tamil nadu medical services corporation limited … · no.13969-3/tnmsc/engg/2016 26.04.2016...
TRANSCRIPT
TAMIL NADU MEDICAL SERVICES CORPORATION LIMITED (A Government of Tamilnadu Undertaking)
417, PANTHEON ROAD, EGMORE, CHENNAI – 600 008. ISO 9001:2008 Certified Organisation
Phone:28191890, 28190259 Fax No. 28190636
Ref.:No.13969-3/TNMSC/ENGG/2016 26.04.2016
INVITATION FOR QUOTATIONS FOR SUPPLY OF ITEM
THIS INVITATION DULY SIGNED ON ALL PAGES SHOULD BE ATTACHED WITH
THE QUOTE
From
The General Manager,
TamilNadu Medical Services Corporation Limited,
417, Pantheon Road, Egmore,
Chennai – 600 008.
To _____________________________
_____________________________
_____________________________
_____________________________
Dear Sirs,
Sub: Invitation for Quotations for Procurement of Phototherapy Unit Single
Surface (LED), Diathermy, Bilirubin Analyzer and Comprehensive Infant
Care system (COT) with inbuilt unit, baby weighing machine, bed height
adjustment - Reg.
-----
1. You are invited to submit your most competitive quotation for the following
goods: -
Sl. No.
Brief Description of the Goods Qty in Nos.
Delivery Period
Place of Delivery
1. Phototherapy Unit Single Surface (LED) 21
Within 30 days from the date of
receipt of supply order
Indicated at Annexure II
2. Diathermy 1
3. Bilirubin Analyzer 1
4.
Comprehensive Infant Care system
(COT) with inbuilt unit, baby weighing
machine, bed height adjustment
3
2. Bid Price
2.1 The contract shall be for the full quantity as described above.
Corrections, if any, shall be made by crossing out, initialing, dating
and re writing.
2.2 All duties, taxes and other levies payable by the contractor under
the contract shall be included in the total price.
2.3 The rates quoted by the bidder shall include the cost of inland
transportation and other incidentals for delivery of the goods to the
final destinations namely
a) unloading, safe storage and handling of consignment, delivery
to the consignee.
b) Sales Tax shall be indicated separately.
2.4 The Prices should be quoted in Indian Rupees only.
3. Each bidder shall submit only one quotation.
3.1 Earnest money deposit:- Each quotation should be submitted
with an EMD of Rs.1,000/- by means of DD drawn in favour of
“Tamilnadu Medical Services Corporation Limited, Chennai
payable at Chennai.
3.2 Quotation received without EMD amount will be treated as non-
responsive.
4. Validity of Quotation:-
Quotation shall remain valid for a period not less than 45 days after
the deadline date specified for submission.
5. Evaluation of Quotations:-
5.1 The Purchaser will evaluate and compare the quotations
determined to be substantially responsive i.e. which
(a) are properly signed; and
(b) conform to the terms and conditions, and specifications
(c) Not furnishing Catalogues, Point wise compliance statement of
Technical specification, and producing the sample of the quoted
item for demo within one week notice, if called for would be
treated as a violation of the terms of the tender and the bids
would be treated as non responsive.
5.2 The evaluation of the prices will be done by adding the
comprehensive AMC charges at discounted rate of 8% per annum
with the supply price. Firms who are not quoted for the
comprehensive AMC would be considered as non responsive.
The Quotation would be evaluated separately for each item. Sales Tax will not
be taken into account in evaluation.
6. Award of contract:-
The Purchaser will award the contract to the bidder whose quotation has
been determined to be substantially responsive and who has offered the
lowest evaluated quotation price.
6.1 Notwithstanding the above, the Purchaser reserves the right to
accept or reject any quotations and to cancel the bidding process
and reject all quotations at any time prior to the award of contract.
6.2 The bidder whose bid is accepted will be notified of the award of
contract by the Purchaser prior to expiration of the quotation validity
period. The terms of the accepted offer shall be incorporated in the
purchase order.
6.3 For delay in supply of the goods beyond the stipulated delivery
period, liquidated damages at 0.5% per week or part thereof of
undelivered portion of the contract, subject to a maximum of 10% of
the contract value is leviable.
6.4 You shall furnish performance security for 5% of contract value
by means of demand draft drawn in favour of Managing Director
Tamilnadu Medical Service Corporation Limited Payable
at Chennai which will be returned after satisfactory completion of
warranty period.
6.5 Payment shall be made within 30 days after delivery of the goods,
against submission of bills with certification from the consignee
for satisfactory completion of supply.
6.6 The item supplied shall carry a warranty of atleast 3 years for
equipment from the date of acceptance of the goods by the
consignee.
6.7 Annual Maintenance Charges (Comprehensive) should be quoted
for 7 years / per year after 3 years warranty maintenance period
for equipment.
7. You are requested to submit the quotations in a sealed cover
superscribed “Quotations for Procurement of Phototherapy Unit Single
Surface (LED), Diathermy, Bilirubin Analyzer and Comprehensive Infant
Care system (COT) with inbuilt unit, baby weighing machine, bed height
adjustment to Institute of Child Health and Hospital for Children,
Chennai” and quotations should reach on or before 11.30 hours on
05.05.2016.
8. Quotation will be opened at 12.00 hours on 05.05.2016 in the presence of
bidders.
9. We look forward to receiving your quotations and thank you for your interest in
this project.
Sd/-
General Manager (E)
FORMAT OF QUOTATION
Sch No.
Description of Goods Qty. Make /
Model
Unit Rate (Rs)
Total Amount (Rs)
Sales Tax Payable in
%
(1) (2) (3) (4) (5) (6)
1. Phototherapy Unit Single Surface
(LED) 21
2. Diathermy 1
3. Bilirubin Analyzer 1
4. Comprehensive Infant Care system (COT) with inbuilt unit, baby weighing machine, bed height adjustment
3
* All Columns should be filled.
Signature of Supplier
FORMAT OF QUOTATION FOR CMC (LABOUR WITH SPARE)
Sl. No.
Description of Goods Qty. Rate per unit (Rs.)
Unit 4th year
5th Year
6th Year
7th year
8th year
9th year
10th year
1. Phototherapy Unit Single
Surface (LED) 21
2. Diathermy 1
3. Bilirubin Analyzer 1
4.
Comprehensive Infant Care
system (COT) with inbuilt unit,
baby weighing machine, bed
height adjustment
3
Signature of Supplier
Annexure I
TECHNICAL SPECIFICATION
1. SPECIFICATION FOR PHOTOTHERAPY UNIT SINGLE SURFACE (LED)
1. Light Unit should be made of easily cleanable plastic material.
2. Spectral Irradiance of minimum 35 - 40µW cm-2 nm-1 at 35cm distance between bed
and light unit.
3. Wavelength: 430 – 490nm, and should be free from UV and IR radiation.
4. Effective surface area should be at least 250*500 mm within a irradiance ratio of 0.4
(min/max irradiance)
5. Digital Timer for monitoring therapy hours (resettable) & lamp usage hours (non
reusable)
6. Smooth height adjustment mechanism with adjustable height
7. Smooth light unit tilting mechanism.
8. Minimum height should be at least 1100 + 20nm from the floor to use near the
mother bed.
a. Minimum height should be at least 1600 + 20nm from the floor to use with
the incubator.
9. Electric supply: Universal Power supply 100V – 240 VAC, 50Hz to 60Hz with a
power rating of 25W (max)
10. Coating: Epoxy/powder coated body for scratch and rust prevention and PU (Poly
Urethane) coating for plastic.
11. Mobility: Three castors; two rear castors provided with brakes. The base of the unit
should be such that it will go beneath my Incubator/bed/trolley, with minimum of
100mm floor clearance
12. Device should be EMC certified as per IEC 60601-1-2 standard
13. The manufacturer should be ISO 9001:2008 and ISO 13485:2003 certified
14. Should have CE / USFDA certification.
2. SPECIFICATION FOR DIATHERMY MACHINE
1. Facility for monopolar and bipolar as well as underwater cutting.
2. There should be monopolar coagulation and cutting,
3. There should be bipolar coagulation
4. The unit should permit simultaneous use of monopolar and bipolar coagulation
by separate foot pedals
5. There should be user selectable variable blends of coagulation and cutting and
preferably user programmable presets.
6. There should be forced coagulation, spray coagulation and soft coagulation
options available on the unit.
7. It should have a self check every time the machine is switched on.
8. The output must be at least 300-watt
9. Cutting current should be adjustable from 0 to 300w.
10. Coagulation current should be adjustable from 0 to 300w
11. Bipolar coagulation in Micro and Macro Power range in Micro and Macro Power
range coagulation should be present with micro power range : 0.1 to 9.9 watts,
adjustable in 0.1 watt steps and macro power range.
12. 1 to 50W adjustable in steps of 1 watt.
13. Bipolar cutting current should be adjustable from 0 to 50W.
14. There should be digital display of coagulation and cutting current intensity.
15. There should be audio visual alarm for neutral plate disconnection and automatic
inactivation of the diathermy in such event.
16. There should be distinct audio and light indicators for indicating use of cutting and
coagulating switches.
17. There should be provision for user-specific presets.
18. Power 220-240 VAC, 50Hz.
ESSENTIAL ACCESSORIES
1. Footswitch with color coded foot pedals 1No.
2. Standard reusable flexible adult neutral plate with 3m cable 2Nos.
3. Standard reusable Pediatric neutral plate, with 3m cable 2Nos.
4. Reusable hand switching pencil with removable interchangeable tips 2 Nos.
3. SPECIFICATION FOR BILIRUBINOMETER (BILIRUBIN ANALYZER)
Intended use Pre, during and post phototherapy
Gestational age 27-42 weeks
Post-natal age 0-20 days
Patient weight range 950-4,995 grams
Total serum bilurubin range 0-20 mg/dL
0-340 µmol/L
Accuracy (RMSE) +/-1.5 mg/dL at 66% of the time or 1 sigma
Repeatability (SD)* +/-11.2 µmol/L
Correlation r = 0.90
Handheld Unit
Dimensions 5.23cm W x 20.45cm L x 5.94cmH
(2.06 in W x 8.05 in L x 2.34 in H)
Weight (with battery pack) 346 g(12 oz)
Battery Pack
Type Lithium Ion
Voltage 3.7 V
Measurements per full charge (maximum) 40
Expected battery life (minimum) 1 year
Recharge time (maximum) 8 hours
Charger base
Dimensions 9.14cm W x 9.01cm L x 4.30cmH
(3.60 in W x 3.55 in L x 1.69 in H)
Weight (with battery pack) 140 g (0.31 lb)
Power Supply
Input 100-240 VAC, 50/60 Hz, 0.4 A
Output 5 V DC, 2.0 A
Connectivity
Ethernet 10 base T half duplex
Warranty 3 years
4. SPECIFICATION FOR COMPREHENSIVE INFANT CARE CENTER
Quartz based open care warmer with Optional inbuilt nCPAP Unit, Baby Weighing
Machine, Bed Height Adjustments and Pulse Oxymeter.
1. Quartz based open care warmer with Servo and manual mode of operation.
2. Should operate for infant required temperature range (servo) of 32ºC to 38ºC
3. Heater power should be reduced and maintain at 60% after 10 minutes in manual
mode for baby safety
4. Heater output control range (manual) from 0 to 100% incremental of 10%
5. Shave have alarm for every 15 minutes in manual mode operation to alert the
caregiver
6. Should have LCD graphical display with the facility of trending temperature
(weighing and SPO2, if there) in graphical form.
7. Control unit should have facility to convert Centigrade to Fahrenheit conversion
8. Should have non touch dual examination lamp with dimming facility.
9. The heater unit should be swivable for accommodating X-Ray unit and should have
self lock facility.
10. Should have an oval shaped bed for greater accessibility and without crevices for
ease in cleaning.
11. Should have a firm antibacterial, Fire retardant mattress which allows air to pass
through but does not allow water to sleep in.
12. The bed should be tilted to Trendelenburg and fowler like position.
13. Should have continuous variable bed tilting mechanism for a bed tilt between 0 to
12º on either side using Gas spring mechanism.
14. Bed should have a X-ray cassette holder that can be accessed without disturbing
the infant
15. Bed should be swivable on both sides of vertical column of +60º to facilitate
intubation/resuscitation etc.
16. Should have a strong IV stand (S.S) with height adjustable and facility to fix large
number of infusion pumps. Mayo tray-2 No’s on the same side.
17. The unit should be mobile with four 5 inches swivable castors all with locking
facility.
18. All metal parts of the equipment should be corrosion resistant and Epoxy/Powder
coated.
19. Should have alarms: High infant temperature, Low infant temperature, Probe
failure, Heater failure, Power failure, System failure, Oxygen set value change, Low
or High Pressure and Battery low
20. Should have visual indicator for alarms on the heater unit.
21. Should be worked in 230V (+10%) 50Hz
22. Should have maximum power consumption of 900w
23. Should have a option for Apgar timer.
24. Should have a option for swivel trays under the bed to place the baby belongings.
25. The system should have international CE approval
26. The company should be ISO 9001:2008 & 13485 certified.
27. Should be supplied with the following standard accessories
Patient probe – 1 No
Mattress – 1 No
OPTIONAL
A. Inbuilt pulse Oxymeter: Should read Oxygen saturation range, Heart rate and
plethysmograph Reusable saturation probe with extension cable (To use with pulse
Oxymeter) – 1 No.
B. Inbuilt Weighing scale: Should weight up to 10kg with the data storage of the
baby weight for at least 7 days.
C. Bed Height adjustment: Should motorized variable height adjustment mechanism
to vary the cradle/baby bed between 1820mm – 2120mm from the ground, should
be able to adjust height of the bed from either side of the warmer.
D. Inbuilt CPAP: Peak and expiratory pressure (peep) should be generated using flow
of gas and its adjustments should be in between 2cm H2O to 10cm H2O with the
O2 concentration range of 21% to 100%. Blending should be with the suitable
electronic blender for the proper mixing of air and oxygen. Should have LED display
to show (i) Delivery pressure (ii) High/Low pressure limits (iii) Oxygen concentration
set value (iv) Oxygen concentration measured value (v) Battery backup for at least
1 hour; with Servo controlled humidifier, reusable/single use chamber, heater wire
adpter, temperature probe, single use patient circuits, nasal prongs, head bonnets,
etc.,
E. Inbuilt suction: Ventury based suction.
The suction should have international CE approval
The company should be ISO 9001:2008 & 13485 certified.