shri lal bahadur shastri govt. medical college & hospital mandi at nerchowk, p.o …...
TRANSCRIPT
1
SHRI LAL BAHADUR SHASTRI GOVT. MEDICAL COLLEGE & HOSPITAL MANDI AT NERCHOWK, P.O. BHANGROTU, TEHSIL BALH, DISTT. MANDI,
H.P. 175021
TENDER NO: SLBSGMCH/ Labs/Equipment/2016-17/-2911-12 DATED: 05.06.2017
TENDER DOCUMENT
FOR
Procurement OF EQUIPMENTS/INSTRUMENTS
FOR
COMMUNITY MEDICINE DEPARTMENT.
DATE OF ISSUE OF TENDER FORM: From 05.06.2017
DATE & TIME FOR SUBMISSION OF TENDER DOCUMENT: From 06.06.2017 to
26.06.2017 up to 5.00 PM
DATE & TIME FOR OPENING OF TECHNICAL BID: As per Schedule
mentioned in Tender Notice
DATE & TIME FOR OPENING OF FINANCIAL BID: -do-
Tel No. 01905-243950 (office) Website: www.slbsgmcm.in
www.hp.gov.in/hpdmer
2
Shri lal bahadur shastri government medical college & Hospital mandi at nerchowk, p.o. bhangrotu, tehsil balh, district mandi, h.p. 175021
Website: www.slbsgmcm.in
TENDER NOTICE
Tender inquiry No 10 Dated: 05.06.2017
Sub: Supply of Equipments and Instruments for Community Medicine lab.
Sealed and super scribed Item wise tenders under Two Bid System (as specified in the tender
document available in the website www.slbsgmcm.in.) are invited from manufacturers/
authorized dealers/ distributors for the supply of good quality Equipments/ instruments for
the use of Community Medicine departments of Shri Lal Bahadur Shastri Govt. Medical College
& Hospital, Mandi at Nerchowk H.P. (hereinafter to be referred as SLBSGMCH).
● Detailed information regarding the items, application/tender form, specifications and other
information, terms and conditions are given in the tender document available in the website
www.slbsgmcm.in. The Tender document can be downloaded or available after payment of Rs
1000/- Demand Draft in Name of Principal-cum-Dean, SLBSGMCH payable at Mandi and the
EMD amount should be attached separately to the tender documents.
● Last date for receipt of completed tender Documents: 26.06.2017 up to 05.00.p.m. The
Technical Bid shall be opened on 27.06.2017 at 11.00 AM and the date for opening of
Financial Bid shall be declared after Technical evaluation of tenders. Tenders will be opened in
the Conference hall of Administrative Block, SLBSGMCH Mandi at Nerchowk (H.P).
● The undersigned reserves the right to accept or reject any or all the bids without assigning any reason at any stage.
Sd/-
Principal-cum-Dean SLBSGMCH Mandi at Nerchowk
Endst. No SLBSGMCH/ Labs/Community Medicine /2016-17/-2911-12 DATED: 05.06.2017
Copy to:
1. The Director Medical Education & Research, Shimla, HP with the request to publish the
advertisement in two leading newspaper and also upload the tender document in your
official website. 2. Anil Gupta, website manager for uploading the notice and tender document in official
website www.slbsgmcm.in Sd/-
Principal-cum-Dean SLBSGMCH Mandi at Nerchowk
3
Shri lal bahadur shastri government medical college & Hospital mandi at nerchowk, p.o. bhangrotu, tehsil balh,
district mandi, h.p. 175021
Website: www.slbsgmcm.in
TENDER DOCUMENT
Sealed tenders under Two Bid System are invited by Principal-cum-Dean, Shri Lal
Bahadur Shastri Govt. Medical College & Hospital (SLBSGMCH) Mandi at Nerchowk (H.P) for
the supply of items mentioned in Annexure-A as per specification given therein.
The Tender document can be downloaded or available after payment of Rs
1000/- Demand Draft in Name of Principal-cum-Dean, SLBSGMCH payable at Mandi. Tenders
complete in all respect, must reach in the office of “Principal-cum-Dean, Shri lal Bahadur
Shastri Govt. Medical College & Hospital Mandi at Nerchowk, P.O. Bhangrotu, Tehsil
Balh, Distt. Mandi, H.P.” on or before 26.06.2017 up to 5.00 PM. The Technical Bid shall
be opened on 27.06.2017 at 11.00 AM in the Conference hall of Administrative Block,
SLBSGMCH Mandi at Nerchowk (H.P). The Date for opening of Financial Bid shall be
intimated after Technical Evaluation of Bids.
The tenders will be opened in the presence of tenderers or their representatives
who may like to be present on that day. In case date of opening of tender is declared as
holiday tenders shall be opened on next working day as per the above mentioned schedule.
INSTRUCTION TO BIDDERS/TENDERERS:
Tenderers are to submit two sealed bids Viz. Technical Bid and Price Bid
separately in respect of each department. Single bid for all the department shall not be
accepted. Technical bid record should be put in an envelope and sealed super-scribing as
“Technical Bid for Equipment of Community Medicine Department” and the “Price
Bid” should be put in other envelope and sealed super-scribing as “Price Bid for Equipment
of Community Medicine Department”. Both the envelopes should then be put in a bigger
envelope and sealed super-scribing as “Tender for Equipment of Community Medicine
Department to be opened on …………..” and the seal and address of the company quoting
4
the tender should be appended on that envelope. Each and every page of the Tender document
should be serially numbered and duly signed and attached with the Technical Bid. Last date of
submission of tender is 26.06.2017 up to 5.00 PM. Tender should be send through
registered post/ speed post/courier only to the “Principal-cum-Dean, Shri Lal Bahadur
Shastri Govt. Medical College and Hospital Mandi at Nerchowk, PO Bhangrotu, Tehsil
Balh, Distt. Mandi H.P. 175021”. Tender not received as per prescribed mode or received
after last date shall be rejected outrightly. EMD and DD regarding cost of Tender Document be
enclosed with Technical Bid only.
The contents of Technical Bid should include following items:
1. Covering letter indicating the list of enclosures.
2. EMD amounting to Rs. 50000/- (Fifty Thousand) only in the shape of FDR duly pledged in favour of Principal-cum- Dean, SLBSGMCH Mandi at Nerchowk.
3. Name and detailed specifications of the quoted Equipment with price Blanked
4. Name and detailed specifications of essential accessories if any with price Blanked
5. Name and detailed specifications of optional accessories if any with price Blanked
6. Warranty Offered 3 Year/s (Minimum for Three Years)
7. Rates of AMC and CMC minimum for 5 years after expiry of warranty.
8. User list.
9. Statement of deviation parameter wise from specifications if any.
10. Copy of PAN No.
11. Income tax return for the last two assessment years.
12. Statement of deviation parameter wise from tendered conditions, if any.
13. Authority letter from manufacturer is mandatory in case of bid submitted by distributor.
14. Name and address of nearest authorized service center.
15. Catalogue of the equipment showing the make/model no. and specifications.
16. Declaration/ undertaking on stamp paper as per the proforma enclosed
17. Each and every page of the Tender document be separately numbered, duly signed and attached with the Technical Bid.
The contents of Price Bid should include following items:
The information given at Techno commercial bid should be reproduced in price bid with prices indicated on the proforma enclosed.
Rates/Price should be typed both in words as well as in figures in INR, free from erasing, cutting and over-writing.
5
Price quoted should match with the items quoted in technical bid. Price should be inclusive of all taxes except VAT. Hence, Price and VAT must be quoted
separately on the proforma enclosed. The price should be all inclusive lump sum including cost of the equipment, freight, insurance, transit insurance, packing forwarding etc. and including charges for installation and commissioning with all the men and material required for the same and for the quoted warranty period.
The price should be on F.O.R. SLBSGMCH Mandi at Nerchowk (H.P) basis. No other charges in addition will be payable on any account over and above the lump sum price quoted in the price bid except VAT. The rates quoted in ambiguous terms such as “Freight on actual basis” or “Taxes as applicable extra” or “Packing forwarding extra” will render the bid liable to rejection.
Only Technical bid (Un-Priced bid) will be opened first and shall be referred for the Technical Evaluation. The price bid of only those tenderers whose technical bid is found acceptable by the competent authority will be opened for further action.
In case the price quoted do not match with the item/s quoted in technical bid the bid shall be liable to be rejected.
The price should be quoted in I.N.R. only.
TERMS AND CONDITIONS GOVERNING CONTRACT
1. The Tenderer must enclose a Demand draft for a sum of Rs. 50,000/- as EARNEST MONEY duly pledged in the favor of “Principal-cum-Dean, SLBSGMCH Mandi at Nerchowk H.P. payable at Mandi”.
2. EMD Deposited with earlier tender if any or in any other form as given, will not be adjusted/accepted against this tender. Tender without EMD and Tender document fee will not be accepted in any case.
3. Tenderer will have to demonstrate/Sample the quoted item if required to Technical Evaluation Committee within the stipulated time frame as and when asked for or as has been mentioned in the tender. The tender shall be liable to be cancelled on non-compliance of this clause.
4. EMD will be released after finalization of tender to unsuccessful bidder/s.
5. Successful bidder has to deposit 10% of the total cost of equipment as performance security with the Principal-cum-Dean, SLBSGMCH Mandi at Nerchowk H.P. in the form of Bank guarantee else 10% of the payment due (Rounded-up) shall be with-held which will be released on satisfactory performance of the equipment after expiry of warranty.
6. Either the authorized Indian agent on behalf of the principal/OEM or principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender.
7. If an agent submits bid on behalf of one principal/OEM, the same agent shall not submit
6
a bid on behalf of another principal/OEM in the same tender for same item/product.
8. The company will get only one chance for demo. In case the company fails to arrange the Demo the tender shall be liable to be cancelled.
9. The date for demonstration shall be fixed with mutual consent on telephone/e-mail the same shall be confirmed in writing and by telephone/e-mail at 01905 243950/ [email protected] . In any case not more than two weeks time shall be given to arrange for demo.
10. In case demo/sample of the equipment is required (if any) the same has to be arranged at medical college/ Hospital Mandi at Nerchowk (H.P).
11. Only the item/s of manufacturers or their authorized distributor/stockiest would be considered.
12. Tenderer must provide the telephone and fax no./e-mail with tender for all correspondence.
13. The equipment should be guaranteed /warranted for a minimum period of three years or as mentioned in specifications from the date of satisfactory inspection, installation and commissioning.
14. No amendments in technical proposal shall be permitted during Technical evaluation.
15. Delivery schedule: - Within 10 days after placement of supply order.
16. Firm should undertake to enter into Annual Maintenance Contract (AMC/CMC) for equipment, its parts and accessories attached wherever applicable, for minimum period of five years after completion of warranty period and accordingly quote the rates of AMC for five years on the prescribed proforma attached. The rates quoted should be both for Comprehensive AMC (CMC) as well Non Comprehensive AMC for five years. Firm should undertake to keep the equipment in running order throughout the year and in case of equipment going out of order during warranty/AMC/CMC the fault will be attended within 24 hours and rectified within 7 days of lodging the complaint. Failure to rectify the fault would entail downtime penalty @ 0.25% of basic cost of equipment per day.
17. Payment of equipment will be made within two weeks after the successful installation, commissioning, training to user department and satisfactory inspection of the equipment.
18. For the equipment where reagents, cartridge, consumables, etc. are required. The price bid must include:
A) Rate list indicating the prices and packing prevalent on date of tendering, B) List indicating cost and life of consumables.
19. Photocopy of ITR for the last two years and attested copy of PAN No. Should be enclosed with the completed tender.
7
20. Tendrer, if not a manufacturer, has to submit manufacturer’s authorization certificate.
21. The validity of tender will be for a period of six months from the date of opening.
22. If any accessories like voltage stabilizer, water filtration/ purifier/ soften plant etc. are
required with the equipment, their rates must be quoted along with the equipment itself.
23. Rates of spares chargeable may be indicated with the tender.
24. The Principal-cum-Dean, SLBSGMCH Mandi at Nerchowk H.P. has the right to accept or reject any or all the tenders at any stage without assigning any reason(s) thereof.
25. The Tenderer is required to submit undertakings as per the Performa enclosed on a non-
judicial stamp paper of Rs.100/-
26. If the equipment needs calibration, the firm shall be responsible for calibration as part of CMC
27. Amount of AMC/CMC as the case may be, shall also be considered for arriving at the
lowest cost.
28. EMD of supplier can be forfeited in case of non-supply of requisite material or in case of sub standard supply.
29. Tendrer can contact Principal-cum-Dean office for any clarification regarding terms and
condition / technical specification.
30. Undersigned reserve the right to constitute and send a Pre-Dispatch Inspection team for the inspection of any equipment, if needed, at the cost of successful bidder.
31. The undersigned reserve the right in cancel any bid if the equipment is not found
suitable or usable as per the requirement of this college even through the same may be in accordance with the Specification of equipment given in this tender document.
32. Acceptance of rate under this tender shall not confer any right to successful bidder with
regard to supply of quantity of items/equipment mentioned in Annexure-A. Actual requirement may differ to higher or lower side according to necessity of the institute.
33. Any dispute with respect to this document shall be subject to jurisdiction of local court in
distt. Mandi, H.P.
Sd/- Principal-cum-Dean
SLBSGMCH Mandi at Nerchowk
8
Proforma for financial bid
Sr.
No.
Name of
Equipment
Make/Model Unit Price (inclusive of all
taxes except
VAT)
VAT % Total Cost
per unit
Place:-
Date:-
Name:
Business Address;-
Signature of Bidder;-
Seal of the Bidder;-
9
COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT PRICES SCHEDULE
S.
No.
Item Description 1st
Yr.
2nd
Yr.
3rd
Yr.
4th
Yr.
5th
Yr.
Total Comprehensive Annual
Maintenance Contract over a
period of five years after
expiry of warranty period of
three years from the date of
successful installation. (H =
C+D+E+F+G)
A B C D E F G H
1. Name of the Equipment: Make: Model: Qty.:
2. Name of the Equipment: Make: Model: Qty.:
NOTE:
a. The rate of Comprehensive Annual Maintenance Contract as mentioned above should cover the Complete System. Complete System should include the basic unit and allied supporting components/parts to be supplied by the bidder along with basic unit.
b. Preventive maintenance visit: Four Maintenance visits at regular interval for usual maintenance & supervision failing which 25% of the contract amount per visit would be deducted as penalty.
c. Break down maintenance visit: As & when required
d. Response Time: within 24 Hours
e. The above-mentioned charges should include labour charges for maintenance and breakdown visits per year, spares, accessories and all type of consumables required for the maintenance of the supplied items. If any spares / consumables / accessories etc. are not covered under above-mentioned charges; it should be clearly mentioned with frequency of replacement and with rate. The validity of rate of such items should also be mentioned clearly. What will be the rate of escalation on the quoted rate after expiry of the validity of rate of such item must be mentioned.
f. Payment of Comprehensive Annual Maintenance Contract would be made on half yearly basis after completion of work and satisfactory working report. In no case, advance payment is to be considered.
Seal and Signature of the bidder
10
MANUFACTURER’S AUTHORISATION FORM (To be submitted by authorized dealers/representatives/importers)
No. Dated:
To
The Principal-cum-Dean
Shri Lal Bahadur Shastri Govt. Medical College &
Hospital Mandi at Nerchowk, Distt. Mandi, H.P. 175021
Tender No :
Equipment Name :
Dear Sir,
1. We …………………………………… (name of the Manufacturing company) are the original
manufacturers of the above equipment having registered office at ……………..………….. (full
address with telephone number/fax number & email ID and website), having factories
at ______________ and, ____________________ do hereby authorize
M/s.____________________________ (Name and address of bidder) to submit tenders, and
subsequently negotiate and sign the contract with you against the above tender no.
2. No company or firm or individual other than M/s.
____________________________________ are authorized to bid, negotiate and conclude the
contract in regard to this business against this specific tender.
3. We also hereby undertake to provide full guarantee/warrantee /Comprehensive Annual
Maintenance Contract as agreed by the bidder in the event the bidder is changed as the dealers
or the bidder fails to provide satisfactory after sales and service during such period of
Comprehensive Warranty / Comprehensive Annual Maintenance Contract and to supply all the
spares/ accessories / consumables etc. during the said period.
4. We also hereby declare that we have the capacity to manufacture and supply, install
and commission the quantity of the equipments tendered within the stipulated time.
(Name) For and on behalf of M/s.____________
Date: (Name of manufacturers)
Place:
Note: This letter of authority should be on the letterhead of the manufacturing concern and
should be signed by a person competent and having the power of attorney to bind the
manufacturer.
11
BANK GUARANTEE FORM
(To be executed by any scheduled bank, on a non-judicial stamp paper under bank's
covering letter mentioning address of the bank)
To
Principal-cum- Dean
Shri Lal Bahadur Shastri Govt. Medical College & Hospital
Mandi at Nerchowk, Distt. Mandi, H.P.
In consideration of Shri Lal Bahadur Shastri Govt. Medical College & Hospital Mandi at
Nerchowk [hereinafter referred to as SLBSGMCH which expression unless repugnant to the
context and meaning thereof shall include its successors and assigns] having agreed to exempt
M/s__________________________________________________ [hereinafter referred to as
'supplier /contractor' which expression unless repugnant to the context and meaning thereof
shall include its successors and assigns] from depositing with SLBSGMCH a sum of
Rs._____________ (Rupees _______________________) towards security / performance
guarantee in lieu of the said contractor having agreed to furnish a bank guarantee for the said
sum of Rs. ___________________ (Rupees ________________________) as required under
the terms and conditions of contract / work order no.__________ dated ________________ [
hereinafter referred as the order'] placed by SLBSGMCH on the said supplier /contractor.
We,______________ the bank [hereinafter referred to as 'the bank' which expression shall
include its successors and assigns] do hereby undertake to pay SLBSGMCH an amount not
exceeding Rs. ____________ (Rupees ___________________________) on the demand made
by SLBSGMCH on us due to a breach committed by the said supplier /contractor of the terms
and conditions of the contract /order.
1. We_____________________ the bank hereby undertake to pay the amount under the
guarantee without any demur merely on a demand from SLBSGMCH stating that there is a
breach by the supplier / contractor of any of the terms and conditions contained in the order or
by the reasons of the supplier's / contractor's failure to comply with the terms and conditions as
stipulated in the order or amendment(s) thereto. The demand made on the bank shall be
conclusive as to the breach of the terms and conditions of the order and as regard to the
amount due and payable by the bank under this guarantee, notwithstanding any dispute or
disputes raised by the said supplier / contractor regarding the validity of such breach and we
agree to pay the amount so demanded by SLBSGMCH without any demur. However, our liability
under this guarantee shall be restricted to an amount not exceeding
Rs._________________________ (Rupees _______________________).
2. We, the bank further agree that the guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the said order and that
it shall continue to be enforceable till the dues of SLBSGMCH under or by virtue of the said
12
order have been fully paid and its claim satisfied or discharged or till SLBSGMCH certifies that
the terms and conditions of the order have been fully and properly carried out by the supplier /
contractor and accordingly discharge the guarantee.
3. We the bank, undertake to pay to SLBSGMCH any money so demanded notwithstanding
any dispute or disputes raised by the said supplier /contractor in any suit or proceedings
pending before any court or tribunal relating thereto as our liability under this present being
absolute and unequivocal. The payment so made by us under this bond shall be valid discharge
of our liability for payment there under and the said supplier / contractor shall have no claim
against us for making such payment.
4. We ________________ the bank further agree that SLBSGMCH shall have full liberty,
without our consent and without affecting in any manner our obligation hereunder to vary any
of the terms and conditions of the order / contract or to extend time of performance by the said
supplier / contractor from time to time or to postpone for any time or from time to time any of
the powers exercisable by the SLBSGMCH against the said supplier / contractor and to forbear
or enforce any of the terms and conditions relating to the order and shall not be relieved from
our liability by reason of any such variation or extension being granted to the said supplier /
contractor or for any forbearance, act or omission on the part of SLBSGMCH or any indulgence
by SLBSGMCH to the supplier / contractor or by any such matter or thing whatsoever which
under the law relating to sureties would but for this provisions have effect of so relieving us.
5. Our liability under this guarantee is restricted to Rs. ________________ (Rupees
_________________) and shall remain in force up to ___________ unless demand or claim
under this guarantee is made on us in writing within 6 months from the date of expiry viz.
________. We shall be discharged from all liabilities under this guarantee thereafter.
6. This guarantee will not discharge due to change in the constitution in the bank or the said
supplier / contractor.
7. The bank hereby agrees to address all the future correspondence in regard to this bank
guarantee to The Principal-cum-Dean, SLBSGMCH Mandi at Nerchowk, Distt. Mandi, H.P.
8. We, _____________ the bank lastly undertake not to revoke this guarantee during its
currency except with the previous consent of the SLBSGMCH in writing.
Signed on the _________________ day of _______________
Signature For the Bank
Witness: Name(s) & Designation(s) Name & Address
13
POWER OF ATTORNEY
(On a Stamp Paper of relevant value)
I/ We………………………………………………….(name and address of the registered office) do
hereby constitute, appoint and authorise Sri/Smt …………………….………………..… (Name and
address) who is presently employed with us and holding the position of
……………………………………………. as our attorney, to act and sign on my/our behalf to participate
in the tender no…………………………………… for …………………………………… (Equipment name).
I/ We hereby also undertake that I/we will be responsible for all action of
Sri/Smt.……………………………………….. undertaken by him/her during the tender process and
thereafter on award of the contract. His / her signature is attested below.
Dated this the ___day of 201_
For__________________
(Name, Designation and Address)
Accepted
_________________________ (Signature)
(Name, Title and Address of the Attorney)
Date: __________
14
UNDERTAKING:
(To be submitted in non judicial stamp paper of Rs. 100/=)
1 I/We … (Name of authorized Signatory) the undersigned hereby declare and affirm that I/We
have gone through the terms and conditions governing the tender and undertake to comply
with all terms and conditions.
2 The rates quoted by me are valid and binding upon me for the period of validity of the tender.
3 That the earnest money of Rs._____________ deposited by me/us vide FDR no.___________
Dt.___________ drawn on…………..(Name of the Bank) duly pledged in favour of Principal-cum
Dean, SLBSGMCH Mandi at Nerchowk is attached herewith.
4 That I/We authorize Principal-cum-Dean, SLBSGMCH Mandi at Nerchowk H.P.to forfeit the
earnest money deposited by me/us in case of any delay or failure to supply the article within
the stipulated time and the items of desired/quoted quality.
5 That I/We will be in the position to provide Annual Maintenance Contract/Comprehensive
Maintenance Contract (AMC/CMC), spare parts, accessories attached and its consumables for 5
years from the date of satisfactory installation of the equipment till the AMC/CMC period is over.
6 That there is no police/vigilance/CBI case or court case pending against the firm, debarring
my firm to supply of items quoted.
7 That I/We hereby undertake to supply the items as per directions given in supply order within
stipulated period.
8 That I/We undertake to maintain the equipment to the satisfaction of user during the period
of warranty and guarantee.
9 I/We have been informed that the Principal-cum-Dean, SLBSGMCH Mandi at Nerchowk H.P.
has the right to accept or reject any or all the tenders without assigning any reason thereof.
10 We (Name of firm) undertake that we will provide 3 (Three) preventive service on quarterly
basis during the warranty and AMC/CMC period as offered in our tender and any no. of break
down calls shall also be attended within 24 hrs. I/We also agree that the payment of AMC/CMC
shall be made to me/us on quarterly basis after satisfactory preventive service.
Signature and address of the Tenderer
15
CHECK LIST (All columns for the use of tenderer must be clearly filled by the tenderer)
S.no Specification For tenderer use For office use
1 Check list duly filled by the tenderer to be attached alongwith duly signed, stamped and page numbered copy of tender document.
2 Earnest Money Deposit (FDR= 50000/-)
3 Cost of Tender Document, if downloaded from website (DD = 1000/-).
4 Authority letter from manufacturer/ authorize distributor/ stock
5 Declaration/ undertaking on stamp paper as per the Performa enclosed
6 Copy of PAN/ I.T.R. of last two years.
7 Particulars of nearest place for availability of after
sales service
8 List of installation provided or not (User list)
9 Any deviation from terms and conditions of tender
10 Declaration regarding Validity of tender for six months
11 Detailed specification of quoted equipment with
price blanked to be enclosed.
12 Detailed specification of essential accessories, if
any, with price blanked to be enclosed
13 Detailed specification of optional accessories, if any, with price blanked to be enclosed.
14 Certificate of Warranty offered (minimum 36 months after successful installation and satisfactory inspection)
15 Undertaking on the prescribed format.
16 Power of Attorney on the prescribed format if any person is authorized to represent the bidder.
17 Whether the equipment quoted meets all specifications or not
18 Any deviation from tendered specifications
19 Relevant catalogues enclosed or not
20 Additional features if any
Signature of Bidder
16
(ANNEXURE-A)
REQUIREMENT OF EQUIPMENT FOR DEPTT. OF COMMUNITY MEDICINE SLBSGMC NER
CHOWK
4 Balance for
weighing food Stuff
Capacity 2 Kg
2
5 Filter, Pasteur
Chamberland,
complete set
tube that contains a ring of 16pprox.16
porcelain through which the inflow pipe
fits. The core of the porcelain should be
made up of a metal pipe with holes through
which water flows out and is collected.
Inflow should be pressurized so that
filtration occurs under force.
Types
general: L1 to L13.
L1 filters have the coarsest pore size while
L13 have the finest.
1
6 Berkefield filter 1
S
NO
Particulars Specification Qty
1. Analytical balance 200 gm Analytical Balance, Capacity 200 Grams, Readability
0.0001 Gram Overall Length
8.4 In, Overall Width 12.6 In, Overall Height 11.9 In
Weighing Surface Width 3.3 In,
Weighing Surface Depth 3.3 In
Percent Weighing
CE Standards, Includes In-use
Cover
3
2. Salters Baby weighing
machine digital
Weighing scale for Baby with pan. Digital Display.
4
3.
Harpender’s Callipers (for
skinfold thickness)
Harpender’s Callipers (for skinfold thickness)
subcutaneous fat.
mm.
Should be FDA, CE, UL or BIS approved product
2
17
7 Weighing
machine adult
Digital weighing machine (adult)
(Tolerance +/- 10%)
for clear visibility.
support/ to withstand heavy work load in public health
center.
batteries should sustain up to minimum of six months.
The inbuilt batteries should be supplied with the scale.
ically at stable
weight and there should be an indication of
4
8 Dissecting
microscope
30
9 Height
measuring stand
Height Stand .
-200 cm.
1
10 Communicable
disease slides
Slide dimensions: 17pprox.. (3 by 1 inches) and about 1 mm
thick
1
18
11 Entomology
Slides (Full set)
Slide dimensions: 18pprox.. (3 by 1
inches) and about 1 mm thick
(egg, Adult, pupa and larval stage)
parts) (egg, Adult, pupa and larval stage)
parts) (egg, Adult, pupa and larval stage)
(mouth parts) (egg, Adult, pupa and larval
stage)
Body LOUSE
1
12 Sling
Psychrometer
-large handle for simple operation
1
13 Kata
thermometer
The Kata Thermometer consists of an alcohol
thermometer with a large bulb A 4 c, long and
2 cm. in diameter and a stem 20 cm. long,
graduated only at two points namely 38oC and
35oC. It may be used for dry or wet. For wet
Kata Cooling power reading the bulb is first
placed in hot water so that the Liquid rises and
partly fills the upper reservoir C. It is then
exposed to the air. The bulb is surrounded by a
wet muslin thimble and time in seconds taken
for the liquid to fall from 38oC to 35oC is
observed.
1
14 Models As per list attached
15 Museum jars
Cylindrical acrylic with covers
Size 100* 200 mm
15
16 Ortho Toludine Test Kit 1
17 Iodine Test Kit 1
18 Near vision charts 1
19 Sterliser Electrical 2
20 Horrocks Apparatus
21 Centrifuse Clinical 1
19
22 Comparator, Nessler 1
23 Barometer, Fotin
1
24 Extraction Apoparatus,
fat, complete
1
25 Hydrometres, Spirit
1
26 Hydrometer, wet and dry
BULB
1
27 Hydrometres, milk
1
List of models in museum Sr. No.
Names
1 Tuberculosis
2 Bio Gas Plant(M)
3 Section of slow filter
4 Cholera – Mode of spread
5 Cholera – Prevention
6 Models showing Application and
proper placement of Copper T
7 kwashiorkor
8 RCA LATERINE
9 Life cycle of P. Vivax
10 Human Malarial Parasite
11 Pasteur’s chamber sand filter
12 Berkfield filter
13 Modern Drainage System
14 Sewage Treatment Plant
15 Mode of spread in Tuberculosis
16 Tuberculosis prevention
17 Sanitary well with open mouth in
longitudinal section
18 Rickets
19 Diptheria
20 Poliomylitis
21 Measels
22 Tetanus
23 Meningococcal Meningitis
24 Acute Respiratory Infection
25 Blindness
26 Balance Diet and Recioes for
Preschool Children
20
Charts & Posters 1
Blindness Prevention- it chart showing signs of
vitamin A deficiency & foods rich in vit. A
2 Calcium and phosphorus chart showing sources of
calcium & phosphorous & effects of their deficiency
3 Various Nutrition programs in India and concerned
ministry
4 Prevalence criteria for determining the Xerophthalmia
problems
5
6 Vitamin B complex, sources and effects of deficiency
7 Vitamin D, sources and effects of deficiency
8 Poster Vitamin A protects your child’s vision
9 Four charts showing improper and proper methods of
cooking foods
10 Charts showing important family planning methods &
important facts about each method.
11 Alcohol contents some beverages, , Nutritive of rice
& Red gram
12 Comparison of nutritive value of ground oil &
vegetable ghee
13 Construct balanced diet for an adult man vegetarian &
additional allowances during pregnancy & lactation
14 Comparison of energy requirement of different age
group of population
15 Fatty acid content-Of different types of fat
16 Nutrition Content of refined sugar & jaggery
`17 Nutritive Value of cereals
18 Nutritive Value of pulses
19 Requirement Of iron in different age groups
20 posters shows the pictures of leprosy patients (which
shows signs and symptoms)
21 Shows cardinal signs of leprosy
22 RNTCP posters
23 Posters about HIV and AIDS
24
25 Posters about Malaria and Entomology
26 Posters about Non communicable Diseases like HT
27 Posters about V. V. M in polio vaccine
28 9 posters of IMNCI guidelines
29 2 posters of STD and syndromic approach
30 Personal protective measures
31 Growth and Development of Infant (Part 1 & Part 2)
32 Breast feeding and Human I & Part 2
33 Food values of principle India Type of foods and
21
Vegetable
34 Balance Diets and Recipes for Adult
35 Balance Diets and Recipes for Normal Pregnant and
lactatiny women
36 Chicken Pox
37 Measels
38 Rubella
39 Poliomyelitis
40 Cholera
Sd/-
Prof. Dr. B.P. Gupta,
Department of Community Medicine
SLBSGMCH Mandi H.P.
Sd/-
Prof. Dr. D.S.Dhiman,
Principal-cum- Dean
SLBSGMCH Mandi, H.P.