Disc 3
44 Snellen"s Chart 5
45 Leishman's Stain Set 1
46 JSB Stain Set 1
47 ZN Staining Set 1
48 Binocular Microscope 2
49 Lovibond PH Comparator with 2 cells 3
50 Lovibond PH Comparator disc type 2
51 Water Testing Kit 1
52 Water sampling bottles 10
53 Water Pollution teting kit 1
54 Max & Min thermometer (digital) 1
55 Wind Anemometer(digital) 1
56 Stools 60
Sd/-
Sr. Professor I/c Purchase
26
GROUP NO.14
Purchase of items for Accreditation of Biochemistry Lab. By NABL---Biochemistry
Cost of tender form Rs.1,000/-(Non-refundable) in shape of Demand Draft payable to the Controller of
Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied/ arranged by the tenderer at the earliest.
Sr. Name of ItemS Qty. Required.
SCIENTIFIC ITEMS:
1. Thermometer for fridge temperature 15
2. Digital temperature humidity measuring device 02
3. Automatic micropipettes (2-20 ul) 02
4. Automatic micropipettes (10-1000 ul) 06
5. Automatic micropipettes (2-200 ul) 02
6. Micro pipette stand 02
7. Micro pipette tips- small 10 pkts.
8. Micro pipette tips- large 10 pkts.
9. Centrifuge carbon brush 07 pkts.
10. Eppendorff tubes 04 pkts.
11. Sample cups 5000
12. Plastic test tube stand (holding 48 tubes) 10
13. Pasteur pipettes 10
14. Rubber bulbs for glass pipette (big size) 30
15. Spill kit 01
16. Iron wire bucket for drying test tubes 02
17. Brushes fir test tube drying 25
16. Puncture proof gloves 5 pair
ELECTRONIC ITEMS:
1. Refrigerator- 300 Lt. 04
2. UPS Inverter back up 01
3. Extension board with minimum 5 power switches 02
MISCELLANEOUS ITEMS:
1. Waste disposal 4 in1 dustbin 04
2. Buckets with cover- 20 lts. 03
3. Plastic rack for keeping register 02
4. Hand sanitizer 10
5. Cold boxes 10
Sd/-
Sr. Professor I/c Purchase
27
GROUP NO.15
Purchase of Misc. Electrical items---SDE Electrical (PWD) B&R
Cost of tender form Rs.1,000/-(Non-refundable) in shape of Demand Draft payable to the Controller of
Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied/ arranged by the tenderer at the earliest.
Sr. Name of Items with specifications
Make Qty.(Nos.)
1. SP MCB 6 TO 32 AMP. B/C—10 KA Indoasian / L&T 300 Nos.
2. SPN MCB 6 TO 32 AMP. B/C—10 KA Indoasian / L&T 100 Nos.
3. TPN MCB 63 AMP. B/C—10 KA Indoasian / L&T 50 Nos.
4. MCCB 100 AMP 16 KA 3 Pole Indoasian / L&T 10 Nos.
5. MCCB 250 AMP 25 KA 3 Pole Indoasian / L&T 05 Nos.
Sd/-
Sr. Professor I/c Purchase
28
GROUP NO.16
PURCHASE OF INFUSION GLASS VIAL / BOTTLES ----GLUCOLSE MFG.UNIT
Cost of tender form Rs.1,000/- (non-refundable) in shape of Demand Draft payable to the
Controller of Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied/ arranged by the tenderer at the earliest.
Sr. Name of items with specifications
Qty.
1.
INFUSION GLASS VIAL OR BOTTLES FOR INJECTABLE USP TYPE-II:
Capacity: 100 ml
• Neck fisish 32 mm ± 0.3 mm
• Open Bore: 20.00 mm ± 0.3 mm
• Certificate of Analysis required as per supply batch.
50,000 Nos.
Sd/-
Sr. Professor I/c Purchase
29
GROUP NO.17
Purchase of Anti Cancer Medicines ---DRUG STORE
Cost of tender
form
Rs.1,000/- (non-refundable) in shape of Demand Draft payable to
the Controller of Finance University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the
quality before comparison of rates, the same will have to be supplied/ arranged by the
tenderer at the earliest.
Sr.
Name of items with specifications Qty.
A.
ANTI CANCER MEDICINE --TABLETS /CAPSULES:
1 6- Mercaptopurim tab 50 mg 100
2 Allopurinol tab/cap 100 mg 100
3 Bicalutamide 50mg 100
4 Capceitabine tab 500mg 500
5 Cyclosporin tab 50 mg 300
6 Cyclosporin tab 100 mg 300
7 Etoposide capsule 50mg 400
8 Folinic acid tab 15mg 100
9 Imatinib tab 100 mg 500
10 Letrozole tab 2.5 mg 9150
11 Methotrexate tab 2.5 mg 90
12 Methotrexate tab 5 mg 100
13 Procarbazine capsule 50ng 30
14 Sorafinib tab 200mg 100
15 Temozolamide cap 100mg 30
16 Temozolamide cap 250 mg 30
17 Thaliodomide tab/cap 100mg 200
18 Ibandronate tab 50 mg 30
…2.
30
-2-
B. ANTI CANCER MEDICINES (INJECTIONS): 1 5 Florouracil 250mg 100
2 Actinomycin-D 0.5 mg 20
3 Bendamustine 100mg 5
4 Bevacizumab 100mg 2
5 Bevacizumab 400mg 2
6 Bortezomib 2mg 20
7 Cisplatin 10mg vial 50
8 Cyclophosphamide 500mg 10
9 Dacarbazine 100mg 10
10 Dacarbazine 200mg 10
11 Dacarbazine 500mg 10
12 Dactinomycin 0.45 mg 15
13 Daunarubicin 10 mg/2ml 50
14 Doxorubicine 50 mg 20
15 Epirubicin 50 mg 20
16 Etoposide 100mg 20
17 Etoposide 50 mg 20
18 Folinic Acid 500mg 20
19 Gemcitabin 200 mg 20
20 Gemcitabin 400 mg 20
21 Gemcitabine 1gm 20
22 Ibandronate 6mg 10
23 Ifosfamide 1gm 10
24 Irinotecan 100 mg 5
25 L-Asparaginase 10000 IU 50
26 L-Asparaginase 5000 IU 50
27 Leuprolide 3.75mg 3
28 Liposomal doxorubicin 60mg 5
29 Mesna 200mg 50
30 Mitoxanotrone 20 mg 10
31 Paclitaxel 30mg 10
32 Pemetrexed 500mg 5
33 Rituximab 100mg 5
34 Rituximab 500mg 5
35 Topotecan 2.5mg 10
36 Trastuzumab 440mg 5
37 Vinblastine 10mg 20
38 Vincristine 1 mg 100
39 Vinorelbine 10mg 10
Sd/-
Sr. Professor I/c Purchase
31
GROUP NO. 18
ANNUAL MAINTENANCE CONTRACT FOR LIGHT DIESEL OIL FIRED FG/60/02 ANGIRI VR ITALY
MAKE 2 STAGE BURNER WITH AUTO CONTROL PANEL AND ITS SYSTEM—02 MACHINES
WITH SPARE PARTS USED IN THESE MACHINES----BOILER SECTION
Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Controller of Finance
University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied/ arranged by the tenderer at the earliest.
1 ANNUAL MAINTENANCE CONTRACT FOR LIGHT DIESEL OIL FIRED FG/60/02
ANGIRI VR ITALY MAKE 2 STAGE BURNER WITH AUTO CONTROL PANEL
AND ITS SYSTEM—02 MACHINES, WITH SPARE PARTS USED IN THESE
MACHINES.
LIST OF SPARE PARTS USED IN ABOVE MACHINES DURING THE AWARDED AMC PERIOD:
Sr. List of spare parts used in above machines during the awarded amc period
1. Photo Cell
2. Oil Filter (Cell)
3. Flexible Pipe
4. Electrode
5. Oil Seal
6. Oil filter paper
7. Air shutter
8. Oil pre-heater
9. Nozzle
10. Alarm
11. Ignition transformer
12. Sequence controller
13. Defuser Plate
14. Fire tube
15. Solenoid valve
16. Oil pressure gauge
17. Oil pressure pump
18. Thermostat
19. Contactor
20. Non return valve
21. Water level control switch
22. Steam pressure switch
23. Blower
24. Electrode lead
25. Phase Preventor (single phase)
26. Oil Pressure Pump coupling
27. Burner Motor ½ HP winding rate
SPECIAL TERMS & CONDITIONS:
1. The price/rates quoted for AMC shall remain valid for a period of 12 months from the date of opening of tender and
can be extended for another six or twelve months on satisfactory performance.
2. Terms & Conditions as mentioned in the AMC order shall be applicable.
3. The AMC order may be placed at any time during the validity of the tender.
4. In case, the supply is to be made through agency other than manufacturers, the authorization for the said agency
must be submitted with tender documents.
5. The tendering firms must enclose latest copy of notification regarding the applicability of taxes/duties for the time
for which they are quoting rates with the offer.
6. All other terms & conditions as mentioned in the AMC order shall be applicable.
7. The successful tenderer will have to deposit 5% performance security valid for 24 months in shape of
CDR/FDR/Bank guarantee of the anticipated value of annual demand of the order to be placed with the concerned
firm.
Sd/-
Sr.Professor I/c Purchase
32
GROUP NO.19
PURCHASE OF CONSUMABLE ITEMS----CENTRAL STORE
Cost of tender form Rs.1,000/- in shape of Demand Draft payable to the Controller of Finance
University of Health Sciences Rohtak.
NOTE: In case Indenting department desires the sample(s) / demonstration to check the quality before
comparison of rates, the same will have to be supplied/ arranged by the tenderer at the earliest.
SR. NAME OF ITEM WITH SPECIFICATION
QTY. REQD.
NOS.)
CATGEGORY-I:
1.
I.V. Set (ISI/CE/ISO): Specification as under:-
• Set should be manufactured from medical grade non toxic PVC, siliconized.
• Cylindrical type moulded drip chamber provided with disc filter, sharp spike and built in
airvent.
• Roller type flow controller for accurate flow control.
• Moulded bubble latex bulb for extra medication/or Y-Port leak-proof junction.
• Extra smooth 21G vein needle.
• Gamma Rays sterilized-Indicator to be or ETO sterilized. Displayed on the Carton.
• Air vent attached with chamber
• Ready for use.
• Vented with needle
• Tube length not less than 1500mm and diameter for inner side not less than 2.7mm, Non-
kinkable and disc filter size should not be less than 15.00 micrometer according to ISI
standard should be accompanied by Sterility and pyrogen free report.
90000
2. Micro I.V.Set ---Specifications as above.
and should infuse 60 drops / ml
3000
3. INTRA VENOUS CANNULA: Specifications as under:- (ISI/CE/ISO)
• Non-toxic, biologically acceptable PTFE made radiopaque shaft with metallic
stillete which should not protrude beyond 1.0mm the tip should be taper cut & sharp.
• Injection port with one-way valve (Preferably silicon valve ) with flange attached to
the catheter /shaft.
• Standard size hub attached to the distal end for intravenous line attachment
• Injection port with coloured coded cap.
• Colour coding for different sizes.
• Transparent packing with tyvec paper (with details off cannula manufacturing date
etc).
• Presterilized, single blister packs.
Size: 18G, 20G, 22G, 24G
20000
CATGEGORY-2:
1. ENDOTRACHEAL TUBES WITH CUFF (ISI/CE/ISO) :
(SINGLE-USE/PRESTERILIZED)
• Siliconised PVC non toxic to tissues.
• Implantation tested preferable(enclose certificate)
• Thermo-sensitive to adapt to tracheal anatomy.
• Non kinkable
• Bevel with Murphy eye.
• Radiopaque line to detect the correct position
• Should adopt universal connector of 15 mm and compatible with all circuit
• Cuff should be bonded, non-herniating.
• Size range from 5.0 to 11 mm in 0.5 mm increments.
• Inflation tube attached with a one way valve for inflation or deflation of cuff with a pilot
ballon and it should be on the concave aspect of the tube.
6000
33
• Free end of inflating tube shall be filled with a plug valve and is able to adopt a syringe nozzle/luer
lock. Depth marker at the proximal cuff end, 3 cm from the cuff.
• Cuff/smooth.
• Non Traumatic
• Low Pressure
• Residual volume of cuff/nil or minimum.
• Bevel Angle of bevel of 38±—10
• Opening facing to left.
• End of the bevel rounded.
• Dimensions : Size-6.5 to 11 mm
• Max..Length- 140 to 320 mm
• Max. distance from the patient end to the machine end of the cuff – 56 to 85 mm marking on the
tube:
• General requirements should be specified like nasal/oral size: 6.0 or smaller, the outside diameter
should be marked in mm. Internal diameter as ID and outside diameter as OD.
Size: 2.5mm, 4 mm, 6.5 mm, 7 mm, 8 mm
2. BLOOD ADMINISTRTION SET: Specification as under:- (ISI/CE/ISO)
• Manufactured from Non toxic Medical grade PVC
• Moulded cylindrical double drip chamber fitted with sharp plastic spike and nylon filter.
• Roller type regulator for accurate flow control.
• Moulded bubble latex bulb for extra medication or Y-part.
• 18G Vein needle with protective cap
• Sterile-Ready for use by etophylline/Gamma ray
• Tube length should be not less than 1500mm, transparent or sufficiently translucent, Nonkinkable.
• The filter shall have uniform pores and shall cover a total area of not less than 10.0 cm2 and shall
have pores size of 200 micormeter + 20 micrometer and should be accompanied by Sterility and
pyrogen free report.
• All PVC items should be certified medical grade
5000
3. DISPOSABLE SURGICAL RUBBER GLOVES: ISI/CE marked with following specification
- High strength natural rubber latex
- Max comfort, protection & grip while reducing hand fatigue to user
- Non-slip surface for excellent grip
- Hypo-allergenic minimizing potential allergic risks.
- Sterilized by Gama Irradiation/EO
- Puncture resistant design
- Pre-powered
- Anatomical design, left & right and curved fingers.
Size: 6.5, 7 , 7.5, 8
25000
4. I.V. Needles (Disposable) 20,21,24G 900000
CATGEGORY-3:
1. POP Bandage: Size: BPC 15 cm x 3 Mtrs.
10 cm. x 3 Mtrs.
5000
5000
2. DISPOSABLE SYRINGES WITHOUT NEEDLE (ISI/ISO/CE): Size:
2 cc
5 cc
10 cc
35000
35000
30000
3. L.P. NEEDLE:
Size: 20G
1000
4. SUCTION CATHETER THUMB CONTROLLED:
• Working length should be at least 50cms (Working length without Connector) for FG 10
and above, at least 40cms in size below 10FG coloured.
• Colour Coded, opened end with lateral eye with length marked in centimeters with male
connector with vacuum control device as ISO specifications
Size: 6, 8, 10, 12, 14 and 16
20000
Note: The quantity of each item shall be equally distributed. Sd/-
Sr.Professor I/c Purchase