pt. b.d.sharma university of health sciences rohtak

33
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

Upload: others

Post on 04-Feb-2022

3 views

Category:

Documents


0 download

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

3

SHORT TERM TENEDER FORM

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________________________

5

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