OFFICE OF THE SUPERINTEDENT SCB MEDICAL COLLEGE & HOSPITAL, CUTTACK

OFFICE OF THE SUPERINTEDENT SCB MEDICAL COLLEGE & HOSPITAL, CUTTACK. Department : SURGICAL GASTROENTEROLOGY, SCB MC&H, CUTTACK Bid Notice No. Tender D...
Author: Marion Glenn
10 downloads 0 Views 721KB Size
OFFICE OF THE SUPERINTEDENT SCB MEDICAL COLLEGE & HOSPITAL, CUTTACK. Department : SURGICAL GASTROENTEROLOGY, SCB MC&H, CUTTACK Bid Notice No. Tender Document for supply of Medical Equipments & for Rate Contract for a period of 01 (one) year from the date of communication of approved rate by the competent authority Bidding Document : Not transferable DATE OF COMMENCEMENT OF SALE OF THE BID

: 30.11.2013 to 24.12.2013

DATE OF PRE-BID CONFERENCE

: 17.01.2014 at.1.00pm

LAST DATE / TIME FOR SALE OF BID

: 24.12.2013 tp to 4.00pm

LAST DATE / TIME FOR SUBMISSION OF BID

: 06.01.2014 up to 4.00pm

DATE OF OPENING OF TECHNICAL BID DOCUMENT

: 07.01.2014 at 12.00 noon

DATE & TIME OF OPENING OF THE COMMERICAL

:

SEPARATELY.

BID DOCUMENT PLACE OF OPENING OF BID AND ADDRESS FOR COMMUNICATION

SHALL BE INTIMATED

:

OFFICE OF THE SUPERINTENDENT, SCB MEDICAL COLLEGE & HOSPITAL, CUTTACK – 753 007.

AND RECEIPT OF BID DOCUMENT

Page 1 of 73

SECTION - I INVITATION FOR BIDS (IFB)

Page 2 of 73

OFFICE OF THE SUPERINTENDENT SCB MEDICAL COLLEGE & HOSPITAL, CUTTACK. SECTION – I :

INVITATION FOR BIDS (IFB)

SCB MEDICAL COLLEGE & HOSPITAL, CUTTACK for supply of Medical Equipment to SURGICAL GASTROENTEROLOGY, SCB MC&H, CUTTACK. A complete set of bidding document may be purchased by prospective bidders on payment of a non-refundable fee as indicated below in the form of a Demand Draft in favour of Superintendent, SCB MEDICAL COLLEGE & HOSPITAL, CUTTACK payable at Cuttack from any Nationalized/ Scheduled Bank or on payment Rs. 5,000/- in the Account Section by Cash at the office of Superintendent, SCB Medical College & HospitalCuttack-07, Odisha during office hours from 11.00 AM to 4.00 PM on all working days. The Bidders may download the Bid Document directly from the WEBSITE available at www.scbmch.nic.in and the Bid cost as mentioned below by way of separate Demand Draft drawn in favour of SCB MEDICAL COLLEGE & HOSPITAL, CUTTACK should be enclosed along with the Technical Bid. The Bidders should specifically super-scribe, “Downloaded from the WEBSITE” on the top left corner of the outer envelope containing Technical Bid and Price Bid separately. The Bid cost and EMD amount should be submitted separately in separate demand drafts. In case of any bid amendment and clarification, responsibility lies with the bidders to collect the same from the website before last date of purchase of bid document and the AUTHORITY shall have no responsibility for any delay/ omission on part of the bidders. Price of bidding document:

Rs.5,000.00 (Rupees Five thousand only) (Non-refundable)

Place of opening of bids:

Office

of

the

Superintendent,

SCB

MEDICAL

COLLEGE & HOSPITAL, CUTTACK Address for communication:

Office of the SUPERINTENDENT, SCB MEDICAL COLLEGE & HOSPITAL, CUTTACK – 753 007. Odisha.

SUPERINTENDENT

Page 3 of 73

SECTION-II GENERAL TERMS & CONDITIONS

Page 4 of 73

OFFICE OF THE SUPERINTENDENT, SCB MEDICAL COLLEGE & HOSPITAL, CUTTACK. GENERAL TERMS & CONDITIONS OF CONTRACT for supply of Medical Equipment to SURGICAL GASTROENTEROLOGY, SCB MC&H, CUTTACK. CLAUSE NO 1. 1.1 1.1 a. 1.1.b 1.1.c 1.1.d 1.1.e 1.1.f 1.1.g 2. 2.1 2.2 2.3 2.4

2.5 2.6 2.7

DESCRIPTION Document Establishing Bidders' Eligibility & Qualification The Bidders shall furnish as part of the Bid the following Document establishing Bidders' eligibility and qualification to perform the contract, to the satisfaction of the authority. The manufacturer’s having valid manufacturing license of the quoted item and the direct Importers holding valid Import License of the product are eligible to participate in the Bid. The Authorized Direct Dealers or Distributor of the original equipment manufacturer can participate in the Tender provided they submit the manufacturer’s authorization in the format provided in the Bid Document. The Bidder shall submit certified copies of turn over for last 3 preceding years. Bidders should have CE/US FDA certification for quoted instrument& equipment The Bidders should have ISO certification for quoted instrument and equipment The Manufacturer/ Distributor/ Dealer shall submit the list of reputed organizations to which similar equipments have been supplied in the last preceding 3 years with documentary proof. The Bidders shall have to produce document in support of their service station/ service associates located in Odisha for last 3 (three) years. Document Establishing Goods Eligibility. The goods offered against the schedule of requirement of goods should be in accordance with the stipulated specifications & any quality certification asked in Technical specification if any. The documentary evidence should be in the form of literature, pamphlets, manuals, drawing, circuit diagram etc. and shall furnish soft copies and a list of the items the bidder is quoting mentioning the page no of the corresponding tech. literature. Detailed description of goods with essential technical and performance characteristics. A list giving full particulars, including available source and current price of spare parts, special tools etc. necessary for proper and continuing function of the goods for a period of five years following the commencement of the use of the goods by the AUTHORITY. The Bidders should clearly mention in their bid regarding the compatibility of the Computer Hardware & Software offered to the other Hardware/ Software and the specification on compatibility, information on Driver Software for peripherals and suitability of peripherals to the main system must be furnished.

The quantity shown in the bid can be increased or decreased to any extent depending upon the actual requirement ISO certification In case of electro medical instruments/ equipment, the same should confirm to IEC-60601 or equivalent in support of electrical safety for operation.

3.

TECHNICAL BID (COVER A )

3.1

The following document should be submitted in Cover A i.e. Technical Bid after being attested by a Gazetted Officer/ Notary Public. Earnest Money Deposit in shape of DD only.

Page 5 of 73

3.2

Copy of the manufacturing license/ import license.

3.3

Copy of the authorization from the Manufacturing Company in case of authorized Distributor/Dealer. Annual Turnover duly certified by a Chartered Accountant (as per Annexure-IX) for the last preceding 3 (Three) years i.e., 2010-11, 2011-12 and 2012-13. VAT/ST clearance certificate up to 31.03.2014. Performance/ Market standing certificate as per Annexure-VI establishing that the Bidders/Manufacturers have executed supply of such items as mentioned in Schedule of Requirement of Goods to different Government Hospitals and reputed private Medical Institutes supported with documentary evidence i.e., copies of Purchase Orders, Invoice and Performance Certificate establishing said supplies duly attested and enclosed by the bidder failing which the bid shall be out-rightly rejected. An affidavit in the prescribed declaration format as per Annexure-VIII. (Those are not registered under Odisha VAT.) Detail name, address, telephone no. fax, e-mail of the firm and of the Director/ Managing Director/ Proprietor of the firm (As per Annexure XIII) Address, Telephone No., e-mail, Fax of the Branch Office/ Contact Person/ Liaisoning Office in Odisha. (As per Annexure XIII) Power of Attorney/ Authorization to a person for liaisoning and monitoring the business on behalf of the manufacturer/ bidder but not entitled to raise the bills. Document, if any, to establish the recognition of the manufacturing unit in respect of valid ISO, CE, US FDA & IEC 60601 certificates, if any. These are mandatory documents which the bidder should attach along with the bid. The original bid should be signed & sealed by authorized person in each page with original receipt with each page to be numbered along with the attached documents. Documentary evidence establishing that the goods and ancillary services to be supplied by the Bidders shall conform to the Bidding Document Check list with detail of the document enclosed in Cover A (as per Annexure XII with page number. The document should be serially arranged as per this Annexure XII and should be securely tied and bound. Bidders are required to submit soft copy of technical bid along with the hard copy in the Technical bid envelope. Bidders are required to submit Para wise compliance to each parameter of specification.

3.4 3.5 3.6

3.7 3.8 3.9 3.10 3.11 3.12 3.13 3.14

3.15 3.16 3.17 3.18

4.

4.1

4.2

Any deviation in the specification of the item including standard accessories/ optional accessories should be marked in bold letters. Bid form to be attached as per Annexure-X Copy of the Money receipt / D.D. towards cost of tender paper.

PRICE BID (COVER B) The bid form giving the rates for various (Equipment & Instrument ) and other items should be sent in separate sealed cover hereafter called Cover B (Price Bid). Cover – B (Price Bid) will be opened only of the bidders who qualify in Technical Bid (Cover A). Bidders are required to submit soft copy of price bid along with hard copy in the Price bid envelope. The price of the each item shall be quoted as per the prescribed Price Schedule Format at Annexure-IA along with price break up of custom duty, excise duty, packing & forwarding, inland transportation, insurance and incidental cost if any, local Sales Tax, VAT, Entry Tax and other taxes payable etc. with total price per item at FOR destination. Each quoted item including turnkey item and all accessories should cover the comprehensive warranty for first 5 (five) years from the date of installation.

Page 6 of 73

4.3

Each quoted item including turnkey item and all accessories should cover annual maintenance charges (comprehensive) thereafter for the next 5 (five) years. The price for this should be quoted as per Annexure-1B. The prices of turnkeys job as per the requirement should be quoted as per Annexure-1C. Turnkey: The Vendor should install and commission the system on turnkey basis. The Bidder shall examine the existing site where the equipment is to be installed, in consultation with HOD of Hospital/ Institution/ Medical College concerned before submission of bids. The Bidders to quote prices indicating break-up of prices of the Machine and Turnkey Job of each Hospital / Institution/ Medical College as per Annexure-IC taking in to consideration the following works. The Turnkey costs may be quoted in Indian Rupee which will be added for Ranking Purpose. The taxes to be paid extra, to be specifically stated. In the absence of any such stipulation the price will be taken inclusive of such duties and taxes and no claim for the same will be entertained later. The Turnkey Work should completely comply with AERB requirement / BARC Guide line wherever applicable, if any details of turnkey Work (to be furnished by Hospitals / Institutes/ Medical College). CIVIL WORK : _Hepap filter system is to be provided to two rooms with electric connection and required accessories including power backup for smooth functioning of two LT rooms. RENOVATION OF WORKS _________________________________________________ ELECTRICAL WORK: _____________________________________________________ AIR CONDITIONING WORK:

_____________________________________________

EXISTING SITE DRAWING: ________________________________________________ PROPOSED TURNKEY : SITE DRAWING:

__________________________________________________

_______________________________________________________

FURNITURE & FITTINGS.

_________________________________________________

4.4

The Price Bid of the qualifying bidders will be opened at the Office of the Superintendent, SCB Medical College & Hospital, , Cuttack-753 007 on the date and time to be communicated to them after technical evaluation of Cover A.

5.

BID CONDITIONS The quoted rate shall not vary with the quantum of order placed or destination point. A copy of the original bid conditions and the schedules should be signed by the bidder at the bottom of each page with the office seal duly affixed and returned along with the bid in Cover A. Bid schedule should be duly filled in. With an index and page number for the document, enclosures & EMD etc. Paging must be done over all the document submitted in “Cover A” & “Cover B”. Bids should be type written or Computerized and every correction/ over writing in the bid should invariably be attested with signature of the bidder with date before submission of the bids to the authorities concerned. No revision of price upward or downward will be allowed once the bid is opened (“Cover B”).

5.1

Language of Bid.

Page 7 of 73

The Bid prepared by the bidders and all correspondence and document relating to the bid exchanged by the Bidders and the AUTHORITY, shall be written in the English language. Supporting document and printed literature furnished by the Bidders may be written in another language provided they are accompanied by an accurate translation of the relevant passages in the English language in which case, for purposes of interpretation of the Bid, the English translation shall govern. 5.2

Bid Price • Prices shall be quoted in Indian Rupees. • The contract price shall include the cost of the Goods, Charges towards Packing, forwarding, handling, insurance, freight, incidental service, installation & commissioning of the goods and training to the consignee’s personnel at site or a place mutually agreed by the AUTHORITY and the Supplier. • The Bidders shall give operational training to at least two faculty of each consignee on the equipment / Computer Hardware & Peripherals/Computer Software free of any extra cost to the AUTHORITY. • Training on Computer Software are to be in sandwiched pattern, one software in the first week followed by a gap of one week for in-house practice then continuing the training for next from 3rd week and so on. The training may be arranged in the AUTHORITY’s premises or at the works of the manufacturer/ their authorized agent. • If the training is conducted outside the consignee Institution, the living & incidental charges for the faculties consistent with their status shall be borne by the Supplier including to & fro journey fare. • The Bidders shall furnish the break up of cost as follows solely for the purpose of facilitating the comparison of Bids only. The price must be stated separately for each item as per annexure-IA Ex-Factory/ Ex-Warehouse/ Ex-Showroom/ off the self price Packing, Forwarding and Handling charges Insurance charges Freight up to destination Institution. Erection, Assembly, commissioning, incidental service, including testing, training charges Tax component (i.e., Excise Duty, Sales Tax, VAT other levies) payable by the Consignee. Delivery cost at site (including Tax Component)

5.3

VAT/ST clearance Copies of valid VAT/ST clearance Certificates shall be furnished by the Bidders and the originals of the above certificates shall be produced to the AUTHORITY before placement of notification of award if asked for by the AUTHORITY. As per Section 99 of VAT Act Foreign Companies/ Bidders from outside the State who intend to participate in the bid and who have not been registered under VAT Act., as they have not started any business in the State as yet, may be allowed to participate in the Bid without having any VAT clearance Certificate subject to condition that they should submit undertakings in the form of an affidavit (Annexure-VIII) indicating therein that they are not registered under the VAT Act as they have not started any business in the State and they have no liability under the Act., but before award of the final contract such bidders will have to produce the VAT Clearance Certificate in Form VAT 612.

5.4

EMD/Bid Security Deposit : All bids must be accompanied by the Bid Security as mentioned below in shape of Demand Draft drawn in favour of Superintendent, SCB Medical College & Hospital payable at Cuttack and Bank Guarantee only (Annexure- XIII). The bid security shall be in Indian Rupees Total value of the goods offered (Rs.)

EMD Amount

a)

Up to Rs.20.00 lakhs

Rs. 20,000.00

b) c)

> Rs.20.00 lakh & < Rs.2.00 crore > Rs.2.00 crore

Rs.1,50,000.00 Rs.3,00,000.00

NOTE: Security amount lower than the desired one shall result in rejection of Bid. Page 8 of 73

The bid security is required to protect the AUTHORITY against the risk of Bidders’ conduct which would warrant the security’s forfeiture. Unsuccessful bidders’ bid security will be discharged after signing of contract with successful bidders. The successful Bidders’ bid security will be discharged upon after signing the contract and furnishing the performance security by the Bidders. The bid security may be forfeited if Bidders withdraws its bid during the period of bid validity. In the case of a successful Bidders, if the Bidders fails to furnish performance security. The EMD/ Bid Security deposited against other Bids can not be adjusted or considered for this Bid. No interest is payable on EMD/ Bid Security. The calculation of Bid security may be submitted in the prescribed format at Annexure V. 5.5

Performance Security : The successful Bidders shall furnish Performance Security within 21 days after the Supplier’s receipt of Notification of Award for an amount equivalent to 10% (Ten Percent) of the Contract Price in the form of Demand Draft or an irrevocable Bank Guarantee issued by a Nationalized Bank in favour of the AUTHORITY valid up to 60 days after the date of completion of Performance obligations including warranty obligations. The performance security form is enclosed in Annexure-II of the Bid Document. The Performance Security will be discharged by the AUTHORITY and returned to the Supplier not later than 60 days following the date of completion of the supplier’s performance obligations, including the warranty obligations, under the Contract. The Performance Security shall be forfeited in case any terms and conditions of the contract are infringed or the bidders fails to make complete supply satisfactorily or complete the work within the delivery/completion period agreed in the contract without prejudice to the AUTHORITY’s right to take further remedial actions in terms of the contract and bidding document which formed part of the contract.

5.6

SUBMISSION OF BIDS Sealing and Marking of Bids 1. Bid should be submitted in two Bid system containing two parts as detailed below. Part I : Technical Bid in One Sealed Cover. Part II : Price Bid in one Sealed Cover. The bidder shall have to submit the price bid of each equipment separately in sealed cover and then put in Part II sealed cover in case bidding form is more than one equipment. Part I and Part II sealed covers should then be put in one outer cover indicating there on : i) Reference No. of Bid __________________________________ ii)

Bid regarding __________________________________________

iii)

Due date for submission of the Bid _________________________

iv)

Due date for opening of the Bid ____________________________

v)

Name of the Firm _______________________________________

NOTE: A. B.

Bids submitted without following two Bid system procedures as mentioned above will be summarily rejected. Please Note that prices should not be indicated in the Technical Bid. The Pre-qualification document including EMD / BID Security as required in the Bid document should invariable be accompanied with the Technical Bid (Cover A).

The outer envelope shall indicate the name and address of the bidders to enable the bid to be returned unopened in case it is declared “late”. If the cover containing the outer envelope is not sealed and marked as required, Page 9 of 73

5.7

AUTHORITY will assume no responsibility for the bid’s misplacement or premature opening. The above procedure shall be adopted both for the Technical bid and price bid separately. Telex, cable or facsimile bids will be rejected. Deadline for Submission of Bids Bids must be received by the AUTHORITY at the address specified not later than the time and date specified in the Invitation of Bids. In the event of the specified date for the submission of bids being declared a holiday for the AUTHORITY, the bids will be received up to the appointed time on the next working day. The AUTHORITY may, at its discretion, extend this deadline for submission of bids by amending the bid document, in which case all previous rights and obligations of the AUTHORITYs and bidders will remain same till the extended date.

5.8

Late Bids Any bid received by the AUTHORITY after the deadline for submission of bids prescribed by the AUTHORITY, will be rejected and/or returned unopened to the Bidders.

5.9

Modification and Withdrawal of Bids No Modification and Withdrawal of Bids is allowed between the interval of time of submission and the last date and time of the bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the bidders on the bid form. Withdrawal of a bid during this interval may result in the bidder’s forfeiture of its bid security

5.10

Pre Bid Conference Pre Bid Conference shall be held in the office of the Superintendent, SCB Medical College & Hospital on the date and time mentioned above. The prospective bidders on behalf of Manufacturer with valid authorization from manufacturer for relevant items published in the tender may ask for written clarification at the venue which shall be held in the presence of AUTHORITY’s representative. Without Valid authorization from relevant manufacturer cannot enter in pre bid conference Hall. If any modification or clarification required, same shall be incorporated in the bid document and intimated to all bidders through display in our web site only before the date of bid opening. AUTHORITY may at its own discretion extend the bid opening for further period.

5.11

BID OPENING

5.12

The AUTHORITY will open all bids, in the presence of bidders or their’ authorized representatives who choose to attend the opening.

5.13

The bidder’s representatives who are present shall sign a register evidencing their attendance. In the event of the specified date of bid opening being declared a holiday for the AUTHORITY, the bids shall be opened at the appointed time and location on the next working day. The bidders’ names, and the presence or absence of the requisite bid security and such other details as the AUTHORITY, at its discretion, may consider appropriate will be announced at the opening. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the bidders. The AUTHORITY may prepare minutes of the bid opening. The “Price Bid” (Cover B) will be opened after evaluation of “Technical bids” (Cover A) and the date and time will be intimated to bidders whose bids are responsive and who are selected by the AUTHORITY.

5.14

5.15

5.16

Preliminary Examination • The AUTHORITY will examine the bids to determine whether they are complete, •

whether any computational errors have been made



whether required sureties have been furnished Page 10 of 73



whether the document have been properly signed, attested/notarized



Whether the bids are generally in order.



Bids from Representatives, without proper authorisation from the manufacturer shall be treated as non-responsive. Arithmetical errors will be rectified on the following basis. For example If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the supplier does not accept the correction of errors, its bid will be rejected. If there is a discrepancy between words and figures, the amount in words will prevail. Whether bids received along with certified copies of STCC/VAT valid up to preceding year issued by competent authority or declaration as per format VIII. The AUTHORITY may waive any minor informality or non-conformity or irregularity in a bid which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any bidders. The AUTHORITY’s determination of bids responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. A bid determined as not substantially responsive will be rejected by the AUTHORITY and may not subsequently be made responsive by the bidders by correction of nonconformity.

• • • • •

5.17

Acceptance of the Bid • • •

5.18

Bidders submitting bids would be considered who have considered and accepted all terms and conditions. No enquiries, verbal or written, shall be entertained in respect of acceptance or rejection of the bid. Genuine equipment and instruments should be supplied. Bidders should indicate the source of supply i.e., name and address of the manufacturers from whom the items are to be imported. Supply of equipment means : Installation and Commissioning as well as Training at site. No separate charges will be paid on this account.

Rejection of the Bid • • • • • • •

• • •

The Bid document shall be out-rightly rejected under following stipulation and no correspondence will be entertained whatsoever. If the Bidders has not furnished the EMD/ BID security or EMD exemption certificate from competent authority. If the Bidders have not submitted the Price Bid/ Financial Bid in the prescribed format. If the Bidders has not submitted the Bid Document without following two Bid Procedures as mentioned in the Bid Document. Photo copy of the up-to-date valid manufacturing license/ import license if it is imported. Any precondition by the manufacturer/ importer/ authorized agents other than the bid terms and conditions. If the Bidders has not submitted the Certificate in original duly filled and certified by a Chartered Accountant (as per Annexure XII) during the last preceding 3 (Three) years. If the bidders, whether manufacturer or authorized distributor/ dealer have not supplied the equipment as per the eligibility criteria and not submitted the performance statement at Annexure-VI. If the quoted product of the bidders does not confirm to technical specification, required quality certification like CE/USFDA of required item and standard of workmanship required by the AUTHORITY. An affidavit in the prescribed declaration format as per Annexure-VIII. (Those are not registered under ODISHA VAT.)

Page 11 of 73

• 5.19

If the bidders has not agreed to give the required performance security.

AUTHORITY’s Right to Accept any Bid and to Reject any Bid The AUTHORITY reserves the right to accept or reject any bid and to annul the bidding process and reject all the bids without assigning any reason thereof at any time prior to award of Contract, without thereby incurring any liability to the affected Bidders or Bidders on the grounds of such action of the AUTHORITY. In case no bidders qualify as per qualifying criteria and standards, AUTHORITY may at his discretion relax qualification criteria for award of contract.

5.20

Evaluation and Comparison of Bids The comparison shall be of FOR destination price basis including the price of all costs including turnkeys wherever applicable as well as duties and taxes paid or payable on components and raw-material incorporated or to be incorporated in the goods including 3 (three) years from the date of installation as well as the annual comprehensive maintenance contract cost for the next 5 (five) years. •

The AUTHORITY’s evaluation of a bid will take into account, in addition to the bid price and the price of incidental services.



The purpose of bid evaluation is to determine substantially responsive bid with the lowest evaluated cost, but not necessarily the lowest submitted price, which should be recommended for award.



Evaluation of bids should be made strictly in terms of the provisions in the bid document to ensure compliance with the commercial and technical aspects.



The past performance of the suppliers will be taken into account while evaluating the bids.



Cost of the inland transportation, insurance and other costs within the AUTHORITY’s Country incidental to delivery of the goods to their final destination;



Delivery schedule offered in the bid;



Deviations in payment schedule from that specified in the General Terms & Conditions of Contract;



The cost of components, spare parts and service.



The availability in the AUTHORITY’s country of spare parts and after-sales services for the goods offered in the bid;



The projected operating and maintenance costs during the life of the equipment/ goods.



The performance and productivity of the equipment/ goods offered; The quality and adaptability of the equipment/ goods offered.



Any other point as deemed proper to be incorporated by the evaluation committee.

6

Supply Conditions

6.1

Delivery of Goods The delivery of goods shall be made by the supplier to the Consignee under intimation to The Superintendent, SCB Medical College & Hospital, Cuttack in accordance to the order placed as shall be detailed in the Schedule of requirement of Goods.

6.2

Submission of Instrument & Equipment Samples

7.1

AUTHORITY reserves the right to ask for submission of samples as per the proforma attached at Annexure-VII. Inspection/Test The supplier shall get each equipment inspected in manufacturer’s works and submit a test certificate and also guarantee/warranty certificate that the equipment confirms to lay down specifications. The AUTHORITY or his representative shall have the right to inspect/ examine/ test the Page 12 of 73

goods in conformity with the contract awarded/supply order before dispatch from the manufacturer’s premises. Such inspection and clearance will not prejudice the right of the consignee to inspect and test the equipment on receipt at destination. The inspection/examination/ test may be conducted in the premises of the Supplier or at the goods final destination at the premises of the consignee, as will be decided by the AUTHORITY. The AUTHORITY's right to inspect/ examine/test & where necessary to reject the goods after the arrival of the goods at the final destination, shall in no way be limited or waived by the reason of the goods having been inspected and tested by the manufacturer previously. In case of rejection of the goods at the final destination after inspection and test as stipulated above. In case any inspected/ tested goods fail to confirm to the specification/ working condition, the AUTHORITY may reject them and the supplier shall replace/ repair the same free of cost. 7.2

Guarantee/ Warrantee Period (comprehensive) The Bidders must quote for 5 (five) years of comprehensive warranty from the date of completion of the satisfactory installation. This also includes all accessories and turnkeys job related to equipment.

7.3

Annual comprehensive maintenance The cost of annual comprehensive maintenance charges for next 5 (five) years after warranty/guarantee period shall be submitted as per Annexure 1B. The after sales service during and after the Guarantee/Warrantee period should be available from Company’s own engineers. The name of the trained engineers to be specified. The bidder shall have to execute a Tripartite Agreement or Bipartite Agreement (in case of the bidder is a Manufacturer) with the Consignee and the Manufacturer for providing comprehensive maintenance during and after the Guarantee/Warrantee period as per Annexure-III in case the bidder is a dealer. Up time Guarantee / Warrantee The Bidders should provide uptime guarantee of 95%.

7.4

Downtime Penalty Clause During the Guarantee/ warranty period, desired uptime of 95% of 365 days (24 hours) if downtime exceeds 5%, penalty in the form of extended warranty, double the number of days or more will be applied as per Annexure III for which the equipment goes out of service. The vendor must undertake to supply all spares for optimal upkeep of the equipment for at least TEN YEARS after installation of the unit to the Institute. If accessories/ other attachment of the system are procured from the third party, then the vendor must produce cost of accessory/ other attachment and the AMC from the third party separately along with the main offer and the third party will have to sign the AMC with the Institute if required. In no case instrument should remain in non-working condition for more than 7 days beyond which a penalty of 0.2% of machine cost will be charged per day. The principals or their agents are required to submit a certificate that they have satisfactory service arrangements and fully trained staff available to support the uptime guarantee.

8.1 8.1.1

TERMS OF PAYMENT : No advance payments towards cost of medical equipments or turnkey job will be made to the tenderer.

Page 13 of 73

8.1.2

Payments as mentioned above will only be made after keeping the performance security deposit from the supplier as per clause no. 7.1, if they have not deposited the same before. Payment will only be made after ensuring signing of the Agreement, undertaking and handing over of warranty papers of equipment and turnkey jobs by the supplier to the purchaser.

8.1.3

No claims shall be made against the purchaser in respect of interest on earnest money deposit or performance security deposit or any delayed payment or any other deposit.

8.1.4

Payments in shape of Draft / Pay Order will preferably be despatched to the supplier by Registered post with A.D or e-payment / on-line transfer.

8.1.5

The payment of CMC will be made on a six monthly basis, after completion of warranty period and signing of the CMC agreement.

8.2

Insurance The AUTHORITY will not pay separately for transit Insurance. The supplier is completely responsible for delivery of goods in perfect condition and shall replace/ rectify the missing/ defective parts if any at his own cost. The goods to be supplied under the Contract shall be fully insured (110% of the ExFactory/Ex-shop value of the goods) against loss or damage incidental to manufacture or acquisition, transportation, storage & delivery of the goods from Warehouse/Factory/Exshop of the supplier to the delivery point.

8.3

Transportation The Supplier shall be required to meet all transport and storage expenses until delivery of the Goods covered in the contract to the Consignee.

8.4

Taxes and Duties The Supplier shall be entirely responsible for payment of all Taxes, Duties etc. incurred until delivery of the contract goods to the Consignee subject to recovery afterwards in the bill as claimed in the Bid offer. Page 14 of 73

VAT as applicable is payable, to the suppliers of the State of Odisha if claimed in the Bid offer. C.S.T will be paid to the Suppliers of the outside State other than Odisha, if claimed in the Bid offer. It may be noted the ‘C’ Forms will not be issued to the Suppliers & accordingly C.S.T is to be claimed in the bills. Entry Tax, if paid by the Supplier, at the local (destination head) Corporation/ Municipality/NAC is allowed once only on production of money receipt for such payment, if claimed in the Bid offer. Any other statutory levy imposed by the Govt. of India/ Govt. of Odisha from time to time will be considered extra on demand with adequate proof thereof In the case of manufacturer

8.5

• • • •





• •

8.7

8.8

The bidders shall necessarily quote the excise applicable and when the item is excisable.



The bidders shall specifically mentioned “EXEMPTED” when the item is excisable but exempted for time being based on the turn over or for any other grounds by the notification issued by the Government of India.



The bidders once quoted the excise rate is not permitted to change the rate/ amount unless such change is supported by the notification issued by the Government of India or by the order of the Court, after submission of Bid.

Incidental Services •

8.6



The Supplier shall be required to provide any or all of the following services : (The cost should be included in the quoted Price) Furnishing of detailed literature/pamphlets/circuit diagram/operation & maintenance manual / drawings (as applicable) for each appropriate unit of supplied goods. Furnishing of tools required for assembly and/or maintenance of the supplied goods. Performance or supervision of on-site assembly and/or maintenance of the supplied goods. Performance or supervision or maintenance and/or repair of the supplied goods, for a period of time agreed by the parties, provided that this service shall not relieve the supplier of any warranty/guarantee obligations under the contract. Training of the AUTHORITY/consignee’s personnel at the Supplier’s plant and/or on site, in assembly, start up, operation, maintenance and/or repair of the supplied goods. A maintenance contract for the goods supplied, if required by the user beyond the warranty period shall be on mutually agreed upon terms between the user and supplier. The cost of such maintenance contract shall not be included in the Bid cost. Up gradation of Software The Bidders shall have to extend free up gradation of software up to 5 (five) years.

Spare parts The separate price list of all spares and accessories (including minor) required for maintenance and repairs in future after guarantee/ warrantee period must be attached/ enclosed along with the sealed quotation. If any spares & accessories other than the price list attached/enclosed by the Bidders are required for future repair it will be borne by the Bidders only. The Bidders are required to furnish the list of spares along with their cost in the Financial Bid. Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares for the Goods. Other main spare parts and components shall be supplied as promptly as possible but in any case within one week of placement of order Period of Validity of Bids Page 15 of 73

The bid rates should be kept open/ valid for a period of 1 (one) year from the date finalization. A bid valid for a shorter period may be rejected, as non-responsive. • •

In absence of any indication of the date of validity in the bid, it will be presumed that the offer will remain valid for the minimum period as prescribed above. In exceptional circumstances the AUTHORITY may solicit the bidders consent for extension of the period of validity. If agreed upon, the bid security so deposited shall also be suitably extended.

Page 16 of 73

8.9

Standards

The Goods supplied under this Contract shall confirm to the standards mentioned in the Technical Specifications and when no standard is mentioned, the Goods shall conform to the standards prescribed by US FDA / CE & ISO. 8.10

8.11 8.11.1

Award Criteria •

The AUTHORITY will award the Contract to the successful Bidders whose bid has been determined as the lowest evaluated bid, provided further that the Bidders is determined to be qualified to perform the Contract satisfactorily.



Quality, durability and adaptability of the equipment/ goods offered suiting to use in Training Practice shall continue to be the overriding factor for selecting any goods and determining the lowest evaluated bid.



The AUTHORITY shall award the contract within the period of validity of bids to the Bidders who meets the Bid condition in all aspects has the necessary technical and production capabilities and financial resources whose Bid is substantially responsive to the bid conditions and has offered the lowest evaluated cost.

Penalty Penalty against late delivery. If the delivery is not effected in the due date i.e. 90 days from the date of issue of Purchase Order the Superintendent, AUTHORITY will have the right to impose penalty as under. a) First extension of 1(one) month or part thereof @ 2% of the total value b) For second extension for an additional month @ 3% of the total value.

8.11.2

Penalty against Non Supply In case of non supply of Stores within the due date i.e. within the date of delivery, the Superintendent, SCB Medical College & Hospital, Cuttack will have the right to impose penalty, as deemed fit, to resort to risk purchase in full or part thereof at his/her discretion, his/her decision shall be final and binding and the cost shall be recovered for the defaulted party.

8.12

Demonstration The bidders may be required to demonstrate the quoted model of the equipment during the technical evaluation, if required, failing which their bids/offer shall be rejected. Further all prospective Bidders shall have to demonstrate their product with LCD overhead projector before the experts during the time of technical evaluation by a Sr. most staff who can reply satisfactorily and can take spot decision.

8.13

The Supplier shall not be liable for forfeiture of its performance security, liquidation damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force majeure for purposes of this Clause “Force majeure” means an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of the AUTHORITY either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the AUTHORITY in writing of such conditions and the cause thereof. Unless otherwise directed by the AUTHORITY in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure event.

Page 17 of 73

8.14

Rejected items No payment shall be made for rejected supplied items. Rejected items must be removed by the bidders within two weeks of the date of rejection at their own cost and replace immediately. In case these are not removed these will be auctioned by the AUTHORITY (at the risk and responsibility of the suppliers) without any further notice.

8.15

Governing Language The contract shall be written in English language. All correspondence and document pertaining to the Contract which are exchanged by the parties shall be written in the same language.

8.16

Applicable Law The Contract shall be interpreted in accordance with the laws of the Union of India.

8.17

Notification of Award Prior to the expiration of the period of validity of the Bid, the AUTHORITY will notify the successful Bidders in writing by registered letter or by Fax, to be confirmed in writing by registered letter or by speed post, that his bid has been accepted. The notification of award will constitute the formation of the Contract. Upon the successful Bidders’ furnishing of the performance security, the AUTHORITY will promptly notify each unsuccessful Bidder and will discharge its bid security.

8.18

Signing of Contract At the same time as the AUTHORITY notifies the successful Bidders that his bid has been accepted, the AUTHORITY will send the Bidders the Contract Form provided in the bidding document, incorporating all terms and conditions of the agreements between the parties within 30 (thirty) days of receipt of the Contract Form, the successful Bidders shall sign and date the contract and return it to the AUTHORITY

8.19

Resolution of Disputes by Arbitration The AUTHORITY and the Supplier should try to resolve the disputes, if any, arising out of the contract, amicably between them, failing which the same shall be referred to the, Superintendent, SCB Medical College & Hospital, Cuttack-753 007. For adjudication as the sole Arbitrator under the provisions of the Arbitration and Conciliation Act, 1996 whose decision will be final and binding on all the parties to the dispute.

8.20

Jurisdiction of the Court. The AUTHORITY and the Supplier shall agree that the competent Court at Cuttack shall have the jurisdiction to try and decide anything between the parties and they may approach the Competent Court at Cuttack if required at any time. Superintendent, SCB Medical College & Hospital

Page 18 of 73

SECTION - III FORMS & ANNEXURES

Page 19 of 73

ANNEXURE-I A PRICE SCHEDULE (ITEM WISE)

Country of origin

Quantity

Ex-factory/ Ex-ware house/ Ex-showroom/ off- the shelf

Excise Duty, if any

Packing & forwarding

Inland transport, insurance and incidental costs incidental to delivery

(b)

(c)

(d)

(e)

(f)

7

8 Total price per schedule for delivery at final destination

Item Description

(a)

6

Unit price

5

Sales tax ,ET and other taxes if any payable

4

Customs duty

3

Incidental services

2

Sl. No.

5 PRICE FOR EACH UNIT

1

(g)

a+b+c+d+e+f+g

(4 x 7)

I) Unit price in (7) (Rs. in words) Note: (a) In case of discrepancy between unit price and total price, the unit price shall prevail. (b) The bidders shall give list of spares for7(seven) years of operation separately indicating description, quantity, unit price and total price in the above format for those items whose scope of supply include spare parts as per technical specifications should be placed in “Cover B” (c) This price schedule should be placed in separate sealed cover “Cover B” (d) Annual maintenance charges (comprehensive) for 5 (five) year/ per year after free warranty guarantee period of 5 (five) years.

Place:

Signature of Bidders......................……………

Date:

Name ………………………………………………

Page 20 of 73

ANNEXURE-IB

Sl. No.

Brief description of Goods

QUANTITY in nos.

AFTER COMPLETION OF WARRANTY PERIOD. Annual Comprehensive Maintenance Contract cost for each item year wise**

1

2

3

Total Annual Comprehensive Maintenance Contract cost for 5 years i.e. 3X(4a+4b+4c+4d+4e)

PRICE SCHEDULE (ITEM WISE) – B PRICE SCHEDULE FOR COMPREHENSIVE MAINTENANCE CONTRACT

5

4 1st yr. a

2nd yr. b

3rd yr. c

4th yr. d

5th yr. e

** After Completion of warranty period Note:1. In case of discrepancy between unit price and total prices, THE UNIT PRICE shall prevail. 2. The cost of Comprehensive Maintenance Contract (CMC) which includes preventive maintenance including testing & calibration as per technical/service/operational manual, labour and spares, after satisfactory completion of Warranty period may be quoted for next 5 (five) on yearly basis for complete equipment and Turnkey (if any). 3. The cost of CMC may be quoted along with taxes applicable on the date of Bid opening. The taxes to be paid extra, to be specifically stated .In absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later. 4. Cost of CMC will be added for Ranking/Evaluation purpose. 5. The payment of CMC will be made as per payment terms of the bid document. 6. The uptime warranty and down time penalty shall be as per the bid document. 7. All software updates should be provided free of cost during CMC period 8. The stipulations in Technical Specification will supersede above provisions. 9. The supplier shall keep sufficient stock of spares require during Annual comprehensive Maintenance Contract period. In case the spares are required to be imported, it would be the responsibility of the supplier to import and get them custom cleared and pay all necessary duties.

Place

Signature of Bidder

Date:

Business Address Seal of the Bidder

Page 21 of 73

Annexure-I C PRICE SCHEDULE (ITEM WISE) - C PRICE SCHEDULE FOR TURNKEY

BRIEF TURNKEY

CONSIGNEE CODE Turnkey

DESCRIPTION OF GOODS

price

Schedule

Turnkey Price

No.

NOTE: 1.

The cost of Turnkey may be quoted on lump sum along with taxes applicable on the date of Bid Opening. The taxes, to be paid extra, specifically stated. In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for the same will be entertained later.

2.

Cost of Turnkey will be added for Ranking/Evaluation purpose.

3. The stipulations in Technical Specification will supersede above provisions

Place:________________

Signature of Bidder________________________

Date:___________________

Name

___________________________________

Business Address____________________________ Seal of the Bidder__________________________

Page 22 of 73

Annexure-II PERFORMANCE SECURITY Bid No.__________

Notification of Award No.__________

Reference No………………………………………… Bank Guarantee No………………………………….. To The Superintendent, SCB Medical College & Hospital, Cuttack – 753 007. M/s……………………………………………………… (Address)……………………………………………….. ………………………………………………………….. (The Supplier) Where in the above supplier has undertaken in pursuance of contract for the above referred bid to supply the goods & services as mentioned in the notification of Award of Contract issued by you (the purchaser) in favour of the supplier. Where as it has been stipulated by you in the said Notification of Award that the supplier shall furnish you with a Bank Guarantee by a Nationalized Bank for the sum as specified there in as security for compliance with the supplier’s performance obligations in accordance with the contract. And where as we have agreed to give the above named supplier a Bank Guarantee for the aforesaid purpose. Therefore, we hereby guaranteed and affirm that we are guarantors and responsible to you on behalf of the supplier, upto a sum of Rs…………(Rupees …………………………… ……… … ……………………………………….) and we undertake to pay you, upon your first written demand is received by us without any demur or argument, any sum or sums within the limits of guarantee amount, as aforesaid, without your needing to prove or to show grounds or reasons for your demand of the sum specified therein. We further agree not to revoke this guarantee without your written permission for a period of 3 years from the date of issuance of this Bank Guarantee.

___________________________________ Signature of Authority of Guarantor Bank Date :

Address and Seal.

Page 23 of 73

ANNEXURE-III GUARANTEE/WARRANTY MAINTENANCE CONTRACT AGREEMENT

AGREEMENT BETWEEN THE CONSIGNEE DEPARTMENT OF STATE-OWNED MEDICAL COLLEGE & HOSPITAL AND ITS VENDOR/SUPPLIER WITH THEIR PRINCIPAL MANUFACTURER : This Tripartite Agreement Signed on ………………….…………………….., 2014. Among 1)

_____ _____ _____ _____ _____ _____ _____ _____ ____ _____ ___ Department, SCB Medical College & Hospital ____________________________ represented by Prof. & HOD, referred as Consignee.

2) 'Vendor' ( ___ ____ _____ _____ ____ ____ ____ ____ ____ ______ ____ ____ ______ ___) 3) 'Principal Manufacturer' ( ____ ____ ____ ____ ____ ____ ____ ____ _______ _____ _____ ) for the equipment _____________________________________________________________ of Model _________________________________________________________ .

1.

Background 1.1.

The purpose of the agreement is to draw up a binding document between all concerned agencies / organizations participating in the tender for procurement of Medical Equipment for the Department of ___ ___ ____ ____ __ _____ _____ _____ ___ ___ ______ ___ through Tender No. _____ ____ _____ _____ ______. Further this agreement will delineate the responsibility and accountability of manufacturers on after sale services of their products sold to the Department of _________ ___ _____ _____ ____ ______ _______ _ ____ ___ for next three years.

1.2.

This agreement shall include: a) All Medical Equipment / Instruments / Devices procured through The Superintendent, SCB Medical College & Hospital Cuttack, Tender No. _________________ b) This agreement is drawn herewith to comply with the tender terms and conditions of herein specified tender documents. c) Legal issues, if any, will be dealt as per the existing laws and regulations of the Government of Odisha.

Page 24 of 73

Definitions : In this agreement the following words and phrases shall have the following meanings, unless the context otherwise requires : 'Contract Document'

:

As specified and enclosed with the tender

'Principal Manufacturer'

:

As specified and enclosed with the tender

'Terms and Conditions'

:

As specified and enclosed with the tender

'Vendor/Supplier'

:

The registered supplier with Consignee Dept. to whom the tender has been sold.

'Principal Manufacturer'

:

The Principal manufacturer who has authorized the Vendor and has quoted for products under this AUTHORITY tender on their behalf.

‘AUTHORITY’

:

The Superintendent, SCB Medical College & Hospital, Cuttack – 753 007, Odisha.

3.0

4.

The Parties AGREE as follows: Obligations of Consignee : Consignee Dept. shall undertake to : 3.1 Ensure that the products received shall be of good quality and in compliance to all aspects of relevant statutory standards as per the contract terms and conditions as specified in the tender documents and as specified in Tender. 3.2 Sign the Invoice/Challan and recommend to appropriate authority for payment and financial dues to the vendor or the manufacturer as per the terms and conditions. 3.3 Conduct physical inspection of goods at the point of dispatch wherever necessary. 3.4 Facilitate and coordinate with the vendor during the time of installation, commissioning and establishment of these products in regard to their entry tax & VAT into Odisha and transporting the products and materials as per the terms and condition of the contract document. 3.5 As per the initial understanding and tender conditions, it was agreed that payment shall be released as per the terms and conditions of the tender. However, due to practical difficulties in implementing this, the clause has been amended and the payment shall be released based on the following conditions : • Upon signing of the tripartite agreement by all the parties; • Upon submission of the security deposit by the supplier; should there be any discrepancies (supplies/payment); the registered bidder with AUTHORITY shall be liable to settle the matter. Obligations of Vendors : 'Vendor (Supplier)’ shall undertake to: 4.1 Ensure that the products received shall be of good quality and complies with all aspects of the relevant statutory standards as per the contract document, terms and conditions and as specified in Tender. 4.2 Deliver, install and commission and the training of the equipment as specified in the purchase order.

Page 25 of 73

Maintain the equipment installed at the consignee’s department having a warranty period of three years at 95% uptime (functional time) in a year and agrees to face the penalties and consequences as per the contract terms and conditions. 4.3 4.4 4.5

5.

Obligations of Principal Manufacturer : ________________________________ undertakes that it shall: 5.1

5.2

5.3

6.

Maintain the availability of spare parts, accessories and consumables for the next ten years. Provide after sale services for the next 10 years as per the contract document terms and conditions. Replace the defective products received at the consignees place within a period of one month.

support the vendors for the next ten years with accessories, consumables and parts for the product sold to Health & Family Welfare Department through 'Vendor ( ____ _____ ____ ____ ____ ___ ____ _____ ______ _____ ) The same will be made available even if the product has been discontinued / removed / modified or upgraded. Undertake to support after sale services on all items / products sold through its authorized dealer for the next ten years even in the event of the authorized dealer being out of business / closure of business / change of business or removed of authorization by the principal manufacturer. Meet, deliver and maintain the quality of products sold to Superintendent, SCB MCH Cuttack as per the technical details in the AUTHORITY tender.

Termination : 6.1.

The Consignee Department, ____ ___ _____ ____ _ ____ _____ ____ ______ __ shall terminate this agreement and black-list the vendor and the principal manufacturer along with invocation of performance BG submitted by the Vendor towards performance obligation forthwith if : (i) (ii)

(iii) (iv) (v)

7.

Vendor fails to comply with the contract terms and conditions. The vendor fails to deliver the products within the delivery deadline and after Consignee Dept. has given the vendor 30 days written notice on the delivery of the supplies. The vendor fails to install and commission the equipment within the due date as specified in the purchase order. The vendor fails to comply with after sale services as per the contract terms and conditions. A written period is given by the vendor of its inability to deliver the products as specified in the purchase order.

'General’ : 7.1. No amendment or addition to this agreement shall be made unless made in writing and executed after involving all the parties involved. 7.2 Neither party shall be liable for breach of any of the terms of this agreement as a result of any cause beyond the reasonable control of the party in breach. 7.3 This agreement shall be governed by the laws of Govt. of Odisha. 7.4 Any notice to be served to any of the parties shall be sent by a pre-paid recorded delivery or registered post or by telex or facsimile transmission to the address above Page 26 of 73

7.5

7.6

(or such other address that may be advised from time to time) and shall be deemed to have been received within 72 hours of posting or 24 hours if sent by telex or facsimile transmission to the correct address of the addressee. This agreement shall be affixed with a non-judicial stamp paper of Rs.100/- and signed by representatives from Consignee Dept., the vendor and the principal manufacturer. A copy of the agreement shall be retained with all the parties involved till the contract period is over. This agreement will be binding and any default will be dealt as per the terms of conditions of the tender documents.

COMPREHENSIVE GUARANTEE / WARRANTY MAINTENANCE CONTRACT (CWMC) CLAUSE

Normal response time for repair is 72 hours from the actual time of reporting of the problem to the Supplier. Period Response Time

Down time

Extension of WMC period

Above 24 hrs & below 48 hrs.

2 days for delay of each day.

Above 48 hrs & below 96 hrs

One Week for each day of delay

Above 96 hrs

Two weeks for each day of delay

Above 24 hrs & below 48 hrs

Two days for each day of delay

Above 48 hrs & below 96 hrs

One Week for each day of delay

Above 96 hrs

Two weeks for each day of delay.

13.

The Supplier evaluation data format for the WMC of Consignee systems may be filled up for necessary action.

14.

All formats after filled up should be signed at the end of each page by the Supplier.

15.

After completion of the work/repair/maintenance, the AUTHORITY shall issue a certificate of completion to the supplier to that effect.

Page 27 of 73

In WITNESS : 1.

SIGNED by

2.

On behalf of Consignee Dept.

A.

3.

Witness 1 :

SIGNED by On behalf of the Principal Manufacturer

B.

Witness 2 :

Sign

Sign :

Name :

Name :

Address :

Address :

SIGNED by On behalf of the Vendor

C.

Witness 1 : Sign : Name : Address :

Page 28 of 73

Annexure-IV MANUFACTURERS’ AUTHORISATION FORM No.___________/ Date ______________/ To The Superintendent, SCB Medical College & Hospital, Cuttack – 753 007. Dear Sir,

Bid No.___________________

We ______________________________________________________ who are established and reputable manufacturers of ____________________________________________having factories at _________________________________________________________________ (Address of Factory) to thereby authorize M/s._____________________________________ (Name and address of Agent) to submit a bid and sign the contract with you against the above bid. * No company or firm or individual other than M/s.___________________________ are authorized to bid and conclude the contract in regard to this business against this specific IFB. We hereby extend our full guaranty and warranty as per general conditions of contract for the goods and services offered by the above firm against this bid. Yours faithfully, (Signature for and on behalf of Manufacturers) Note : This letter of authority should be on the letterhead of the manufacturer and should be signed by a person, competent and having the power of attorney to bind the manufacturer. It should be included by the Bidders in its bid.



This para should be deleted for simple items where manufacturers sell the product through different stockiest.



The Supplier/Managing Director of the Company (if the supplier is a Company) or the Power of Attorney Holder having specific power to sign the contract can only sign the contract/execute the agreement.

Page 29 of 73

ANNEXURE-V CALCULATION OF BID SECURITY Item No.

Item Quoted

Approx. Qty.

Quoted Price range in Rs. as per Clause 5.4

Grand Total :

Total Amount (in Rs.) (approx.)

Rs.

Signature of Bidders N.B:- Only highest rates (if alternate models quoted) of each item quoted are to be taken in to account for calculation of bid security

Page 30 of 73

ANNEXURE-VI PERFORMANCE STATEMENT (In proof of eligibility of bidders for the period of last three years) Order placed by the organisation with address

Order No & date

Stores ordered

Value of order (Equipmentwise)

Date of completion of delivery

Remarks indicating reasons for late delivery, if any

If the equipment are giving trouble free service. (Attach Purchase order copy, Invoice copy and Performance Certificate from the Purchaser/ Consignee wherever applicable

Signature of bidders

ANNEXURE-VII PROFORMA FOR SUBMISSION OF SAMPLES OF INSTRUMENT & EQUIPMENT Page 31 of 73

Name of the Bidder

________________________________________________

Address

________________________________________________ ________________________________________________ ________________________________________________

Sl. No.

Place:

Item code as per Bid document

Instrument & Equipment Item No.

Name of the Item with specification

Model/ Brand & Catalogue No.

Quantity submitted

Signature of the Bidder: Date: Official Seal :

ANNEXURE-VIII DECLARATION

Page 32 of 73

I / We / M/s. __________ ___________ __________ represented by its Proprietor/ Managing Partner/ Managing Director having its Registered Office at ___________ _______________ ________ ___________ and its Factory premises at _________ ______________ __________ ____________ do declare that I/ We have carefully read all the conditions of bid in Ref. No. __________ for supply of EIF and other items from the date of publication and will abide by all the terms & conditions of the Bid. I/ We do hereby declare that I/We are not registered under the VAT Act as

I/ We have not

started any business in the State and have no liability under the Act. but before award of the final contract we will produce the VAT Clearance Certificate in Form VAT 612. Place:

Signature of the Bidder: Date: Official Seal

N.B:

The affidavit shall be made on non-judicial stamp paper of Rs.20.00

ANNEXURE-IX ANNUAL TURNOVER STATEMENT The Annual Turnover of M/s. ____________________________________ for the past three years are given below and certified that the statement is true and correct. Page 33 of 73

Sl. No.

1

2010-11

2

2011-12

3

2012-13

Average turnover per annum

Year

-

Turnover in lakh/crore (Rs.)

Rs. ___________ lakh

Date

Signature of Auditor/ Chartered Accountant (Name in Capital) Registration No. Seal

Place:

ANNEXURE-X BID FORM DATE: To .............................................................................. Page 34 of 73

.............................................................................. (Complete address of the purchaser). Ref: - Your Bid Enquiry document No. _________dated ___________ we, the undersigned have examined the above mentioned TE document, including amendment/corrigendum No. __________, dated _________________ (if any), the receipt of which is hereby confirmed. If our bid is accepted, we undertake to supply the goods and perform the services as mentioned above, in accordance with the delivery schedule specified in the List of Requirements. We further confirm that, if our bid is accepted, we shall provide you with a performance security of required amount in an acceptable form as per Bid Document. We further confirm that, until a formal contract is executed, this bid read with your written acceptance thereof within the validity period shall constitute a binding contract between us. We further understand that you are not bound to accept the lowest or any bid you may receive against your above-referred bid enquiry. I/ We declare that we posses the valid manufacturing license and/ import license issued by the Competent Authority. I/ We furnish the particulars in this regard in enclosure to this declaration. I/ We do hereby declare that I/ We have not been de-recognized/ black listed/ convicted by any State Government/ Union Territories/ Government of India for supply of not standard quality items/ part supply/ non-supply. I/ We agree that the Bid Inviting Authority can forfeit the Earnest Money Deposit and or Security Deposit and blacklist me/ us for a period of 5 (five) years if, any information furnished by us proved to be false at the time of inspection/ verification and not complying with the Bid terms & conditions. I/ We do hereby declare that I/We will supply the EIF and other items as per the terms, conditions & specifications of the bid document. I/ We do hereby declare that am/ are not supplying/ quoting the same item at the lower rate quoted in the bid to any Government organization or any other institute. We confirm that we fully agree to the terms and conditions specified in above mentioned TE document, including amendment/ corrigendum if any. (Signature with date) (Name and designation) Duly authorized to sign bid for and on behalf of ……………………………………………………………….. ……………………………………………………………….. N.B:-

The Bid Form shall be made on non-judicial stamp paper of Rs.20.00

ANNEXURE-XI CONTRACT FORM FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT Annual CM Contract No._______________________ dated_________________ Between …………………………………............... Page 35 of 73

.................................................................... (Address of Head of Hospital/Institute/Medical College) And .................................................................... .................................................................... (Name & Address of the Supplier) Ref:

Contract No___________ dated______________ (Contract No. & date of Contract for supply,

installation, commissioning, handing over, Trial run, Training of operators & warranty of goods) In continuation to the above referred contract a)

The Contract of Annual Comprehensive Maintenance is as per the Table in Annexure(submit the information in the Table format) Total value (in figure) ____________ (In words) ___________________________

b)

The CMC commence from the date of expiry of all obligations under Warranty i.e. from______________ (date of expiry of Warranty) and will expire on ______________ date of expiry of CMC)

c)

The cost of Annual Comprehensive Maintenance Contract (CMC) which includes preventive maintenance, labour and spares, after satisfactory completion of Warranty period may be quoted for next 5 (five) years as contained in the above referred contract on yearly basis for complete equipment (including X ray tubes, Helium for MRI, Batteries for UPS, other vacummatic parts, _____ & _____) and Turnkey (if any).

d)

There will be 95% uptime warranty during CMC period on 24 (hrs) X 7 (days) X 365 (days) basis, with penalty, to extend CMC period by double the downtime period.

e)

During CMC period, the supplier shall visit at each consignee’s site for preventive maintenance

including

testing

&

calibration

as

per

the

manufacturer’s

service/technical/operation manual. The supplier shall visit each consignee site as recommended in the manufacturer’s manual, but at least once in 6 months commencing from the date of the successful completion of warranty period for preventive maintenance of the goods. f)

All software updates should be provided free of cost during CMC.

g)

The bank guarantee valid till ______________ [(fill the date) 2 months after expiry of entire CMC period] for an amount of Rs. _______________ [(fill amount) equivalent to 2.5 % of the cost of the equipment as per contract] shall be furnished along with the signed copy of Annual CMC within a period of 21 (twenty one) days of issue of Annual CMC failing which the proceeds of Performance Security shall be payable to the Purchaser. Page 36 of 73

h)

If there is any lapse in the performance of the CMC as per contract, the proceeds Annual CMC bank guarantee for an amount of Rs. __________ (equivalent to 2.5 % of the cost of the equipment as per contract) shall be payable to the Consignee.

i)

Payment terms:

The payment of Annual CMC will be made against the bills raised to

the consignee by the supplier on six monthly basis after satisfactory completion of said period, duly certified by the HOD concerned. The payment will be made in Indian Rupees as per the terms and conditions of the Bid document. j)

Paying

authority:

______________________

(name

of

the

consignee

i.e.

Hospital/Institute/Medical Colleges authorized official).

(Name and address of the supplier)

Name and address of the Purchaser/

............................................................

representative of the Purchaser

............................................................

Seal

(Seal of the supplier)

Date: _________________________

Date: _________________________

Place: _________________________

Place: _________________________

ANNEXURE-XII Details of the Manufacturer Bid Reference No. Date of opening Name and address of the Bidder: 01

Name of the manufacturer a) Full postal address b) Full address of the premises c) Telegraphic address d) Telex number Page 37 of 73

e) Telephone number f) Fax number 02

Plant and machinery details

03

Manufacturing process details

04

Monthly (single shift) production capacity of goods quoted for

05

a) normal b) maximum Total annual turn-over (value in Rupees)

06

Quality control arrangement details a) for incoming materials and bought-out components b) for process control c) for final product evaluation

07

Test certificate held a) type test b) BIS/ISO certification c) any other

08

Details of staff a) technical b) skilled c) unskilled

09

Branch Office/ Contact Person/ Liaisoning Office in Orissa. a) Address b) Telephone No. c) e-mail, d) Fax of the

Signature and seal of the Bidder

ANNEXURE-XIII BID SECURITY FORM Whereas .......................(hereinafter called "the Bidders") has submitted its bid dated .......... (date of submission of bid) for the supply of ................... (name and/or description of the goods) (hereinafter called "the Bid"). KNOW ALL PEOPLE by these presents that WE ......... (name of bank) , having our registered office at ..................... (address of bank) (hereinafter called "the Bank"), are bound unto ...................... (name of purchaser) (hereinafter called "the Purchaser") in the sum of __________________________________for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and Page 38 of 73

assigns by these presents. Sealed with the Common Seal of the said Bank this _________ day of ____________ 2008. THE CONDITIONS of this obligation are: 1.

If the Bidders withdraws its Bid during the period of bid validity specified by the Bidders on the Bid Form; or

2.

If the Bidders, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity: a) fails or refuses to execute the Contract Form if required; or b) fails or refuses to furnish the performance security, in a accordance with the Instruction to Bidders;

We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including forty five (45) days after the period of the bid validity, and any demand in respect thereof should reach the Bank not later than the above date.

………………….................................................. (Signature of the authorized person of the Bank) Name of Bidders

ANNEXURE-XIV CHECK LIST COVER "A" 1 2

3

EMD in the form of DD shall be kept in an envelope Duly attested photocopy of manufacturing License for the product duly approved by the Licensing authority for each and every product quoted Duly attested photocopy of Import License,

Page No.

Yes

No

Yes

No

Yes

No Page 39 of 73

4

5 6 7 8 9 10 11 12

if imported Authorization letter nominating a responsible person/ liaisioning agent of the bidder to transact the business with the Bid Inviting Authority Market Standing Certificate for 3 years ( Annexure-VI) Manufacturers

authorization

( Annexure-IV) Annual turnover statement for 3 years (Annexure-IX) Bid form (Annexure -X) Details of Manufacturing Units ( Annexure –XII) ISO/CE/US FDA/ISI certificates if any or equivalent. The Bid document signed by the bider in all pages with office seal. An affidavit regarding VAT clearance (Annexure-VIII)

13 VAT clearance certificate COVER "B" Price Schedule A,B & C 1

Yes

No

yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Page 40 of 73

SECTION- IV SCHEDULE OF REQUIREMENTS & TECHNICAL SPECIFICATIONS

Page 41 of 73

SPECIFICATION OF EQUIPMENT FOR LIVER TRANSPLANT UNIT DEPARTMENT OF SURGICAL GASTROENTEROLOGY SCB MEDICAL COLLEGE & HOSPITAL, CUTTACK – 753 007. EQUIPMENTS AND INSTRUMENTS : Sl. No. 1. a)

Name of Equipment

No.

Approx. Cost (in US $)

Approx. Cost in Rs. (1 US $ = ` 55)

2. 3. 4.

a)

Page 42 of 73

SPECIFICATION FOR HIGH SPEED HIGH PRESSURE STERILIZER (AUTOCLAVE) • • • • • • • • • • • • • • • • • • • • • • a. b. c. d. e.

It should be Horizontal Rectangular High Pressure High Vacuum sterilizer double jacketed type having chamber dimension should be 600 (W) x 600 (H) x 1200 (D) mm having capacity of 432 litres, suitable for operation on electricity (18KW). The sterilizer should be manufactured as per IS:03829:Part- I:1978 and it should also bear the Bureau of Indian Standards Certification mark. The equipment should have the chamber formed of 316 stainless steel, with joints welded formed of steel plates. The sterilizer should be provided with a Single Door formed of Mild Steel Plate, having one hinge type pressure locking safety facility that automatically locks as soon as the chamber develops pressure. The unlocking is possible only when the chamber is exhausted. It should be provided with a manual latch. The sterilizer should be provided with a suitable steam generator complete with all necessary accessories. One no. mild steel transfer trolley and 316 quality loading / unloading carriage suitable for the sterilizer should be supplied. The sterilizer should be completed with all necessary mountings and fittings mounted on tabular stand of mild steel in a ready to use condition. Sterilizer should have Channel Jacket System for effective steam usage & highly effective sterilization which will ensure faster heating & uniform sterilization which will reduce recurring running cost. This should be specially programmed computerized system which takes care of the total running of the sterilizer, its safety system and has six different cycles to cater to all the CSSD needs in hospital. Door should be Hinge type manual single door with radial locking using shooting bolts, having pressure locking safety facility. The unlocking should be possible only when the chamber is exhausted. Material of Door should be made of Stainless Steel 316 Quality Mode of cycle operation should be Automatic by PLC Material of Boiler/ Steam Generator should be MS 314 stainless steel Electrically supply Requirement should be 3 Phase 4 – wires, 400-440Volts 50 Hz A.C. supply Sterilization time should be 30 minutes; total Cycle Time : 60 Minutes 2 2 Working Temperature should be 121ºC – 134ºC; Working Pressure : 1.2 Kg/cm – 2.22Kg/cm . The unit should be manufactured as per IS specification Mark IS: 3829 (Part-I) and also would bear the certification. The unit should be mounted on tubular stand of mild steel in a ready to use condition. The sterilizer should be fitted with all necessary safety features The specialties of the model are as follows: Combination of PLC. PLC should go through self diagnostic checking system The procession Provision of Microprocessor : A Microster with the facility of MMI (Main – Machine- Interface) should be provided instead of manual cycle operated multi-port operating valve. The operator can program the cycle with his choice of different settings of time, temperature and corresponding pressure which can be used various contents/ materials to be sterilized. MMI Backlit with eight digit password protection – ensure control of the operator Should generally have six different settings for the cycles Provision for digital display of temperature, time, pressure, cycle time and elapsed time for ease of operation of the cycle. It should have provision of ‘error code analysis’ inbuilt

The Sterilizer should be fitted with all necessary safety features HPHV (High Pressure High Vacuum): HPHV is for sterilization at high temperature and better drying. The unit should be fitted with an external high pressure high vacuum pump to give pre vacuum and post vacuum pulses. Feed Water Pump : Water should be filled up automatically, whenever required with the help of Feed Water Pump CHANNEL JACKET SYSTEM : The jacket divided into channel for faster heating & uniform sterilization. ACCESSORIES : a) Stainless steel Loading/Unloading carriage for the above sterilizer. b) Mild Steel Tubular Transfer trolley for the above carriage. 2. Water Softener Machine Output 200 Ltrs soft water per hour. It should be ISO & CE certified product.

Page 43 of 73

SPECIFICATION FOR FULLY AUTOMATIC VERTICAL STERILIZER  Size should be 14 inches dia x 22 inches height  Double wall type design however has inner chamber for steam, outer as cover.  Fully Automatic operation; cycle begins by press of the START button  Initial air purging cycle; at the beginning air is automatically removed from the chamber  Microprocessor based Digital Temperature Indicator Controller. Controls temperature / pressure precisely at set value.  Temperature Sensor: PT – 100.  In built digital timer; timer can be adjusted as per sterilization load requirement, 1 to 99minutes.  Automatic steam exhaust at the end of cycle.  Low water level heater safeguard.  Safety high pressure release valve.  Safety high temperature cut off. Included if ordered separately.  Working chamber made of stainless steel LM 304 grade of 2mm thickness.  Outer cover made of Mild Steel for Standard model duly powder coated and stainless steel 1mm thick for GMP model, however, inner frame structure of solid chrome plated finish.  Lid, flange & bottom sheet also made of stainless steel SS 304. All joints argon welded.  Silicon gasket. Heavy duty industrial flange heater.  Pressure range: 15 to 30 PSI, factory set at 15 PSI, 15 minutes ster. cycle time.  Temperature Range: 121°C to 134°C.  Temperature Resolution: 0.1°C / Temperature Accuracy: ±0.5°C.  Pressure gauge 0-50 PSI, safety spring loaded pressure valve, steam release valve.  Hydraulically tested at 75PSI.  Electrical: 230V / 15A / 50 Hz.

 Pressure Switch made of Barksdale, Europe, CE certified for additional safety. Factory set at 30PSI.  Vacuum breaker cum lid locking arrangement for locking lid above 80degC.  Multiple (3 Nos.) micro-switches to sense lid closure, lid proper latching such that heating won’t start if parameters not satisfied.

 Temperature sensor probe should be calibration with traceability to ERTL  Temperature controller calibration with traceability to ERTL

 IQ, OQ and PQ documentation and protocols shall be provided with equipment.

Page 44 of 73

SPECIFICATIONS FOR DIALYSIS MACHINE 1. Machine should perform both Acetate & Bicarbonate Dialysis & should have the facility to switch from Acetate to Bicarb & Vice versa during the treatment. 2. Machine should be able to perform both High Flux & Low Flux Dialysis. 3. Machine should have a Blood pump rate from 50ml to 600 ml/min with an increment of 10 ml/min adaptable to standard A-V blood lines. 4. Machine should have a Dialysate flow of 300 to 800 ml/min with increments of 1 ml. 5. Machine should have Dialysate profiling, UF profiling. 6. Machine should have the Conductivity range from 12.5 – 16.0 ms/Cm. 7. Machine should have heat exchanger facility. 8. Machine should provide volumetric ultra filtration with UF pump tolerance less than 1%. 9. Machine should be able to provide the Volume controlled UF via Balance Chamber. 10. Machine should have Self- testing & Calibration completely automatic prior to each Treatment. 11. Machine must be disinfected by Citric acid as chemical, thermal, and a combination of both with short and long disinfection. If any other chemical to be used, the price of the same should be quoted. 12. All consumables not related to patients but required to maintain the machine should be quoted. 13. Machine should have the facility to provide Day-Night, Weekly scheduling of Disinfection program. 14. Machine should provide an Inbuilt Heparin pump with flow rate from 0.1ml to 10 ml per hour & accepts all Syringes sizes from 10ml – 30 Ml. 15. Machine should have Heparin Profiling. 16. Machine should have facility for Sequential dialysis. 17. Should have in Built Battery Back for 15-20 Minutes for Blood pump. 18. Battery for all other Safety Parameters like Air Detector, Arterial & Venous Pressures. 19. Machine should have In- Built Accurate Dialysis Measurement with URR curve. 20. Machine should have facility for Automatic diagnosis of malfunctioning with on line ability to show the faults with trouble shooting so that the faults could be rectified quickly. 21. Machine should have 10”-15” high resolution colour TFT touch screen display. 22. Machine should be inbuilt Arterial Bolus for Heparin Free Dialysis. 23. Machines should have the facility of Automatic Blood Pressure measurement & Automatic Blood Pressure Stabilization system. 24.

Audio – Visual alarms.

a) b)

Should be able to store alarms in the machine during dialysis so that they could be reviewed later on. Conductivity, blood leak, air detector, trans-membrane pressure alarm, bypass alarm, Heparin syringe alarm & blood pump stop alarm. Blood side pressure monitoring – arterial & venous pressure alarm.

c) 25.

Machine’s In Built NIBP a. Automatic, cyclic measurement b. Blood pressure-oriented individual limit value adjustment c. Selectable colored data display for blood pressure and pulse d. Documentation of the measured values with exact date and time e. Colored marking of limit value exceeding f. Easy immediate measurement, any time, during and after dialysis treatment g. Clear display of the blood pressure and pulse values on the dialysis screen.

Page 45 of 73

SPECIFICATION FOR ETQ STERILT7.RR 1. 100% ETO Gas in unit-dose cartridge form with microprocessor controls and on screen display. 2. Volume of load - flexible loads with loading options 3. Should be of international quality standard ISO and CE certified , with capacity not less than 60 Ltrs 4. Machine cabinet made of SS 316 minimum size 13"x 13" x 18" 5. Door to be complete with SS cover panel, latching lock with removable key. 6. Equipment to be totally built up with all necessary accessories for the various processes in sterilization 7. Equipment should have both sterilization and aeration with appropriate controls. 8. Built in alerts for process failure. 9. Self Test to check optional working of ventilation 10. Battery backup for controls in case power failure. 11. Delicate items and instruments to be sterilized without damage in room conditions 12. Auto Correction for any failure during process without aborting cycle 13. Emissions standards and international ducting norms for operator safety - as per USEPA and USOSHA 14. Specify installation site requirements. 15. Warranty should be 1 year 16. AMC and CMC to be stated for each year for 4 years later 17. Gas cartridges be provided - 25 nos. 18. Biological Indicators - 50 nos. 19. Closure Indicators - 200 nos. 20. Proteolytic Concentrated Instrument Cleaner - 2 jars 21. Self sealing pouches of assorted sizes - 1600 nos. 22. Should have supplied to atleast 10 leading hospitals , including minimum 2 Govt. Medical colleges and one ESI Hospital during past 5 years 23. Should have local service and support facility in Odisha

Page 46 of 73

SPECIFICATION FOR FUMIGATOR Consistent particle size generation – 5-15microns Reach – 20- 30 ft distance & 18-22ft height. Diffusion of fog – uniform treatment – aerosol remains in perpetual motion in air for sufficient period of time ensuring air sterility. Velocity of particles: very high Nozzle assembly : MOC –High grade --ENGG PLASTIC Non rotating ,Non clogging vortex design nozzle Nozze scew & locknut – SS304 Vaccum Motor: THRU FLOW DISCHARGE MOTORS with Double Stage 80% more Power then previous Motor CONTROL VALVE SPECIFICATION: SS-304 stem , VALVE BODY//BAREL/NUT: ENGG PLASTIC, 6 turn adjustable flow rate valve. Liquid discharge rate: 0-200 ml/min, adjustable by rotating knob. Precision metering capability & Material of construction of valve ensure reliable operation during long use of machine. Material of construction: Rugged design, world class performance, corrosion resistant material of construction makes our foggers acceptable not only in hospitals, but also in sterile areas of pharmaceutical industry, hatcheries & in many more industry Corrossion resistant Material of construction (SP GRADE ENGG PLASTIC ) POWER HEAD CAP NUT/BOLTS: SS304 Chemical solution tank: • Easily detachable for cleaning ( must for hygine standards for pharma & hospitals) • User friendly, no need to unclamp & clamp for filling or emptying the tank • Quick easy filling & emptying of tank. • No chances of corrosion, deterioration even in case of aggressive liquids. • No loosening of clamps, replacement of gaskets etc even in long term scenario. Specifications: * Solution tank – HDPE plastic CAPACITY – 5LITRES * NEW GRAUATED TANK , WHERE LIQUID LEVEL CAN BE SEEN FROM OUTSIDE. GREATER SAFETY AND CONVINIENCE IN FILLING MEASURED DISINFECTANT SOLUTION AND SWITCHING OFF THE MACHINE. * Tank cover – ENGG PASTIC. * Bolts, nuts & washer inside tank – SS304. * Liquid filling nipple, cap, nut -- ENGG plastic. ( NON CORROSSIVE ) * Strainer -- SS 304 wiremesh INTAKE AIR FILTER: Carefully designed intake air filter prevents dust,dirt,chemical being fogged from entering the machine from rear end extending life of blower/motors without compromising on the thrust of air. Filters play an important role in preventing damage to the fans & motors especially during extensive use in hospitals for fumigation. Without properly designed filters motors life is reduced considerably. Even imported machines does not have proper filteration capabilities. Strainer: SS 304 WIREMESH -Prevents entry of dust, dirt, particles into liquid tube & prevent valve from clogging even in long term. SPARES & AFTER SALES SERVICES: All spares services should be locally available. All critical motor spares OF MOTORS like, carbon brushes, impeller fan,bearings, as well as machines parts like filters, nozzle assembly, valves or any other parts ex stock should be available

Specification for Portable LED Headlight System Page 47 of 73



It should be a portable LED Headlight system with Rechargeable Battery



10w LED Producing Bright, White Light



Color temperature: 4500°K



Typical LED life: >50,000 hours.



Newly Designed Lightweight Headband with Rear Cranial Support for added comfort.



Headlight Module with 80mm Fixed Spot @ 16”



Variable Intensity Control – 0 – 34,000 Lux @ 16”



Headband with LED Module Wt. – 9 oz.



Battery and Holster Wt. – 12 oz.



Battery Life – 2 hrs 40 min @ Full Intensity, 5 hrs 30 min @ Half Intensity



Battery Charger Accepts 100-240V AC, 50/60 Hz input power for worldwide operation.



Battery Recharge Time – 3.5 hrs

Accessories •

1 LED Headlight With Cranial Support System



1 Clip-on Power Pack With Rechargeable Battery



1 Single Bay Battery Charger



1 Replacement Set of Comfort Liners



1 Replacement Cranial Support



1 Padded Carrying Bag With Shoulder Strap



Extended Run Time Battery (5.5 hrs, weight 15 oz)



Dual Bay Battery Charger



Replacement Comfort Liners



Replacement Rear Cranial Support (RCS)

Page 48 of 73

Tender Specifications for Modular Operation Theatre Tenders are invited for design and installation of Modular Operation theatre with state of the art three dimensional Air flow system to meet air quality tests of lowest particle counts, fungus and bacteria counts.

Three Dimensional Air Flow System for OT The Airflow Ventilation System operating on the principle in which supply air is directed diagonally towards the operating table on the clean side of the room and exhausted out on the contaminated side of the room. It should incorporate slit ventilation with booster-fed air jet system. This slit ventilation system with the incorporation of booster-fed air jet should be located at the intersecting area between the vertical wall and the horizontal ceiling on the clean side of the room. The ventilation system also includes the provision of two large perforated supply air surfaces through which large quantities of sterile/fresh airs are fed into the diagonal air jet in a controlled and stable manner. Design with slit ventilation should create a stable and sterile air movement over the operating table and surgical instrument table.

Air Flow system • Providing 3 directional, stable and sterile airflow (vertical, horizontal and diagonal) to create a • • • • • • • •

clearly defined sterile zone for the surgery and instrumenttray areas. Should accommodate minimum 20 air changes per hour. It should have double-wall exhaust system located at low level helps to reduce turbulences by guiding contaminated air out of OT while enhancing the cooling effect within OT in hot climate. Allows flexibility of optimal patient positioning for different operating postures, which optimizes equipment placement and staff ergonomics. Lower airflow rate i.e maximum 3000 cfm, to achieve stable and sterile environment Maintain effective infection control, over large working area in the OT. Incorporates ceiling mounted medical support system and other surgical equipment. Features an energy-saving lighting system with dimmer switch to provide adequate brightness for different types of surgery.

Able to control air velocity at 0.25-0.3m/s over operating table to ensure patients’ wound does not dry up

Three dimensional Air Flow comprising of 6 Aluminium panels with perforated grills powder coated. • 3 Aluminium powder coated channel boxes for HEPA filters ceiling panel area of 330mm x 3350mm. • 3 nos. HEPA filters size 175mm x 600mm x 900mm. The HEPA filters having dust spot efficiency of 99.97% with 0.3 micron. Wall Aluminium panels powder coated with perforated grills. Wall size should be 2700mm x 3300mm. Three dimensional air flow system should have minimum 7 fluorescent single tube light with light reflector design.

Technical Specification Diffuser type/material Diffuser Surface Coating a. Primary Coating b. Secondary Coating Filters AHU Pressure Requirements

:

Perforated aluminum

: : : :

Aluminium Epoxy powder coated HEPA Filters with 99.97 efficiency Initial : 39 mm wg / 1.56 inch wg Final : 79 mm wg / 3.16 inch wg

2. HEPA Filters : Page 49 of 73

- Material of Construction : a) Filter Media :- Imported filter media made of Micro glass fibers media for achieving the required air purification & bacterial growth prevention capacity. Media should have efficiency of 99.97 % down 0.3 microns. b) Filter Frame Material :- The filter frame should be from Extruded Anodized Aluminium sections for suitable finish & strength. c) Filter Sealing Adhesive :- PU adhesive to form a firm non leaking bond between the Filter media & the Filter frame material so that there is no bypass of air between the filter frame and filter media. 3. Aluminium Powder Coated Perforated Grills : a) Powder Coated Perforated grills made from 18 G Prime Aluminium sheets provided over the HEPA Filter face to prevent any damage to the filter face. 4. Magnehelic Gauge : a) This gauge to check the clogging of HEPA filters so that it can give an indication of the HEPA Filter life.

Wall Finish The brick walls should be cladded with GI metal sections directly. On this metal section fix calcium silicate boards. The OT interior should be finished with High Pressure Laminate (HPL) boards stuck with Bostik glue. The joint cavities between boards should be filled with white medical grade antibacterial silicone. High pressure laminates (HPL) boards manufactured for interior applications with resistance to wear, impact and stains. HPL manufactured by setting a layer of overlay paper on top of a melamine resin impregnated pattern paper and over layers of phenolic resin impregnated Kraft paper. The whole setting combination should be pressed at a very high pressure and temperature to form a sheet of high pressure laminate. HPL used should be Anti-Bacterial grade suitable for laboratories, clinics and hospitals. It should be hygienic, easy to maintain, scratch resistance, excellent water and humidity resistant.

Technical specifications of HPL :

GAS MANAGEMENT SYSTEM Technical Specification Page 50 of 73

Scope of Work Scope of work includes design, supply, fabrication, installing, testing and commissioning of Complete Oxygen, Nitrous Oxide, Compressed Air & Vacuum pipeline system. The vendor should ensure that the installation shall be safe, reliable and of adequate capacity. 1.0 Copper pipes (material) : Copper Pipes to be used should be solid drawn, seamless, phosphorus deoxidized , non arsenical , half hard, tempered and degreased, manufactured as per BS 2871 part I , Table-X of 1971/ EN 1057 and chemical composition as per BS-6017 of 1981,Table 2,Cu-DHP/ EN 1254. Contractor should provide Manufacturer's Test Certificate of copper pipes for physical properties and chemical composition. Further the pipes should be got tested by a reputed third party e.g. Llyods Register Services and certificate to this effect should also be provided. Pipe sizes to be used should be as under : 42mm OD X 1.2 mm thick 35mm OD X 0.9 mm thick 28mm OD X 0.9 mm thick 22mm OD X 0.9 mm thick 15mm OD X 0.9 mm thick 12mm OD X 0.7 mm thick -

Copper fittings shall be made of copper and suitable for a steam working Pressure of 17 bar and especially made for brazed socket type connections. All copper fittings will be conforming conforming to EN 125412541, will be factory dede-greased, certified, and individually packed and identified for medical use. Fittings will be kite marked up to 54 mm size.

-

All copper pipes and fittings like bends , Tees, reducers and straight couplings should be joined by flux less silver brazing method for copper to copper. Inert gas welding technique should be used by passing Nitrogen gas inside the copper pipes during silver brazing, in order to avoid carbon deposition inside the copper pipes.

-

Copper pipes of the diameter below 42mm OD should be installed on the wall with the help of plastic saddles at the required span, and metallic white powder coated clamps should be used for pipe sizes 42 mm OD and above. The recommended spacing for supports are :-

-

Test: After erection, all the pipes should be cleaned or purged with the help of dry nitrogen gas, & should be tested with dry nitrogen at a pressure of 10 Bar for 24 hours. An anti-confusion test also should be performed.

-

Painting : All installed pipes should be painted with two coats of synthetic enamel paint & colour. The pipes should also be identified for specific gas name, in typical ISO color code for that gas (white for oxygen; blue for N2O; yellow for vacuum and black for air).

-

Storage : All pipes must be supplied duly sealed at both the ends with plastic caps to prevent contamination and must be stored in a secure place at site to prevent soiling or damage.

2.0 Terminal Units (Gas Outlets) with adaptors for O2,C.Air , Vacuum: (Indigenous) Alternately: Terminal Units (Gas Outlets) with adaptors for O2,C.Air Page 51 of 73

The medical gas terminal unit should conform to BS EN 737-1:1998 and accept probes to BS5682: 1984 or NFPA 99. or DIN standards The wall mounted first fix assembly should consist of brass pipeline termination block with copper stub pipe permanently secured bet Contractor a back plate and a gas specific plate which allows limited radial movement of the copper stub to align with the pipeline. The first fix should incorporate a maintenance valve (except for vacuum) and a test plug. The test plug provides an effective blank to enable carcass pressure testing. The second fix plastic components should be moulded from fire retardant polycarbonate with the pin index permanently moulded into the gas specific socket. The socket assembly retains a capsule assembly, a sealed containing the check valve and probe 'O' ring seal. This replaceable capsule assembly enables all working parts subject to Contractor and tear through usage to be replaced as a factory tested assembly, thereby reducing maintenance time. Medical gas terminal units should accommodate a variable plaster depth up to a maximum of 16mm. Terminal units should be gas specific and only accept the correct medical gas probe. Gas specific components should be pin-indexed to ensure that a correct gas specific assembly is achieved so that in normal course of dismantling for repair or maintenance, parts from other gases cannot inadvertently be used. Wall mounted terminal units should incorporate an anti-rotation pin to engage with connected downstream medical equipment ensuring correct orientation. Terminal units installed in booms or pendants should be attached to their respective flexible gas hose by a gas specific NIST fitting and anti-rotation pins should not be fitted. Terminal units located in a rigid installation should be capable of single-handed insertion and removal of the correct BS5682: 1984 medical gas probe. The terminal units should have a three-year warranty, subject to the recommended minimum routine maintenance operations being carried out by correctly competent persons. The Medical Gas Terminal Units should be CE marked under the Medical Devices Directive 93/42/EEC with approval from notified body no. 0301 (BVQI) if HTM compliant. 3.0 Isolation Valves – Indigenous The valves should be ball type with PTFE seat, Brass body with Nickel plating having quarter turn handle opening. Sizes suitable for 12 mm OD copper pipe to 42 mm OD copper pipes with screwed ends. These should have brass adopter suitable for copper pipe and should be manufactured by an ISO 9001 certified company, duly degreased and certified for use with oxygen . Please specify the make being offered otherwise we shall be free to choose any one from the above makes. The valves should be degreased for medical application and certified to this effect by the supplier. Non lubricated 90º turn level brass valve with end fittings or adaptors for medical gas applications fitted with brass end connectors on both sides for adaptation of pipes. (15mm, 22mm ,35mm & 42mm) 4.0 Valve boxes.:- ( Indigenous) (2 Gas Valve Box, 3 Gas Valve Box, 4 Gas Valve Box) Valve boxes are provided for user to have access in an emergency or maintenance purpose. These are equipped with isolation valve and pressure gauges installed in a metal enclosure. The door with magnetic catch should permit valve in open position only. If valve are closed it should not be possible to lock the door. In an emergency user can access to operate these valves without key by breaking panel glass to shut off the service. These are designed for single & multi service as per the requirement. All valves are clearly labeled with flow direction & service. The valve box is fabricated from CRCA sheet duly powder coated. It has four mounting holes to fix on the wall with help of four screws. The door of the valve box is fitted with glass to break open in emergency. The complete enclosure is fully ventilated. The line pressure of the area can be monitored through pressure & vacuum gauge fitted down stream of the valve in the valve box. The valve used in the valve boxes are ball type with quarter turn action for closing & opening of service. These are of female parallel threads to ISO 228 & flat tighten brazed type union. All components are degreased for oxygen service prior to assy. The specification of the valve & gauges are as given below:Ball valve:Body Material : Brass Alloy Ball : Brass Alloy hard chrome plated to enhance the life. Seal : PTFE Handle : Rugged steel with PVC grip. Max. Working pressure : 20bar Size : 15NB –54NB Pressure gauges Pressure Range : 0-10 kg / cm2 Dial Size : 50mm Page 52 of 73

High Pressure TEE, Manifold Block, Copper Tubing, Manifold NRV ( Complete Set) , Tail Pipe to be connected to Manifold Frame Wall Bracket with Chain and Holder for holding cylinders of various sizes 5.0 Medical Gas Area Alarm Panel (Indigenous) (2 Gas Alarm, 3 Gas Alarm, 4 Gas Alarm ) The medical gas central alarms should be capable of monitoring a maximum of 6 medical gas services by means of pressure sensors which detect deviations from the normal operating limits of either pressure or medical vacuum. Each gas service should be displayed by colored LED's to show 'Normal' (green), 'Low' and 'High Pressure' (red) conditions. Medical vacuum systems should be displayed in the 'Normal' (green) and 'Low Vacuum' (red) conditions only. Failure indicators should be displayed by flashing lights and normal indications should be steady. Each LED block indicator should be a plug-in component with individual long life LED's connected in parallel in 2 banks to provide duplex circuits. An audible warning should sound simultaneously with any failure indication and a mute facility should be provided. Following a mute selection the audible should resound after approximately 15 minutes, or should operate simultaneously should a further alarm condition occur. A maintenance 'Mute' switch should be provided internally to the panel for use during maintenance which results in prolonged pipeline or plant shutdown. This facility should automatically reset when the gas service returns to normal. The alarm panel should have a 'test' facility to prove the integrity of the internal circuits, LED's and audible warning. The alarm panel should incorporate a volt free normally closed relay to allow for interconnection to either a medical gas central alarm system or an event recording circuit of a building management system. Each alarm should provide a green LED to indicate that electrical power is available at the panel and a red LED to indicate 'System alarm'. In the event of an electrical power supply failure the 'System alarm' LED should illuminate (flashing) and the audible warning should be delayed for 20 seconds to enable standby generator tests. Line contact monitoring circuits should be provided to constantly monitor the integrity of the input sensors and interconnecting wiring. In the event of any fault the line contact monitoring circuits should initiate the specific gas service failure indication, a 'System alarm' indication and an audible warning. Further aids to fault diagnosis should be provided by means of varying flashing rates whilst operating the 'Test' switch. Alarm panel enclosures should provide protection to IP32(BS5490). A comprehensive Operating and Maintenance Manual should be available. The Medical Gas Area Alarms should be 'CE' marked to medical device directive (93/42/EEC).

6.0 Oxygen Flow meter & Humidifier Bottle - "Indigenous Good Quality" Back Pressure Compensated Flow meter should be of accurate gas flow measurement and Control within a range of 0-15 litres per minute for use in a variety of respiratory therapy gas delivery system . The flow tube and shroud components should be made of good quality plastic with metal body. Flowmeter should be supplied with reusable Polycarbonate transparent bubble through humidifier bottle. 7.0

Ward Vacuum Unit Wall Mounted Type - "Indigenous".

The ward vacuum unit should include vacuum regulator along with 0 - 760mm of Hg vacuum gauge , 600 ml capacity reusable plastic collection bottle with overflow safety trap along with wall mounting clamp. 8.0

Theater Vacuum unit Trolley mounted type for operation theatre - Indigenous

The unit should include one regulator vacuum gauge mounted on a trolley stand , having two reusable each 2000 ml plastic collection bottles mounted on the base of trolley unit and connected with regulator & low pressure tube interconnections. 9.0

High pressure tube – Indigenous Page 53 of 73

It should be imported colour coded for individual services, antistatic rubber tube, as per ISO standards. White for Oxygen, Black for Compressed Air and Yellow for Vacuum.

10.0

Bed Head Panels horizontal/ vertical for ICU

It should have the following features-Minimum length 1.6 metere. Efficient , safe & Robust design in extruded aluminium section. Smooth curved surfaces, with acceptable colour choice Will have an integrated rail system to mount accessories Segregation of services i.e. low voltage supplies, high voltage supplies, and medical gases will be maintained throughout. Entire pipe line will run in continuous horizontal panels with no break for each unit & length as per area where it has to be installed. Facility as per under -Oxygen -2, Vacuum-1, Medical air -1, Infusion pump mount pole with adopter for mounting at least two pumps. - Electrical outlets- 6. Combined 15/5

11.0

Ceiling pendants

Rigid Ceiling Pendant (for ICU)

The heavy duty pendant shall be mounted on ceiling and the column length to be fabricated for the specified ceiling height. Each pendant shall have a Pendant Head which will accommodate the required nos. of gas outlets and electrical sockets with complete separation between gas outlets and electrical sockets. The pendant head shall have following features: Made of stainless steel with poly eurathene coated finish. 2 sets of duplex 5/15 Amp, 230V electrical sockets Provision of Gas / Vacuum outlets as follows : 2 nos. of Oxygen Outlets 1 no. of Nitrous Oxide Outlet 1 no. of Compressed air Outlet (4 bar) 2 nos. of Vacuum Outlets

Page 54 of 73

12. Peripheral Ceiling light and finishing

ELECTRICAL & ALLIED INSTALLATION WORKS FOR OT COMPLEX DESCRIPTION OF ITEMS

UNIT

SUB- HEAD - I : INTERNAL WIRING Point wiring in FRLS PVC Conduit, with modular type switches and as under:

Wiring for Light points with 1.5 sq.mm FRLS PVC insulated copper conductor wire in surface /recessed FRLS conduits, to be controlled form the existing Control Panel in each OT & earthing the point with 1.5 sq.mm. FRLS PVC insulated copper conductor wire for indepandant / looping points.

Point

Wiring for Power plug points in FRLS Conduit with (2 x 4 sq.mm.+ 1x2.5 Sq.mm FRLS Wires) Wiring for power plug outlet with 2 x 4 sq.mm + 1x2.5 Sqmm FRLS PVC insulated copper conductor Wire in surface/recessed FRLS PVC conduit including providing and fixing 2 set of 6 pin 6 / 16 amps modular Switch & socket outlets (Avg point upto 13.5 mtr. ) Same as above but for Looping Points on the same Circuit upto an avrerage point of upto 7 mtr S/F FRLS PVC Conduit:

Each Each

Supplying and fixing of following sizes of FRLS PVC Rigid Conduit along with accessories on surface/recess for Services like Data Etc. 25 mm dia S/L of Cat 6 Data Cable in existing conduit. S/L of Cat 2 Pair .61 Tele Cable in exisitng conduit.

Metre Metre Metre

Wiring for circuit wiring alongwith earth wire with the following sizes of FRLS PVC insulated copper conductor wire in suitable FRLS PVC conduit as required. 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire For Circuit wiring for light circuits.

Metre

Providing & Fixing of Light Fittings as detailed below complete with lamps & Ballast etc.: 600x600 Indirect Light Fittings with 2x36 w lamps.

15 Nos.

600x600 Clean Room Light Fittings with 3 x36 w lamps. 2x18 w Circular Down Lighter with Bottom Glass

24 Nos. 15 Nos.

Fire detection System

4 Zone Microprocessor based Main Fire Alarm Panel complied to IS:2189, with 2 X

1 Contd… Page 55 of 73

16 Character LCD display inbuilt battery charger , LED Zone indication,Fire,Fault, Open,Short indication Make: Agni / Equivalent. Batttery Back up for 10 mins for above system

1

2 Electronic 24V DC operated Hooter-MS Make : Agni/ Equivalent.

2

Manual Call Point with break Glass Make : Agni/ Equivalent.

2

Multi criteria –Photo electrical Smoke cum Thermal Detector with Mounting Base Make: Systemsensor/Agni/Equivalent

22

S/L of 2x1.5 Cu. Un Ar Cable in Flexible PVC conduit on existing surface . make: Skytone / Equivalent

300

Fire Cylinders 5 kg Clean agent ( 6 kg as per availability) 5 kg DCP ( 6 kg as per availability) Make: ISI marked.

5 2

Supply & Fixing of the Following DB's 6 W TPN Lighting & Power DB Double Door I/c - 63 A FP MCB- 1 Set O/G- 6-32 A SP MCB - 18 Nos.

1

8 W SPN UPS DB Double Door I/c - 16 A DP MCB- 1 Set O/G- 6-32 A SP MCB - 6 Nos.

1

Supplying of Single Phase ,wall mounted /floor mounted cubical type compartmentalised dust, damp & vermin proof Isolation Transformer Distribution Panel Board fabricated out of suitable sized , 2mm thick CRCA Sheet, duly Powder Coated and having the following : Incoming : 63A, DP MCB - 1 No. 7.5KVA Isolating Transformer - 1 No. Outgoing : Page 56 of 73

20A, DP MCB - 7 Nos. 6A, DP MCB - 5 Nos.

The Above Panel Complete in all respect and as required.

3

SITC of 30 KVA UPS with Approx 15 mins Back Up. TRUE ONLINE - DOUBLE CONVERSION MAKE: EMERSON LIEBERT / Equivalent. 3 PHASE INPUT/ 1 PHASE OUTPUT or 3 PHASE INPUT/ 3 PHASE OUTPUT * RACK MOUNTABLE * IDEAL FOR DATACENTERS * CAPABLE OF 3 + 1 PARALLEL REDUNDANCY

1

26AH 12V SMF BATTERY 12 V 26 AH RACK & CONNECTORS BATTERY Rack & connectors SNMP CARD Supply of The Above Complete with all accessories and as per manufacturers Standard specification.

40 1 1 1

Makes Of Materials 1. FRLS Conduits: 2. PVC Conduits: 3. PVC Insulated FRLS Wires: 4. Switches & Scockets: 5. DB's & MCB's 6. UPS System 7. Isolation Trf Panels

Precision / Equivalent. AKG/Polypac / Equivalent. Skyline, RR Kabel, Polycab ABB/Crabtree ABB/Havells/ Equivalent. PCI/Emerson/ DB/ Equivalent. Allied/ CPRI Panel manufacturer.

1. Makes Of materials: Materials to be used from the makes available As mentioned above. 2. Power Supply for Both Light & Power DB's shall be provided upto the DB's by the client. 3. Adequate Space shall be provided for UPS to be installed in the existing areas. 4. The UPS Capacity considered is 30 KVA considering 10 kva load per OT , However In case the load is more then an option of higher kva should be provided in consultation with HOD, Gastrosurgery Page 57 of 73

13.0 Flooring The floor, vinyl type material with a minimum thickness of 2mm with curved skirting at the walls. The floor surface should be seamless, scratchproof and hard enough for wheeled trolleys and such equipment to roll on. The floor should be stain free, antistatic and conductive of high frequency electric charges, which are a must for operation theatres. Easy to clean, wash and maintain sterile. The flooring should fully maintenance free and has a longer life than any substitute available now. High-quality static control flooring with an electrical resistance of 106 – 108 ohms. Designed and developed for use in electronics industries, laboratories, ESD-sensitive areas in hospitals, etc. Homogeneous, resilient, permanently static dissipative control flooring. Manufactured using the latest technology and with iQ PUR for excellent wear resistance and cleaning characteristics. Provides stable and reliable conductivity as well as an aesthetically pleasing product. Should be classified as a DIF product, Dissipative Floor, according to IEC 61340-4-1. The pattern should be non-directional. Sheets should be installed using ordinary flooring adhesive. Tiles must always be installed using a conductive adhesive. Conductive adhesive is required over copper strips. 14.0 OT Control Panel with X-ray Viewing Screen Modular Panel providing a focal point for the monitoring and control of the operating theatre environment. OT panel should be mounted flush in the theatre wall, comprising of the following: • • • • • • • • • •

Standard Clock Elapsed Clock Lighting controls Telephone Pressure Status Indication, Temp and Humidity Indicators A/C Run and set back controls Filter status monitoring Medical Gas Alarm panel Twin Plate X-ray viewing TFT LCD Screen, designed to provide a high level of control luminance without flicker.



Illuminence : Minimum 1500 cd/m2

15.0 MOTORIZED PENDENT for O.T. The ceiling pendants should be essentially designed and manufactured as medical devices to Manage various medical equipments, media services like medical gas & vacuum, electrical and Date/communication etc. as close as possible to the point of usage thereby avoiding extremely dangerous wire and cable clusters in the close vicinity of the operating areas. The ceiling pendants must ensure a clean floor thereby increasing the cleanliness and hygiene of the operating area. The ceiling pendants must be certified as per Medical Device Directives (93/42/EEC) having the CE mark along with the four-digit code from the certifying agency. The ceiling pendants must be manufactured in an ISO 13485 certified facility. The pendants should have 800 + 1000 mm. arm system with motorized vertical movement for the 1000 mm. arm. The cross sectional area of each of the arms should be minimum 60 sq. cm. Both the arms to have minimum 330 degrees axial movement around the respective pivot Points with provision of fixing stopper in both direction at any desired point infinitesimally. The load carrying capacity should be minimum 90 kg. Both the arms should be provided with pneumatic brakes to prevent inadvertent movements. The service head must be able to accommodate the desire number of medical gas, electrical and Page 58 of 73

Data outlet points as mentioned below. The scope of supply should include the medical gas/vacuum/AGSS, electrical sockets with switches and the respective data points fully installed on the service head. Oxygen - 2 Nos. Nitrous Oxide - 1 No. Medical Vacuum - 1 No. Medical Air - 1 No. Electrical Sockets with Switches - 8 Nos. Data points - 2 Nos. The medical gas and vacuum terminal outlets should strictly comply with following specifications. The terminal outlets should comply with latest international standard ISO-EN-DIN 9170-1:2008 for medical gas terminal outlets used in the distribution system of central Medical gas supplies as per ISO-EN-DIN-7396-1:2007. The terminal outlets must be certified as per Medical Device Directives (93/42/EEC) having the CE mark along the four-digit code from the certifying agency. The terminal out lets must be manufactured in an ISO 13458 certified facility. The terminal outlet should be constructed in all metal construction. The outlet construction should be devoid of any ferrous grade material and should only use metals such as brass, copper, aluminum and stainless steel. The front facial should be made from non-ferrous metal and not plastic. All the internal and external surfaces of the outlets should be appropriately treated and cleaned to ensure strict compliance to the standards. The visible front part of the terminal outlets should be appropriately nickel or chrome Platte in matt finish. The front facia as well as the cover plate of the terminal outlet should not have any visible fasteners. The terminal outlets must have two completely distinguishable parking operating Positions. Both the parking an operating positions should have the facility of locking the respective adaptors. The releasing of the adaptors from the parking and operating positions should be done by means an actuator. The actuator should be clearly marked with the type of service it is intended for as well as a colored collar specific to the type gas as per ISO 9170-1:2008. The terminal outlets should operate at the standard distribution pressure level corresponding to the standard line pressure of the medical gas pipeline system, which around 4-5 bar for compressed gases and 0 - 400mbar (absolute pressure) for vacuum. It must be possible to operate the outlets in one hand for the purpose of coupling (locking) and decoupling (unlocking). The terminal outlets should consists of a gas-specific basic block and socket unit screwed with each other. The gas specific basic block should be fitted with a non-return and service value. The non-return value should open up when the gas specific probe for the terminal outlet is inserted to the terminal outlet and it should close automatically when the probe is removed. The servicing value should be able to be screwed to the connecting thread in the rear Part of the basic block there by interrupting the gas supply to the terminal block entirely. Thus ensuring a separate and gas tight shut-off of the terminal for any servicing work. The gas specific socket unit must have gas specific geometrical profile so that so that only the gas specific probe can be plugged into the terminal outlet. All the wear and tear parts (like o-rings seals) should be combined in one single sub-Assembly group inside the terminal outlet, so that these can be replaced easily by removing one easy fix and remove sub-assembly. The total number of o-ring seals in the entire terminal outlet assembly should be as less as possible should as less as possible but in any case should not be more than three maximum. All the sub-assemblies of the terminal unit should be clearly marked with the type of service it is intended for use. The gas indexing of the various sub-assemblies should prevent any wrong assemblies being made by the installers or service technicians. The service had must have the following essential accessories. Shelf with Drawer - 1 No.

Minimum 500x550mm. in size having two break buttons as well as on switch for height adjustment of the motor arm on the front edge and complete with integrated handles (to move the pendant to the desired position by activating the brake buttons). 10x25mm stainless steel medical rail on both sides and lockable drawer beneath the tray (matching to the size of the shelf and minimum 200mm. in depth). Page 59 of 73

Shelf - 1 No. (500x550mm. in size) having 10x25mm. Stainless steel medical rail on both sides. Catheter Basket - 1 No. (Height x Width x Depth as 480 x 150 x 100 mm in size and in complete stainless steel Construction with hooks for hanging to 10x25mm. rails. The wire sizes should be appropriate for the intended storing). Hose Holders - 6 Nos. Oxygen Flow-meter with stainless steel DIN Probe matching to the oxygen terminal outlet. The oxygen flow-meter must be certified as per Medical Device Directives (93/42/EEC) having the CE mark along with the four-digit code from the certifying agency. The oxygen flow- meter must be manufactured in an ISO 13485 certified facility. The oxygen flow-meters should be dial setting type without any floats, needles or moving parts indicate the flow level. These should be pressure compensated for inlet pressure range of 3 to 5 bar and be able to regulate the flow from 0 to 15 liters per min as well as should show the actual oxygen flow rate. The setting of the flow dial should give clear indication of the oxygen flow without any ambiguity whatsoever. The inlet probe should be fully adaptable to the oxygen terminal outlet provided in the Service head of the pendant as per the technical specification mentioned. The oxygen flow-meter should be calibrated for fixed flow setting but in multiple scale there by allowing precision settings for patients across neonates to adults. These should allow the following minimum flow settings 0 to 1 L range 4 settings 1 to 5 L range 4 settings 5 to 15 L range 5 settings The scope of supply should include a humidifier made up of an impact resistant Polycarbonate bowl with cap and inlet outlet nipples Stainless Steel DIN Probe for Hose Connection Oxygen - 1 No. Nitrous oxide - 1 No Medical Vacuum - 1 No. Medical Air - 1 No. The service head should have modular mounting poles / tracks / rails allowing future additions of accessories without any physical changes or alterations to the service head. The service head should have modular mounting poles / tracks / rails allowing future additions of accessories without any physical changes or alterations to the service head. The service head must able to be configured on both sides to accommodate the accessories like shelf, drawer, infusion pole etc. Means these accessories should be able to be mounted either to the front facia of the service head or the rear facia of the service head. In any case position of the accessories (either on the front or the rear facia) should not affect the accessibility to the media supplies (medical gas, vacuum, electrical and data sockets) in any manner. If required it should also be possible to mount accessories to both front as well as rear Facia, if ordered so during the ordering stage. The scope of supply would include the fully installed pendant inside the operating room including the pre-fixtures above the immediate ceiling and appropriate reinforcements as may be necessary hence the bidders are requested to see the installation area before making their offers. The authorities won't entertain any installation Page 60 of 73

related request after the award of the contract. The bidder must include manufactures product catalogue, technical data sheet, product details, user manual etc. to clearly indicate compliance of the offered product to the published technical specifications without any deviations whatsoever. The technical scrutiny and selection would be made on the basis of the available data and details in the bid document of the tendered without any deviation whatsoever. Request to submit documents later on and visit to installation site to verify the available features etc. won't be entertained.

Double Arm Multi-movement Surgical Pendent with vertical movement as per the details below 1. The ceiling pendants should be essentially designed and manufactured as medical devices to Manage various medical equipments, media services like medical gas & vacuum, electrical and Data/communication etc. as close as possible to the point of usage thereby avoiding extremely dangerous wire and cable clusters in the close vicinity of the operating areas. 2. The ceiling pendants must ensure a clean floor thereby increasing the cleanliness and hygiene of the operating area 3. The ceiling pendants must be certified as per Medical Device Directives (93/42/EEC) having the CE mark along with the four-digit code from the certifying agency. 4. The ceiling pendants must be manufactured in an ISO 13485 certified facility. 5. The pendants should have 800 + 1000 mm. arm system with motorized vertical movement for the 1000 mm. arm. 6. The cross sectional area of each of the arms should be minimum 60 sq. cm. 7. Both the arms to have minimum 330 degrees axial movement around the respective pivot points with provision of fixing stopper in both direction at any desire point infinitesimally. The load carrying capacity should be minimum 90kg. Both the arms should be provided with pneumatic brakes to prevent inadvertent movements. The service head must be able to accommodate the desire number of medical gas, electrical and data outlet points as mentioned below. The scope of supply should include the medical gas / vacuum / AGSS, electrical sockets with switches and the respective data points fully installed on the service head. Oxygen - 1 No. Medical Vacuum - 1 No. Medical Air - 1 No. Outlet assembly should be as less as possible but in any case should not be more than three Maximum. All the sub-assemblies of the terminal unit should be clearly marked with the type of service it is intended for use. The gas indexing of the various sub-assemblies should prevent any wrong assemblies being made by the installers or service technicians. The service head must have the following essential accessories. Shelf with Drawer - 1 No. Minimum 500x550mm. in size having two brake buttons well as one switch for height adjustment of the motor arm on the front edge and complete with integrated handles to move the pendant to the desired position by activating the brake buttons). 10x25mm.stainless steel medical rail on both sides and lockable drawer beneath the tray (matching to the size of the shelf and minimum 200mm. in-depth). Shelf - 2 Nos. Page 61 of 73

(500x550mm. in size) having 10x25mm. in size and in complete stainless steel construction with hooks for hanging to 10x25mm. Stainless steel medical rail on both sides. Stainless steel Wire Basket - 1 No. (Height x Width x Depth as 100 x 300 x 200 mm. in size and in complete stainless steel construction with hooks for hanging to 10x25mm. rails. The wire sizes should be appropriate for the intended storing) Stainless Steel Wire Basket - 1 No. (Height x Width x Depth as 100 x 150 x 100 mm. in size and in complete stainless steel construction with hooks for hanging to 10x25mm. rails. The wire sizes should be appropriate for the intended storing) Hose Holders - 2 Nos. Infusion Management System - 1 No. Comprising of one no. of height adjustable Infusion Pole of 25mm. diameter to directly clamp the infusion pumps and having hook for minimum four nos. of infusion bottles. The 25 mm. diameter infusion pole should be supported on two extension arms. Each extension arm should have two parts each of minimum 550 mm. length. The posterior end of the first part of the extension arm should be connected to the pole / track / rail of the service head through a pivot joint and should permit 100% axial swiveling of the infusion arm (first part) on both the directions. The anterior end of the second part should accommodate the 25 mm. infusion pole. The middle pivot junction which connected the anterior end of the first part and the posterior end of the second part should be connected on a pivot joint permitting 100% axial swiveling of the infusion arm (second part) on both the directions. Stainless Steel DIN Probe for Hose Connection Oxygen - 1 No. Medical Vacuum - 1 No. Medical Air - 1 No. The service head should have modular mounting poles / track / rails allowing future additions of accessories without any physical changes or alterations to the service head. The service head must to able to be configured on both side to accommodate the accessories should be able to be mounted either to the front facia of the service head or the rear facia of the service head. In any case positioning of the accessories (either on the front or the rear facia) should not affect the accessibility to the media supplies (medical gas, vacuum, electrical and data sockets) in any manner. If required it should also be possible to mount accessories to both front as well as rear facia, if ordered so during the ordering stage. The scope of supply would include the fully installed pendant inside the operating room including the pre-fixtures above the intermediate ceiling and appropriate Reinforcements as may be necessary hence the bidders are requested to see the Installation area before making their offers. The authorities won't entertain any installation related request after the award of the contract. The bidder must include manufacture's product catalogue, technical data sheet, product details, user manual etc. to clearly indicate compliance of the offered product to the Published technical specifications without any deviations whatsoever. The technical scrutiny and selection would be made on the basis of the available data and details in the bid document of the tender without any deviation whatsoever. Request to submit documents later on and visit to installation site to verify the available features etc. won't be entertained. Double Arm Multi-movement Perfusions Pendant with motorized Vertical movement as per the details below : Page 62 of 73

1. The ceiling pendants should be essentially designed and manufactured as medical devices to Manage various medical equipments, media services like medical gas & vacuum, electrical and data / communication etc. as close as possible to the point of the usage thereby avoiding extremely dangerous wire and cable clusters in the close vicinity of the operating areas. 2. . The ceiling pendants must ensure a clean floor thereby increasing the cleanliness and hygiene of the operating area. 3. The ceiling pendants must be certified as per Medical Device Directives (93/42/EEC) having the CE mark along with the four-digit code from the citifying agency. 4. The ceiling pendants must be manufactured in an ISO 13485 certified facility. 5. The pendants should have 800 + 1000 mm. arm system with motorized vertical movement for the 1000 mm. am. 6. . The cross sectional area of each of the arms should be minimum 60 sq. cm. 7. Both the arms to have minimum 330 degrees axial movement around the respective pivot points with provision of fixing stopper in both direction at any desired point infinitesimally. 8. The load carrying capacity should be minimum 90kg. 9. Both the arms should be provided with pneumatic brakes to prevent inadvertent movements. 10. The service head must be able to accommodate the desire number of medical gas, electrical and data outlet points as mentioned below. The scope of supply should include the medical gas / vacuum / AGSS, electrical sockets with switches and the respective data points fully installed on the service head. Oxygen - 1 No. Medical Air - 1 No. Electrical Sockets with Switches - 4 Nos. Data Points - 2 Nos. 11. The medical gas and vacuum terminal outlets should strictly comply with the following specifications. The terminal outlets should comply with latest international standard ISO-EN-DIN 91701:2008 for medical gas terminal outlets used in the distribution system of central medical gas supplies as per ISO- EN-Din-7396-1:2007. The terminal outlets must be certified as per Medical Device Directives (93/42/EEC) having the CE mark along with the four-digits code from the certifying agency. The terminal outlets must be manufactured in an ISO 13485 certified facility. The terminal outlet should be constructed in all metal construction. The outlet construction should be devoid of any ferrous grade material and should only use metals such as brass, copper, aluminum and stainless steel. The front facia should also be made from non-ferrous metal and not plastic. All the internal and external surfaces of the outlets should be appropriately nickel or chrome plated in matt finish. The front facia as well as the cover plate of the terminal outlet should not have any visible fasteners. The terminal outlets must have two completely distinguishable parking an operating position. Both the parking and operating positions should have facility of locking the respective adaptors. The releasing of the adaptors from the parking and operating positions should be done by means an actuator should be clearly marked with the type of gas as per ISO 9170-1:2008. The terminal outlets should operate at the standard distribution pressure level corresponding to the standard line pressure of the medical gas pipeline system, which is around 4 - 5 bar for Page 63 of 73

compressed gases and 0 - 400mbar (absolute pressure) for vacuum. It must be possible to operate the outlets in one hand for the purpose of coupling (locking) and decoupling (unlocking) The terminal outlets should consist of a gas-specific basic block and a socket unit screwed with each other. The gas specific basic block should be fitted with a non-return and service value. The non-return value should open up when the gas specific probe for the terminal outlet is inserted to the terminal outlet and it should close automatically when the probe is removed. The servicing value should be able to be screwed to the connecting thread in the rear part of the basic block there by interrupting the gas supply to the terminal block entirely. Thus ensuring a separate and gas tight shut-off of the terminal for any servicing work. The gas specific socket unit must have gas specific geometrical profile so that only the gas specific probe can be plugged into the terminal outlets. All the wear and tear parts (like o-rings seals) should be combined in one single sub- assembly group inside the terminal outlet, so that these can be replace easily by removing one easy fix and remove sub-assembly. The total number of o-ring seals in the entire terminal outlet assembly should be as less as possible but in any case should not be more than three maximum. All the sub-assemblies of the terminal unit should be clearly marked with type of service it is intended for use. The gas indexing of the various sub-assemblies should prevent any wrong assemblies being made by the installers or service technicians. 12. The service head must have the following essential accessories. Shelf - 1 No. (500x550mm. in size) having 10x25mm. stainless steel medical rail on both sides. Hose Holders - 2 Nos. Stainless Steel DIN Probe for Hose Connection Oxygen - 1 No. Medical Air - 1 No. 13. The service head should have modular mounting poles / tracks / rails allowing future additions accessories without any physical changes or alterations to the service head. 14. The service head must be able to be configured on both sides to accommodate the accessories like shelf, drawer. Infusion pole etc. Means these accessories should be able to be mounted either to the front facia of the service head or the rear facia of the service head. In any case positions of the accessories (either on the front or the rare facia) should not affect the accessibility to the media supplies (medical gas, vacuum, electrical and data sockets) in any manner. 15. If required it should also be possible to mount accessories to both front as well as rear facia, if ordered so during the ordering stage. 16. The scope of supply would include the fully installed pendant inside the operating room including the prefectures above the intermediate ceiling and appropriate reinforcements as may be necessary hence the bidders are requested to see the installation related request after the award of the contract. 17. The bidder must include must include manufacture's product catalogue, technical data sheet, product details, user manual etc. to clearly indicate compliance of the offered product to the published technical specifications without any deviations whatsoever. 18. The technical security and selection would be made on the basis of the available data and details in the bid document o the tender without any deviation whatsoever. Request to submit documents later n and visit to installation site to verify the available features etc. won't be entertained.

Page 64 of 73

AIR CONDITIONING: Air Condition Unit: 100% Fresh Air System. Temp 22 Degree (Plus-Minus 2 Degree) Electrical panel & wire, complete DX System Condensing unite: Carrier/Blue Star/ Voltas 17TR, Scroll/ Resiprocating Compressor with R22 refrigerant controls like thermostatic expansion valves,isloaltion valves,thermostate, stand for mounting unit complete with refrigerant gas with eletrical cables & control panel. Air Handling Unit:.Double skin floor mounted Air Handling unite complete 40mm thick PUF insulated panel with 0.6mm G.I.sheet inside/outside with fan section with fan, motor & drive pakage, chilled water coil and filters for supply air and fan section with fan, motor and drive for exhaust air. Capacity 3500 CFM, Static pressure 125-130, motor 415V, 3 phase of Siemens, Crompton/ABB/ Equvalant. Ducting: Supply & return air ducting Aluminium Ducting 22/24 gauges of Balco/Hindalco. Electrical panel & wire, complete DX system with 100% Fresh air system.

FIRE ALARM SYSTEM Multi criteria – Photo electrical smoke cum thermal detector with mounting base Systemsensor/ AGNI/ Equivalent

Make:

2 Zone Microprocessor based Main Fire Alarm Panel complied to IS: 2189, with 2 X 16 Character LCD display inbuilt battery charger, LED Zone indication, Fire, Fault, Open, Short indication. Make: Agni Suraksha/ Equivalent Battery Back up for 10 mins 2 Electronic 24V DC operated Hooter – MS Manual Call Point with break Glass S/L of 2 x 1.5 CU. Un ar cable on existing surface. Make: Skytone/ Equivalent Fire Cylinders 4Kg (Clean Agent) Type Fire Extinguisher. pressurized with Argon gas at 15 bar. Design, construction and testing as per IS 15683 with Fire rating 1A 13B, Body Hydrotested at 35 bar, Operating temperature -30°C to +55°C, external epoxy powder coating with PO Red Shade No. 538 of IS 5, Supplied with standard accessories. 4Kg ABC Dry Powder (Stored Pressure) Type Fire Extinguisher. pressurized with dry nitrogen gas at 15 bar. Design, construction and testing as per IS 15683 with Fire rating 2A 21B, Body Hydrotested at 35 bar, Operating temperature -30°C to +55°C, external epoxy powder coating with PO Red Shade No. 538 of IS 5, Supplied with standard accessories. ABC Dry Powder MODULAR type 5 kg capacity Ceiling Mount fire extinguisher, Test pressure 30kgf/cm2, Anti-corrosive Treatment Powder Coated, Shell Diameter 230 mm, Overall Height 325mm, Bulb Pemperature 57/68/79°C, Charged Weight 9.5kgs, Charged Pressure 15bar. ABC Dry Powder MODULAR type 10 kg capacity Ceiling Mount fire extinguisher, Test pressure 30kgf/cm2, Anti-corrosive Treatment Powder Coated, Shell Diameter 300 mm, Overall Height 400mm, Bulb Pemperature 57/68/79°C, Charged Pressure 15bar. Installation to be done as per the need. Surgical Scrub Sink Automatic/Foot Operated scrub sink. Advanced compact fully stainless steel scrub sink offering Two Scrub Stations. Scrub Sink fabricated from type 304, 1.2 mm stainless steel. The stainless steel Scrub Sink polished to a satin finish. The scrub sink fitted out with automatic sensor tap (2 Nos.) with foam flow attachments and automatic sensor operated Betadine dispensers (1 No). The unit is designed to be installed on the Wall using brackets. In case of sensor failure: the scrub can be operated using the foot switch. (kept hidden inside the base covering plate.) Dimension: 63”L x 23”B x 15”D Page 65 of 73

OT Storage Cabinets Cupboards inside the OT to keep all sterile items always available inside the OT. The cupboards finished with HPL boards to match the colours of the wall. The storage cupboards closed with glass doors. Size : 5ft x 3ft. Modular OT Door- Hermetically sealed sliding Door and Frames: Imported( Automation and Manual both option should be there in Door) Providing and fixing of Hermetically Sealed Sliding doors (Automatic or Manual). Door Blade Thickness 40 mm. The core of the door blade should be made up of 32 mm thick chip board sandwiched between 3 mm thick MDF from both the sides. The door surface should be made up of Permanent Anti Bacterial Laminate of thickness 1.0 mm from both the sides. (Anti-Bacterial warranty for 15 years) Door core should be surrounded by 3mm thick. 6063-T6 high grade aluminium extrusion profiles with natural anodizing of 15 microns finish. The door should be mounted on 6mm thick, 6063-T6 high grade aluminium extrusion profile to carry any door weight (till size 2000mm X 2400mm) with 6mm deep indentations to ensure perfect hermetic sealing. Automation should be Microprocessor based AED, 230 V, 50-60 Hz, 40 W (Max. 500W). 40 V DC, mounted on guide rail, connection to control box via plug-in cable, propulsion of door leaves via rubber tissue gear belt. Tolerable Humidity Level should from 10% to 93% without condensation. Infrared Radar Sensor for safe operation and obstruction sensing. The doors should be operable by single long switch (on either side of OT). Combined foot/knee/elbow switching element for automatic OT-doors automation With CE mark and CE certified Size 1500 x 2100mm . With 2 different integrated switching zones for 1) foot/knee operation for full door opening 2) elbow operation for half door opening. The opening and closing speed should be customizable from 0.1 to 0.5 m/sec.

Testing and Commissioning: Bidder should employ certified tester to conduct the relevant tests. Type of test conducted: • Airborne Particle Count Test : • Room Pressurization Test : Minimum pressure required is 15 Pascal's as per international rules. • Bacteria Count Test : < 10 CFU on the operating table. • Fungal Count Test : Should be conducted by the micro biologist. • Temperature Test : 21 +/- 3 Deg. C • Humidity Test : -------55%. +/- 5 Certification in compliance with the following standards • CE Mark: CE 120 • HTM 2025 • HTM 2022 incorporates: BS 5682, ISO 9170 • ISO 9001:2003 • ISO 13485:2003 • ISO-EN-DIN 9170-1:2008 • Other complying standards as per specification.

WATER SUPPLY SYSTEM The complete OT Complex should be supplied with DM water with a plant installed on the top of the roof along with shed with a capacity of 500 ltr. storage tank and output of equal amount of DM water per hour. The water supply should be made available in all the OTs, scrub station, sterilization area.

Terms and Conditions 1. The bidder for the above Modular OT should install all the system and should have an experience of similar installation preferably in Odisha. They must have a service centre in Odisha with proof. The service for OT should be made available within 24 hours. 2. The bidder should provide list of installation along with client certificate of satisfactory performance during the submission of tender. 3. The bidder should have average of Rs.4.0 Crore turnover per year for last 3 years. 4. All other general terms and conditions of the tender should be complied by the bidder. Page 66 of 73

SPECIFICATION FOR PATIENT SHIFTER Overall Size should be approx. 1905mm L x 710mm W x 660mm To 910 mm H. Stretcher dimension should be approx: 1830 mmL x 555 mm W. Two section top. Height adjusted by foot operated maintenance free hydraulic pump. Height adjustment shall be obtained by hydraulically operated mono block type linear actuator pump foot operated actuation having stroke of 140+/- 5mm, push force 10KN at 270 bar, number of complete pumpstroke 22 to 24 for full stroke length. X-ray permeable removable stretcher, Backrest raised on ratchet. Quick trendelenburg as well as reverse trendelenburg positions shall be provided with easily accessible operating handle provided with two gas springs for easy action. S.S. saline rod with 12mm dia S.S. rod shall telescope in SS socket tube approx 15.8 mm dia x 18G welded on angular base bracket of 14G SS sheet. Nylon bracket provided to prevent colour damage It could be placed at four different locations. Complete with sliding X-ray cassette holder , storage tray.Trolley shall be mounted on 125mm dia non-rusting imported castor wheels two with brakes and two without. Castor housing and wheels made from high grade non floor-staining synthetic materials with integrated thread guards. Wheel centre having precision ball bearing to run smoothly. Complete with corner buffers, one on each corner . covered handles . Oxygen cylinder arrangement. It shall have a pair of Stainless steel tuck down type railings made of 19mm dia x 18G tube fitted with M.S. brackets. Effective railing height above main frame is approx. 235 mm & length of the railing is 1175 mm. All MS parts and 8 tank Pretreated & powder coated & SS parts finished with Matt polish.

It should be ISO 9001: 2000 Quality, ISO 13485: 2003 QMS-Medical Device, ISO 14001: 2001 Environment & OHSAS 18001 : 2007 Health & Safety Certified approved. 1) Patient Shifter Board should have the capability to slide patients upto 300 Kgs. 2) Patient Shifter Board should have the capability to slide patient between Two Beds or Two Trolleys at the Same Level, Lower to Higher Level or Higher to Lower Level without the help of a height adjustment trolley. 3) Patient Shifter Board should be made of such a material that is flexible and does not break when bent. 4) Patient Shifter Board should have anti skid rubber strips on the back portion, so that it does not shake or move when the patient transfer is being done. 5) Patient Shifter Board should have the capability to provide full body support to the patient’s body . 6) Patient Shifter Board should be made of Radio Translucent material for taking X-ray for Emergency/Trauma patients. 7) Patient Shifter Board should be made of such a material that it can be cleaned with any disinfectant/soapy solution. 8) Patient Shifter Board should not weigh more than 5 Kgs

Page 67 of 73

Specification for Patient Warming system/ Fluid Warming System •

It should be mounting with IV Pole clamp, bedrail hook with safety strap; can be placed on hard surface.



Relative noise level should be 53 decibels or more



Hose should be detachable, flexible, washable, compatible with the 241 blood/ fluid warming system



Filteration system should be 0.2 µm level or more



It should have electronically controlled using a thermocouple sensor



It should have independent bulb and capillary



It should have dual fused input lines



It should have over heat; flashing red light with audible alarm; heater shuts down



Blower Motor: Operating speed : 3150 rpm & Airflow : 28-30cfm



Operating Temperature: High : 43º ± 3ºC Med: 38º ± 3ºC Low: 32ºC ± 3ºC



It should be UL 544, CSA C22.2 No. 125, IEC 60601-1-1, IEC 60601-1-2, EN55014, AS 3200.1990

Page 68 of 73

Specification for Portable High Frequency X-Ray Machine •

It should be a multi-pulse high frequency x-ray generator



It should have microprocessor based full digital control



It should have feather touch control panel having digital display



LCD indication of all selected parameter, KV and mAs



Inbuilt energy accumulator enables high power exposure



Anatomical programs for excellent imaging of specific regions of interest



KV selection in increments of 1 KV for excellent control on image contract



Remotely controlled double position x-ray exposure switch



Filament regulation and filament protection incorporated to ensure consistent image quality.



Microprocessor based electronic overload system supporting dynamic overload control of selected parameters for better exposures.



Output Power should be 3KW high frequency generator



Output Frequency should be 40 KHZ with less than 1% ripple factor



Radiography mA should be 20mA to 70mA



Radiography mAs should be 0.2 to 320 mAs



Radiography KV should be 40 to 110 KV continuous



Digital Display should be Microprocessor based digital control with preset KV/ mAs for anatomical parts and KV, mA and timer radiography mAs



It should have Stationary anode x-ray tube



Heat Storage should be 40 KHU



Field coverage should be 43 x 43cm at 1 meter



Power input should be Single Phase 230V±10%, 15Amps, 50 Hz



It should have rugged spring balances stand with cantilever cross arm facilitating minimal patient repositioning during radiography, especially in demanding situations.

Page 69 of 73

Radio Frequency Ablation Specifications •

RFA System for treatment of lesions by ablating it thru RF energy.



The system should have the capability to generate 200W Power source of pulse energy.



Should have continuous monitoring tissue impedance and automatically adjust output to maximize energy delivery.



Should have a thermocouple at electrode tip to measure tissue temperature.



Entire electrode could be seen during procedure under CT or Ultrasound guidance.



Electrode should have internal cooling mechanism for reduced tissue charring and ablation time.



Electrode should have straight needle design for easy insertion and repositioning, making it more effective in bone and lung tissues.



Electrode should be more than 16 gauge.



Biopsy like needle with centimeter markings for better understanding to see how far the needle is penetrated in the tissue.



Multiple/ Cluster electrodes should be available to ablate larger lesion zone as compared to straight electrodes.



Should have less than 1 cm tip design for Bone ablations



System should have both Impedance and temperature monitoring.



Should achieve ablation in an average 12-16 minutes



Should have an option of switching control up gradation which helps in ablating much faster than multiple single electrode insertions.



Multiple electrode options 10,15,20,25 cms length with tip exposure for less than 1, 1,2 and 3 cms.

Page 70 of 73

Specifications of Syringe Infusion Pump 1. Should have facility for automatic syringe size detection for 10ml, 20ml, 50ml/60 ml. 2. Should also have facility to accept any unknown brand of syringe in the form of Custom Syringe 3. Should be PCA upgradable 4. Should have Bolus / PCA facility with safety time lock 5. Should have Bolus / PCA administration counter & the data should be available on touch of a key 6. Should have Body Weight Mode for automatic flow rate calculation depending on the patient`s weight 7. Should have Multistage Programming facility ( more than 5 stages) in the memory with stage sequence control for target volume & target time 8. Should have LED display of Flow rate for distant viewing & LCD display for viewing the Medicine being infused, Infused Volume & time elapsed simultaneously at a glance. 9. Facility to select & make user`s own drug library out of 48 medicines listed in the m/c. 10. Programmable rate KVO ( Keep Vein Open ) Mode. 11. Should have motorized Pusher movement back & forth 12. Should have facility for front loading of syringe 13. Should have volume limit pre alarm 14. It should have RS485/RS232 interface to PC for Central Monitoring station. 15. it should be possible to lock the keypad 16. Battery backup of 5-6 Hrs at 5ml/Hr 17. It should be CE Certified

Page 71 of 73

Specification for Vessel Sealing System with Cautery 1) Fully integrated flash microprocessor unit with TFT display based on modular concept, custom configuration . facility with plug and play feature using digital instrument recognition and high resolution . Colour display supporting functions like focus view/preview for better patient safety. 2) The machine should automatically control the cutting and coagulation power according to tissue resistance and also have system to deliver peak power system to support initial incisions and all situations requiring short bursts of additional Power. And unit should able to store minimum 198 Programmes with various settings 3) Following Cutting Modes should be available Monopolar a. It should have cut mode which has regulation of voltage & power should deliver as per the tissue impedance – Max power 300 Watts b. It should have cut mode with arcing regulation and should work effectively on fatty tissue and Under water cutting e.g. for TURP, TURB and TCRE procedures c. It should have cut mode with very high degree of hemostasis level which can be useful for fatty structures – max power of 200 Watts Bipolar - It should have Bipolar Cut mode with Max 100 W power output. Regulation of voltage and arcing (arc intensity) in a single system for better cutting across varying tissue impedances. 4) Special Bipolar Resection Program for under water cutting & Coagulation – e.g. for TURP, TURB, TCRE Application. Following Coagulation Modes should be available

5)

Monopolar - Min.5 modes: - It should have coagulation mode which should have in depth coagulation effect (Soft Coag) - It should have coagulation which will dissect the tissue along with coagulation - It should have coagulation mode which is fast and effective - It should have coagulation mode which is useful for non-touch Coagulation (Spray coag) Bipolar: It should have coag mode which has facility to Stop the coagulation power automatically once optimum coagulation completed – Max 120 Watts - It should also have facility to activate the bipolar coagulation which will deliver the power automatically without pressing the foot pedal – AutoStart mode - It should have bipolar coag mode for effective and fast coagulation of tissue -

6) Special Vessel Sealing mode for Coagulation of vasculatures (Vessel sealing) upto 7 mm with complete reusable hand instrument for open and laparoscopic surgeries.

Page 72 of 73

7) Following accessories to be supplied with the machine. i. Complete Reusable vessel sealing hand instrument for open surgeries (for vasculatures up to 7 mm.FDA approved) ii. Complete Reusable vessel sealing hand instrument for Laparoscopic surgeries (for vasculatures up to 7 mm.FDA approved) iii. Vessel sealing instrument for open, Laparoscopic and bariatric surgeries which can seal & cut vessels up to 7 mm dia. iv. Footswitch with facility for swapping between programmes. v. Reusable Bipolar forceps and cable. vi. Disposable patient plate(50nos). vii. Disposable pencil (10nos) 8) It must be upgradeable to the following features (To be quoted under options)– a) APC (Argon Plasma Coagulation) with depth control having Pulsed /forced/ precise flow. b) Simultaneous Monopolar coagulation from 2 channels c) Smoke evacuator. 9) Safety Features, The unit should equip with a Neutral Electrode Safety System, which should monitor the neutral electrode, warns of critical situations and thus prevents burns. And should be compatible with single surface and dual surface neutral electrode It should automatically monitor for equipment output error It should automatically monitor ON time / Activation time The unit should conforms to the requirement of Type CF and should protected against the effects of a defibrillator discharge ERROR display of malfunctioning of the system and facility to store the same Self check of all safety related subassemblies It should be CE & FDA approved







Page 73 of 73