1 EMPLOYEES’ STATE INSURANCE CORPORATION MODEL HOSPITAL Sec-9A, Gurgaon, Haryana-122001 (Under Ministry of Labour, Govt. of India) Phone: 0124-2252001 No.03/2014-Fbd./ Date: 07.01.14 Tender Enquiry No. Date of floating tender: Last Date & time of submitting of tender: Date and time of opening tender: Name of Item Earnest Money Bid System Supply of Equipments/ As mentioned instruments/ item for the use in in list against Department of Physiology (As each item per list) 03/2014-Fbd. 07/01/2014 05/02/2014 (11.00 am) 05.02.2014 (12.00 noon) Single/ Double bid as mentioned in list against each item Tender Cost Date of Opening of Tender Rs. 500/- 05.02.2014 at 12.00 noon Medical Superintendent ESIC Model Hospital, Sec-9A, Gurgaon as the Nodal Officer of the ESIC Medical College and Hospital, NH-3, Faridabad invites sealed bid under Single/two bid system- Technical Bid and Price Bid:For Supply of Equipments/ instruments/ item for the use in Department of Physiology at ESIC Medical College, Faridabad. Interested firms are requested to collect tender form with term & Conditions from MS Office ESICMH, Sec-9A, Gurgaon on any working day from 10.00 am to 3.00 pm and on Saturday from 10.00 am to 12 noon at the cost of Rs. 500 (Five hundred) in the form of Demand Draft (Non refundable) in favour of ESIC FUND ACCOUNT NO. 1 payable at Gurgaon. Tender documents can also be downloaded from ESIC website (http://www.esic.nic.in) in that case DD for the cost is to be enclosed with Tender. Tender form is to be submitted completed in all respects along with prescribed EMD in favour of ESIC FUND ACOOUNT NO. 1 payable at Gurgaon in form of Demand Draft. The Annexure- V(a) & V(b) contains the format in which price has to be quoted as per the commercial terms for the Tender. Tender complete in all respects should be dropped in tender box kept in the Committee Room of the MS Office, ESIC Hospital. Tender received after 11.00 AM on due date will not be entertained. The Technical Bid and Price Bid must be sealed by the bidder in the separate envelopes duly superscribed “Technical Bids for Supply of Equipments/ instruments/ item for the use in Department of Physiology-2014”, and “Price Bid for Supply of Equipments/ instruments/ item for the use in Department of Physiology-2014” both the sealed envelope are to be 2 put in the bigger envelope which should also be sealed and superscribed, “Bid for Supply of Equipments/ instruments/ item for the use in Department of Physiology-2014” Notwithstanding anything stated above, the Purchaser reserves the right to assess the Tenderer’s capability and capacity to perform the contract satisfactorily before deciding on award of Contract, should circumstances warrant such an assessment in the overall interest of the Purchaser. The Purchaser reserves the right to ask for a free demonstration of the quoted equipment at a pre determined place acceptable to the purchaser for technical acceptability as per the tender specifications, before the opening of the Price Tender. Tenders will be opened on the due date at 12.00 noon in the Conference room of the ESIC Model Hospital, Sec-9A, Gurgaon In the presence of bidders or their authorized representative. If due date of opening is declared holiday, tender will be opened on next working day at same time and place. The undersigned reserves the right to accept or reject any or all the bids without assigning any reason at any stage. Medical Superintendent ESIC Model Hospital, Gurgaon As a Nodal Officer of ESIC Medical College, NH-3, Faridabad 3 EMPLOYEES’ STATE INSURANCE CORPORATION MODEL HOSPITAL Sec-9A, Gurgaon, Haryana-122001 (Under Ministry of Labour, Govt. of India) Phone: 0124-2252001 No.03/2014-Fbd./ Date: 07.01.14 SUB: For Supply of Equipments/ instruments/ item for the use in Department of Physiology at ESIC Medical College, Faridabad. TENDER DOCUMENT Tender are invited for Supply of Equipments/ instruments/ item for the use in Department of Physiology at ESIC Medical College, Faridabad up to scheduled time and Date. Sealed tenders should bear the tender inquiry No and be clearly super scribed as “For Supply of Equipments/ instruments/ item for the use in Department of Physiology at ESIC Medical College, Faridabad. Tenders submitted after scheduled time shall out rightly be rejected. S. No Items 1 2 3 4 5 6 7 8 BINOCULAR MICROSCOPES DOUBLE DEMONSTRATION EYEPIECE DOUBLE HEADED STETHESCOPE (for teaching) Polygraphs Wright’s peak flow meter Spirometer-Pulmonary function test Gas analysis apparatus, Haldane’s students type Automatic Gas Analysis Quan tity 60 nos 3 nos EMD Warranty CMC Required Reqd (After Warranty) 60000/- 2 years Yes 5 years 300/- 1 years No Single 2 nos 200/- 1 years No Double 1 nos 30000/- 2 years Yes 5 years Double 1 nos 1 nos 100/8000/- No Yes 5 years Single Double 1 nos 30000/- 2 years Yes 5 years Double 1 nos 30000/- 2 years Yes 5 years Double 2 years 2 years Bid System Double 4 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 CO2 and O2 Recording spirometer/ benedict’s roth spirometer /Basal metabolism apparatus Mosso’s ergograph Thermal aesthesiometer Electronic Von frey aesthesiometer Algometer Apparatus for continuous passive motion Stethograph Bicycle Ergometer Bicycle ergometer Olfactometer Perimeters, with charts (Priestly Smith model) Dynamometer Instrument Trolley Physiograph3 Channels Physiograph Single channel Centrifuge, High speed with tachometer etc. LAB REFRIGERATORS Electronic Muscle stimulator ALL GLASS DISTILLATION APPARATUS(Double Stage) Kymograph KYMOGRAPH OPERATING TABLEANIMAL Dale’s bath for internal organ DALE’S BATH FOR INTERNAL ORGANS Isolated Organs. Bath for 1 nos 4000/- 2 years No Double 3 nos 2 nos 1 nos 600/800/400/- 2 years 2 years 2 years No No No Single Double Double 2 nos 1 nos 800/400/- 2 years 2 years No No Double Double 2 nos 2 nos 1 nos 1 nos 4 nos 300/8000/10000/400/1200/- 1 years 2 years 2 years 2 years 2 years No No No No Single Double Double Single Single 1 nos 1 nos 2 nos 3 nos 600/200/19000/19500/- 2 years 2 years 2 years 2 years No No No No Single Double Double Double 3 nos 1200/- 2 years No Double 1 nos 1200/- 2 years No Double 1 nos 400/- 2 years No Double 1 nos 600/- 2 years No Double 2 nos 2 nos 1 nos 800/400/800/- 2 years 2 years 2 years No No No Double Double Double 1 nos 8000/- 2 years No Double 2 nos 800/- 2 years No Double 1 nos 8000/- 2 years No Double Yes 5 years 5 34 35 36 37 38 39 40 41 42 43 44 45 46 47 students complete with liver etc. ISOLATED ORGAN BATH Weighing Machine: Digital Weighing Machine: Mechanical Weighing machine railway station type: (Manual) LANGENDROFS APPARATUS ECG machine 12 channel ECG Machine Single Channel EEG machine Height measuring machine SKIN FOLD CALIPER (HARPENDER’S CALLIPER) GONIOMETER Clinical Examination couches Electromyogram Anthropometric Set: Manual 1 nos 1 nos 1 nos 400/500/300/- 2 years 2 years 2 years No No No Double Double Single 1 nos 300/- 2 years No Single 1 nos 500/- 2 years No Single 1 nos 1 nos 6000/1000/- 2 years 2 years Yes 5 years Double Double 1 nos 1 nos 1 nos 10000/- 2 years 100/1 years 100/1 years Yes 5 years No No Double Single Single 1 nos 6 nos 100/3000/- 1 years 2 years No No Single Double 1 nos 2 nos 4000/400/- 2 years 1years No No Double Single No Tenders complete in all respect, must be dropped in the tender box kept in the Office of the Medical Superintendent, ESIC Hospital, Gurgaon, Haryana on or before the last date mentioned in the tender notification. The tenders will be opened as scheduled and indicated in the tender notification, in the Conference hall at 12.00 Noon. in the presence of tenderers or their representatives who may like to be present on that day. In case date of opening of tender is declared as holiday tenders shall be received and opened on next working day as per the above mentioned schedule A. Single bid System Tenderers are to submit in single sealed bid, super scribing as “Single bid Tender for Equipment (Name of the equipment’s) due on 05.02.2014. The envelope should have the name of the quoting company, last date of submission of tender. Each and every page of the quotation should be separately numbered and duly signed. The tender/s should be put in sealed envelope addressed to the Medical Superintendent, ESIC Hospital, Hospital Gurgaon, Haryana. Rates/Price should be typed both in words as well as in figures, free from erasing, cutting and overwriting 6 Each and every page of the quotation be separately numbered and duly signed. Price and S.T./ VAT must be quoted separately. The price should be all inclusive lump sum including cost of the equipment, freight, insurance, transit insurance, packing forwarding etc. and including charges for installation and commissioning with all the men and material required for the same and for the quoted warranty period. The price should be on F.O.R. ESI Medical College, Faridabad basis. No other charges in addition will be payable on any account over and above the lump sum price quoted in the price bid except S.T/VAT. The rates quoted in ambiguous terms such as “Freight on actual basis” or “Taxes as applicable extra” or “Packing forwarding extra” will render the bid liable to rejection. The price should be quoted in Indian Rupees. B. Two Bid System Tenderers are to submit two sealed bids Viz. Techno-commercial Bid and Price Bid separately superscribing as “Tender for Equipment (Name of equipment) due on 05.02.2014 on first envelope and “Price Bid” for “Tender for Equipment (Name of equipment) due on 05.02.14 on the second envelope. Both the envelopes should have name of the company quoting the tender, Each and every page of the quotation should be separately numbered and duly signed. Both the envelopes are again to be sealed and put in a single envelope super-scribing name of equipment and name of company, last date of submission of tender addressed to the Medical Superintendent, ESIC Hospital, Gurgaon as a Nodal Officer of ESIC Medical College NH-3, Faridabad as follows: The tender/s (Technical bid and price bid envelopes) should be put in sealed envelope addressed to the Medical Superintendent, ESIC Hospital, Hospital Sec-9A, Gurgaon, Haryana-122001. The envelope should be super-scribed as “Tender for Equipment (Name of equipment) due on 05.02.2014. The contents of price Bid should include following items: The information given at Techno commercial bid should be reproduced in price bid with prices indicated. Rates/Price should be typed both in words as well as in figures, free from erasing, cutting and overwriting Price quoted should match with the items quoted in technical bid. Each and every page of the quotation be separately numbered and duly signed. Only Techno-commercial bid (Un-Priced bid) will be opened first and shall be referred for the Technical Evaluation. The price bid of only those tenderers whose technical bid is found acceptable by the competent authority will be opened for further action. In case the price quoted cannot be matched with the item/s quoted in technical bid the bid shall be liable to be rejected Price and S.T./ VAT must be quoted separately. The price should be all inclusive lump sum including cost of the equipment, freight, insurance, transit insurance, packing forwarding etc. and including charges for installation and commissioning with all the men and material required for the same and for the quoted warranty period. The price should be on F.O.R. ESIC Medical College & Hospital, NH-3, Faridabad basis. No other charges in addition will be payable on any account over and above the lump sum price quoted in the price bid except S.T/VAT. The rates quoted in ambiguous terms such as “Freight on actual basis” or “Taxes as applicable extra” or “Packing forwarding extra” will render the bid liable to rejection. The price of the items should be quoted in Indian Rupees only. 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 The contents of Techno Commercial Bid (for both Single and Two bid tenders) should include following items Covering letter indicating the list of enclosures. Cost of tender documents if downloaded from website by demand draft. EMD in accordance with instructions as above. Name and detailed specifications of the quoted Equipment with price Blanked Name and detailed specifications of essential accessories if any with price Blanked Name and detailed specifications of optional accessories if any with price Blanked Warranty Offered 2 Year/s (Minimum for Two Years) Rates of AMC and CAMC minimum for 5 years after expiry of warranty as and where required. User list. Statement of deviation parameter wise from specifications if any. Statement of deviation parameter wise from tendered conditions, if any. Copy of PAN No. / I.T.R. of last three years Proof of Turn over of at least Rs. 2.5 Crore each year for past three consecutive years. Authority letter from manufacturer authorizing the distributor/stockiest if applicable. Name and address of nearest authorized service center Catalogue of the equipment showing the make/model no and specifications Declaration/ undertaking on stamp paper as per the proforma enclosed (Annexure III) TERMS AND CONDITIONS GOVERNING CONTRACT 1. Any amendments in the tender documents at any stage of tender shall be uploaded in the website www.esic.nic.in in the link for tender Haryana. 2. One time custom exemption certificate for import of Hospital equipments under condition no. 86 at sl. No. 485 of the Ministry of Finance, Department of Revenue vide notification no. 12/2012-Customs dated 17th March 2012 has been issued for ESIC Medical College, Faridabad (Annexure-1). 3. The Tenderer must enclose a draft/banker Cheque for sum mentioned against each items as earnest money drawn in the favor of ESI Fund A/C No.1 payable at Gurgaon. 4. EMD Deposited with earlier tender if any or in any other form as given, will not be adjusted/accepted against this tender. Tender without EMD will not be accepted in any case. 5. Tenderer will have to demonstrate the quoted item to the Technical Evaluation Committee within the stipulated time frame as and when asked for. The tender shall be liable to be cancelled on noncompliance of this clause. 6. EMD will be released to unsuccessful bidder/s after finalization of tender. 7. Preference shall be given to tenderer who shall bid for 3 or more different equipments/instruments/items mentioned in the tender. 8. 10% of the payment due (Rounded-up) shall be with-held from the successful bidder. The same will be released on satisfactory performance of the equipment after expiry of warranty. 9. Either the authorized Indian agent on behalf of the principal/OEM or principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender. 8 10. If an agent submits bid on behalf of one principal/OEM, the same agent shall not submit a bid on behalf of another principal/OEM in the same tender for same item/product. 11. The company will get only one chance for demo. In case the company fails to arrange the demo the tender shall be liable to be cancelled. 12. The date for demonstration shall be fixed with mutual consent on telephone/e-mail the same shall be confirmed in writing and by fax/e-mail. Only reasonable time shall be given to arrange for demo. 13. In case demo of the equipment is asked (if any) the same has to be arranged at Gurgaon. 14. Only the manufacturers or their authorized distributor/stockist would be considered. 15. Tenderer must provide the telephone and fax no./e-mail with tender for all correspondence. 16. The equipment should be guaranteed /warranted for a minimum period of two years or as mentioned in specifications from the date of satisfactory inspection, installation and commissioning. 17. Delivery schedule: - Within 45 days after placement of supply order. 18. Firm should undertake to enter into Annual Maintenance Contract (AMC/CAMC) for equipment where ever required as well as for accessories attached, for minimum period of five years after completion of warranty period and accordingly quote the rates of AMC for five years. The rates quoted should be both for Comprehensive AMC (CMC) as well Non Comprehensive AMC (AMC) for five years. Firm should undertake to keep the equipment in running order throughout the year and in case of equipment going out of order during warranty/AMC/CMC the fault will be attended within 24 hours and rectified within 7 days of lodging the complaint. Failure to rectify the fault would entail downtime penalty @ 0.25% of basic cost of equipment per week. 19. The tenderer will be responsible to provide training to laboratory staff for the purchased equipment. 20. The tenderer shall assure availability of spares/ disposables for at least 10 years for equipments requiring propriety consumables/chemicals or costing 10 Lakhs or more. 21. All consumables required for installation and standardization of system to be given free of cost. 22. The tenderer shall submit list of users and satisfactory report of quoted model from reputed institute preferably Government institute/ hospitals. 23. The Dean through a committee shall arrange for inspection and installation of equipments at Medical College Faridabad and payment shall be released after final acceptance certificate is issued as per proforma enclosed (Annexure-VII) 24. Payment of equipment will be made through ECS within two weeks after the successful installation, commissioning, training to user department and satisfactory inspection of the equipment. 25. For the equipment where reagents, cartridge, consumables, etc. are required. The price bid must include: A) Rate list indicating the prices and packing prevalent on date of tendering, B) List indicating cost and life of consumables 26. Photocopy of ITR/ PAN No. Should be enclosed with the completed tender as mentioned in Annexure VIII. 27. Tenderer if not a manufacturer, has to submit manufacturer’s authorization certificate as per Annexure IV. 28. The validity of tender will be for a period of six months from the date of opening. 29. If any accessories like voltage stabilizer, water filtration/ purifier/ soften plant etc. are required with the equipment must be quoted along with the equipment itself. 30. Rates of spares chargeable may be indicated with the tender. 9 31. The Medical Superintendent has the right to accept or reject any or all the tenders without assigning any reason(s) thereof. 32. The Tenderer is required to submit undertakings as per the Performa enclosed on a non-judicial stamp paper of Rs.100/33. If the equipment needs calibration, the firm shall be responsible for calibration as part of CMC 34. Amount of AMC/CMC as the case may be, shall also be considered for arriving at the lowest cost. Medical Superintendent ESIC Model Hospital, Gurgaon As a Nodal Officer of ESIC Medical College, NH-3, Faridabad 10 SPECIFICATION OF ITEMS FOR DEPARTMENT OF PHYSIOLOGY 1. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 Binocular Microscopes Student upright binocular Microscopes (with inbuilt light source). Binocular microscope with universal infinity corrected optical system. LED light source illumination. Rigid frame with ergonomics design. Binocular observation tube with inclination of 45/30 degrees. Built in torque adjustable focusing knob. Square mechanical stage with rigid hand coaxial control. Abbe condenser, Iris diaphragm. Revolving Quintuple nose piece (for objectives). Plan achromat objectives 4X, 10X, 40X, 100X :- Made from high quality International optical glass Precision engineered for parfocal & centred viewing High-grade optics with multi-layer coatings provides optimum brightness & contrast for long hours of comfortable viewing. 40X, 100X should be spring loaded. Eye piece 10X (FOV 20). Antifungal treatment should be applied to the observation tube, eyepiece and objective. Accessories, dust cover and power cord. Power requirement 220 V/ 50 Hz. Should be CE certified/FDA approved. Demonstration should be there. Satisfactory copy from user of medical colleges. Microscope should be international brand quality. CE and ISO certified. Anti fungus resistant. Service center of company and there service team details. Should be upgradable to florescence and phase contrast. 2. Double Demonstration Eyepiece Technical Specifications 1. Demonstration Eye piece should fit any standard 23 mm dia. eye piece, making it possible for two persons to see the same object at the same time. 2. Should be fitted with a pointer 3. Instrument should be supplied with top class quality optical components 4. This instrument should have a Beam Splitting Prism to optical Glass 5. Pointer should cover the entire field and should enable clear vision to the observer and sub-observer 6. It should have 360° rotation. 7. It should be held in the desired viewing position by a knurled headed pinch screw. 8. To be supplied in velvet lined case 11 System Configuration Accessories, spares and consumables Velvet lined case Documentation Manufacturer should have ISO certification for quality standards. 3. Double Headed Stethescope (for teaching) Should be able listen the lung and heart sounds Should be four eartips with single diaphragms Should have double tube from diaphragm Should have high quality sound transmission. Length should be 27" to 29" Should be light weight Chest piece - Ø45mm(adult) , - Ø35mm (paediatric) Preferable colour -black Should have tight and soft sealing ear tips System Configuration Accessories, spares and consumables: Diaphragms Eartips Binaurals Rims Documentation: Manufacturer should have ISO certification for quality standards 4. Polygraphs The system should be able to record and analyse. Pulse, respiration, airflow, blood pressure, GSR, temperature, Heart Rate Variability [HRV] ECG recording with multi-leads, phono cardiogram to record heart sounds and correlate the sound with the electrical events of the cardiac cycle. VCG (Cardiac Axis analysis) Blood pressure monitoring in Human with Systolic, Diastolic and other hemodynamic parameters. Dynamometer to study handgrip strength profile with balance board for of static posturography studies. Non Invasive Tonometer for Vascular function Testing Goniometer, Tandon Hammer, Stimulating electrodes for reflex, reaction action experiments. Specifications: Number of channel : 8 channels Data Acquisition system 12 Range: - +2 mV to +10 V and Sampling rate of 400 KHz (aggregate speed), ADC resolution = 16 bits on all gain ranges and variable sampling speed on each channel with continuously record and display up to 32 channels of data. Transducers:- Pressure, Plethysmography, Respiration, Pulse, Surface Temperature probe, Biopotentials, GSR Electrodes, Non-Invasive tonometer , hand dynamometer and wireless Herat rate kit, variability and other accessories for the measurement of the above parameters. Software:- It should have various automatic analysis modules for ECG, HRV, Blood Pressure, Metabolic studies, Cardiac output, Peak analysis, spike histogram etc. Online & offline analysis with various export options like Binary, Axon, IGOR, MATLAB, Excel, Graph Pad Prism, QuickTime, Wav, Text etc. Online recorded data & analysis streaming to Excel &MatLab The software should have step by step instructions, protocol and experimental design for performing various experiments in physiology teaching applications. Also should have sample data for animal experiments for demonstrating to the students. The software should provide an easy file sharing option to a distant user with-out involving any cost with a 5 year of free updates and upgrade. Computer: Intel Core i5, Genuine Windows 7 professional, 21.5 ― Full HD Widescreen Flat LED Monitor, 4GB RAM, 500GB SATA Hard Drive, DVD. Facility for internet connectivity, Laser printer and UPS with 20 minutes back up for whole system required Optional Items:-Electric Tilt table & Non Invasive beat to beat Blood Pressure Monitor, compatible with data acquisition system& Software for analysis to be quoted separately. Documentations:- CE, ISO and other safety certificates must be provided. Proper Demonstrations to be carried out before finalizing. The system should have world-wide installation, acceptance and recognition in published research papers globally, Performance certificates should be provided from the users using the system in India/abroad. 5. Wright’s Peak Flow Meter Lower range mini wright PFM (30 – 40ppm) with sterilizeble mouth piece. 6. Spirometer-Pulmonary Function Test: Electronic with computer attachment and print out with software for complete analysis: 1. Should be Electronic with computer attachment and print out with software for complete analysis. 2. The System should be an economically oriented lung function measuring system for the determination of the static and dynamic lung volumes using the classical FRC-Helium rebreathing and the Diffusion Capacity by using the single Breath technique. 3. It should also be possible to measure Diffusion Capacity (DLCO) by the Rebreathing technique for patients with distribution imapairments of the lungs, to minimize patient co-operation 13 4. Indian predictive values should be available for all measurements and both methods of estimation of lung diffusion. 7. Gas Analysis Apparatus, Haldane’s Students Type The computerized metabolic system provides all vital parameters such as ECG, heart rate, pulmonary volumes and capacities, respiratory gases and metabolic measurements. The system should calculate VE Expired minute volume , VO2 oxygen consumption , VCO2 carbon dioxide production , RER respiratory exchange ratio, ECG, HRV, Body Temperature and Pressure Saturate BTPS, Standard Temperature and Pressure Dry STPD, (VE / VO2), (VE / VCO2) etc. and should generates a number of graphs like Metabolic Log Window , VE (BTPS) vs. VO2, VE (BTPS) vs. VCO2, VCO2 vs. VO2, RER vs. time, VO2 vs. time, VCO2 vs. time , VE (BTPS) vs. time. It should plot real time flow & volume loops. ECG switch box (lead I, II, III, aVL, aVF, aVR and V1 to V6) for real time cardiac axis & vector analysis etc. The Oxygen sensor should have minimum range of 5-100% oxygen and resolution of at least 0.02% & the carbon dioxide sensor with minimum range 0-8% of carbon dioxide and resolution of at least 0.1% and variable flow range of 0-185 ml/min for best performance and results. The bio-potentials signal conditioners, supplied must be approved to IEC, CE & ISO. 8. Automatic Gas Analysis CO2 and O2 The system should be able to Record & measure VO2 oxygen consumption , VCO2 carbon dioxide production, VE Expired minute volume , RER respiratory exchange ratio, ECG, HRV, Body Temperature and Pressure Saturate BTPS, Standard Temperature and Pressure Dry STPD, (VE / VO2), (VE / VCO2) etc. and should generates a number of graphs like Metabolic Log Window , VE (BTPS) vs. VO2, VE (BTPS) vs. VCO2, VCO2 vs. VO2, RER vs. time, VO2 vs. time, VCO2 vs. time , VE (BTPS) vs. time. High speed USB based recording unit along with Gas analysers, spirometer amplifier, flow-head and other transducers and accessories. Have oxygen sensor with minimum range of 5-100% oxygen and resolution of at least 0.02%, and the carbon dioxide sensor with minimum range 0-8% of carbon dioxide and resolution of at least 0.1% and variable flow range of 0-185 ml/min for best performance and results. To perform online and offline analysis up to 32 channels. Supplied with breathing accessories and Douglas bags. To plot real time flow & volume loops. ECG switch box (lead I, II, III, aVL, aVF, aVR and V1 to V6) for real time cardiac axis and vector analysis. IEC 60601-1 & ISO 9001:2008 certified & making them safe for use with human subjects. An obligatory demonstration of the equipment and necessary training. To be supplied with Bicycle ergometer, branded computer & UPS. 9. Recording Spirometer/ Benedict’s Roth Spirometer /Basal Metabolism Apparatus Spirometer has a 4 speed electrical recording unit with gravity writing ink. Valves are easily accessible, soda lime chamber with screw connection in the centre chamber, drain to all the tubes and container. 14 Sampling cock for connecting the patient to spirometer or atmosphere. The unit is fitted on portable frame, complete with valves, tube, mouth piece, nose clip, ink writing well and 50 charts. 10. Mosso’s Ergograph Mosso`s ergograph with metronome and weights. Ergograph containing the advantageous features of both bubios and mossos ergograph with weight set and recorder with writing device. 11(a). Thermal Aesthesiometer Should microprocessor controlled Should have computer connectivity for data logging. Should work on the temperature range of 5 Deg to 55 Deg Should have sampling rate of 18 samples/sec Should have a starting temperature 25° to 40° Temperature increment rate 0.2 deg/s to 2.5 deg/s Temperature decrement rate 0.2 deg/s to 2.5 deg/s Delay between the repeats should be 3 to 30 secs Power supply – 220v 50Hz The product should be CE or FDA or BIS Certified 11 (b). Electronic Von Frey Aesthesiometer Electronic von Frey is used to assess mechanical allodynia with rigid tips (threshold) and the flexible von Frey hairs are used for sensory test on all test subjects. Should plug up to 3 probes into a single unit. The systems should be supplied with 90, 800 and 1000 gram probe. Should be supplied with limit indicator with all probes. Should measure, store and display your test readings in grams based upon the amount of pressure applied. Should be calibrated at the factory. Should have MRI Probe. Should have LCD Readout. The product should be CE or FDA or BIS Certified 12. Algometer: Accuracy should be ±3% of reading LCD Display should be 5 digits, 15 Display Update should be 8 per second Power: 220 VAC charger Should have rechargeable battery Battery backup should be up to 50 hours Tip Size should be 1 cm2 Should have Bi-Directional RS232 (include RS232-USB convertor) communication with the computer Should have auto calibration facility Should have internal memory of 500 data Should have USB patient response unit to record patient response during stimulation The product should be CE or FDA or BIS Certified 13. Apparatus For Continuous Passive Motion. CPM is used to treat joints of the lower limb after an injury, disease or following surgery. Based on a concept originated by SALTER IN 1970, this device has varied applications namely treatment of intra articular fractures, septic arthritis, ligaments tendon healing and also following total joint replacement to ensure a sufficient range of motion. To prevent stiffening , the jouint have to be moved continuously which results in the following. · Minimize swelling and pain after operation · Ensures faster recovery and shortened hospital stay · Prevents extra articular contractures and adhesions. Ext/Flex Angle indicator at knee position · Compact and elegant construction · Electronic controls enable all adjustment of angle to be made on the front panel. · Smooth and silent movement · Digital timer with alarm · Patient safety switch for stopping and reversing the motion. Specifications Treatment time 0 – 99 minutes Reset time 1 to 5 seconds AngleExtension 0 Power 230V/AC/50Hz, 75VA 14. Stethograph a. Kymographs with pen writing device b. Mary`s tambour, Corrugated rubber tube 16 c. Connecting rubber tube 15(a.) Bicycle Ergometer Should have LCD display Should provide feedback for speed, time, distance calories and pulse Tension control: Manual 8 level resistance with adjustable wheel Fly wheel: Approximately 6 kg magnetic wheels Handle bar: adjustable Belt transmission: Bearing one way, flat belt, 3 PCS crank Transportation: 2 front end cap Seat: adjustable height front and back Maximum user weight: Approximately 100 kg Dimensions: Approximately 96 X 49 X 138 cm Weight: Approximately 27 kg Gross weight: 29.5 kg 15(b.) Bicycle Ergometer Work Load Range: 10 – 600Watt Independent Rpm: 20 – 130rpm Work Load range Dependent RPM Lap Time: 9h 59min 59sec Load Steps : 1 – 99 Watt Time Steps : 1 – 99 Min Load Programs: Manual 1 Load/Step PWC 170, 150, 130 HR Steady State Safety Protection Automatic Load: Heart rate Reduction: Blood pressure Blood Pressure D Acoustic signal: ECG Alarm Signal Manual : By Stop Button Check: Calibration Dynamic Static Adjustments (Height): 83cm – 110cm Saddle: 68cm – 108mm Handle bars: free rotation Accuracy of load: 2% or 3 Watt 17 Input/output External Control: RS - 232 Inputs: Analogue control Start signal Heart rate Blood pressure s Blood pressure D ECG Alarm Outputs: work load Pedaling Speed Step Marker Power supply: 110 – 240V, 50 – 60Hz Power consumption: 100VA Safety Standard: class 1, CE Dimensions (cm): Base plate 79X48 Weight: approx 46Kg 16. Olfactometer Detection Technique: Human Nose Discrete Dilution Ratios: 2, 4, 7, 15, 30, 60 D/T‘s (Standard Dilution-to-Threshold Ratios) Response Time: As fast as 10-seconds or better(2 inhalations) Accuracy: +/- 10% of D/T Repeatability: +/- 2% Inhalation Rate: 16-20 liters per minute Operating Temperature Range: 32° to 104°F, 0° to 40°C Odor Filter Cartridge - of suitable size Nasal Mask – of suitable size Provision for 9 inlet and outlet port. Power supply - 220V,50Hz The product should be CE or FDA or BIS Certified. 17. Perimeters, With Charts (Priestly Smith Model) 1. Should have a calibrated arc, revolving chart holder. 2. Should be able to rotate in any direction and fix at any position with a tightening screw. The arc should be graduated from 0° to 90° with a movable test object. 3. At the back of the arc arrangement should be provided for fixing of chart which has concentric circles corresponding to the degrees of arc. 18 4. Adjustable chin rest. 5. The above mentioned should be fitted over a sturdy base with receptacle for keeping charts. 6. Should be supplied with 20 packets each containing consist of 100 charts 7. Accessories – Objects should be of minimum 2 sizes, round and square shaped and of 5 different colors. The product should be CE or FDA or BIS Certified. 18. Dynamometer Especially suitable for use in rehabilitation centres/physiology labs; Real time mode: immediately shows the patients current strength Peak/Max Mode: shows the maximum strength of a patient’s grip Average Mode: calculates the average strength from two grips Counting mode: counts the numbers of presses which exceed a previously defined strength limit; integrated AUTO – OFF function after 1 minute to preserve the batteries; as part of a rehabilitation program, this permits medical staff to monitor the fitness of the patients hands and carry out controlled training exchangeable springs facilitate fast switching of the capacity (Additional spring sets for 20Kg and 40Kg are included with delivery); safe, comfortable use thanks to non slip rubber grips Stable case for safe, easy transport and for storage of the additional spring sets as standard, WXDXH: 350X265X85mm 19. Instrument Trolley SS; frame work of SS tubes mounted on four 50mm dia swiveling castors. There are two stainless steel shelves with three side railings on top shelf only in these instrument trolleys. Pre treated and epoxy powder coated. Overall approximate size : 680mm (L)X450mm (W)X820mm (H). 20. Physiograph 3 Channels The System should include hardware software and other related accessories for Pulse transducer, respiration , Blood pressure, Grip force, ECG,HRV, EMG, EEG, NCV, Spirometry etc. Individually selectable input sensitivities, analog output for stimulation or pulse generation, high speed USB, built-in isolated stimulator, built-in dual bio-amplifier and a powerful internal processor along with low- and high-pass filters. Chart, Scope software. ECG ( Lead I, II, III, aVL, aVF, aVRetc for real time cardiac axis & vector analysis. Must have an upgradable facility up-to 12 channels ADC Configuration: Resolution: 24 bit, each channel has its own ADC. Maximum sampling rates: 400 KHz (aggregate) Filter – Low Pass: 1, 2, 5, 10, 20, 50, 100, 200, 500, 1000, 2000 Hz and anti-alias, high-pass filters. Band Pass Notch, Mains & Digital. Bio-Amplifier: - 2 Channels, Range:- ±20mV to 100μV. Automatic Software analysis modules for Blood pressure, ECG, HRV, peak analysis etc. with live streaming with Excel and Matlab. Isolated Stimulator Output. 19 o Pulse duration: 50–200 μs (software-selectable) & Output current: 0–20 mA o Pulse rate: Software-selectable, to a maximum of 20 Hz and 200 μs for safety. The software should have step by step instructions, protocol and experimental design for performing various experiments in physiology teaching applications. Also should have sample data for animal experiments for demonstrating to the students. Compatible computer along with a printer. Power input to be 220-240VAC, 50Hz ISO certification for quality standards and CE certificate for safety. 21(a). Physiograph Single channel Student physiograph should ready to use experiments with step by step instruction protocol for each experiment to be supplied with compatible transducers and stimulator. Sampling rate ≥ 200 KHz aggregate with variable sampling rate on each channel. ADC resolution 24 bits. Constant-current stimulator and Bio-Potentials (EMG, EOG, EEG.ECG), temperature, Pulse, respiration, isometric. Pressure, muscle activity/ force respiration belt, hand dynamometer , pulse, respiration & temperature, heart sound, push button switch, EKG electrode, EEG & EMG paste Manufacturer should have ISO certification for quality standards Should be approved to the IEC 60601-1 patient safety standard, making them safe for use with human subjects 21(b). Centrifuge, High Speed With Tachometer Etc. Laboratory equipment centrifuge machine high speed – heavy duty Sturdy MS Body, well painted finish, with maximum speed of 6000RPM at 10/12 tube of 15ml total square body, with lid lock manual type, speed control by analogue know, digital display of timer, timer time 0-60 minutes speed display is digital, speed setting with help of knob, auto off if lid is open, lid breaking system provided, power consumption 500Watt, power requirement 220V and 50 to 60Hz, weight approx. 15Kgs, total noiseless operation, non vibration, complete with head and power lead. 22. Lab Refrigerators Capacity range 300-380L. Temperature 2-8oC Preferably roller mounted Adjustable shelves Battery backup Durable rust free exterior Durable unbreakable interior Control panel with temperature alarm, on/off switch and digital thermometer, Interior lighting, Drip tray and defrosting arrangement . 20 Adequate circulation of air to ensure even cooling by DUCT system Door with lock. Inside of door provided with racks. Door hinges and latches should be chromium plated. Control panel with temperature alarm, ON /OFF switch with power on indicator, digital thermometer, temperature display. Electronic automatic temperature control, Operable at 220 V, 50 Hz, single phase AC supply. Compressor unit to be hermetically sealed with guarantee for at least five years. Training of laboratory staff for the purchased equipment Availability of spares/ disposables for at least 10 years. All consumables required for installation and standardization of system to be given free of cost. List of users and satisfactory report of quoted model from reputed institute preferably Government institute/ hospitals Should have all the accessories required for the functioning of the equipment. CE / ISI mark or other equivalent quality certification. All electrical peripherals required for smoothes functioning e.g. voltage stabilizer provided with the equipment There should be provision for demonstration before final approval of equipment. 23. Electronic Muscle Stimulator Research model: Muscle Stimulator Compact Solid-state Microprocessor Controlled unit, with digital timer and intensity display is useful for functional paralysis resulting from traumatic neurosis, Hysterical of Neuropraxia, Flaccid Paralysis, Spastic Paralysis, Cardio-vascular disorders and Muscle Strain etc. The Therapeutic Muscle Stimulator has Galvanic, Interrupted Galvanic, Faradic and Surge Faradic currents. The unit shall be housed with ABS molded cabinet. Salient Features Microprocessor controlled Pulse durations: 03,1,10,30,100,300ms Pulse Repetitive Freq.:0.3,1,3 seconds Intensity variations: 0 130 Volts Technical details Weight:1.6Kg.Height:139.7mm ,Width:266.7mm Depth:190.5mm Voltage: AC 100 260 Protection Class-I Complieswith IEC 601-1 Option for Built-in rechargeable battery. 24. All Glass Distillation Apparatus(Double Stage) Technical Specifications The glassware should be made of high quality borosilicate glass to withstand high heat Apparatus capacity should be of 4 lit/Hr 21 Should be Double stage Should have metallic Stand and other accessories. Stand should be made of rust free material. Standard heating elements of 2.5 - 3KW to be used An automatic cut off device should be attached Heater should be of quartz for immediate output of distilled water. Apparatus should consist of high quality Borosilicate Boiler with built in water leveller. Output water should be pyrogen free with conductivity <1 micro siemen, ph 6.9-7, Distillate Temp 65-75o C System Configuration Accessories, spares and consumables Metal stand Automatic Cut-off Device Automatic Cut off device or safety control module 25(a). Kymograph Microprocessor controlled drum with stepper motor to provide accurate speeds easy handling with 16X2 Blue LCD display Highly accurate 7 Speeds- 0.12, 0.25, 0.50, 0.75, 1.00, 1.25, 2.50 mm/sec Made up of Corrosion resistant & special chrome plated rod and MS Powder coated body. Button based speed selection Instead of clutch or critical knobs for setting speeds. Should have auto concentration response curve (CRC) and Normal Mode for It should have Timer and timer multiplier with audio and visual Alarm. Should be supplied with accessories, paper, Ink, lever etc for conducting the mammalian experiments. The System should be sturdy and should not have any kind of multiple plastic/ P.P./ brass gear systems which requires frequent maintenance. ISO & CE Certified 25 (b) Kymograph Should run on electric motor, Speed should be adjustable with the minimum 2.5 mm/sec to maximum 640 mm/sec, Shaft with the groove on one side and screw lift at the top, Gear for adjusting the speed, Clutch to change the gear, Contact button with the striker or contact arms, Drum 15 x 15 cm, Levelling screw. The product should be CE or FDA or BIS Certified 22 25(c) Operating Table-Animal Technical Specifications: Should be designed to use for animal surgery Should be stainless steel with 304 material Should have a design supporting for variety of applications Table top should be made of stainless steel, non corrosive grade. Size should be around 125cm(L) x 48 cm(W) Height should be adjustable 70-90 cm (approx.) Should have flat railing all along the length on both sides to take accessories The table top should be provided with drainage system, with fine vertical adjustment through latest pinion-lift system replacing hydraulic system The frame should be sturdy and provides sufficient leg space and is provided with foot-rest. The tie -cleats should be made of stainless steel. The table should be provided with universal clamps for accessories, animal support plate and uprights which can be fixed to the side-rails in any desired position. System Configuration Accessories, spares and consumables Clamps Animal support plate Uprights Documentation Manufacturer should have ISO certification for quality standards 26(A). Dale’s Bath For Internal Organ A high quality Perspex single unit organ bath with inbuilt water-pump, gas diffuser, digital temperature controller, filling/draining knobs with easy set up for conducting experiments to record the movements/displacements through the force transducer (0-50 gms) data acquisition system with built in stimulator (Constant-current stimulator), 24 bitshigh resolution, includes more than 50 ready to use experiments for animal physiology with sample data &real time recording/analysis & easy customization of the experiments. It should be supplied with signal conditioners & force transducer (0-50g) and PC with Printer. Manufacturer should be ISO & CE Certified with all standard certifications. 23 26 (b) Dale’s Bath For Internal Organs Technical Specifications Dale’s tissue organ bath should record intestinal movements and effects of drugs Should be thermostatically controlled with stirrer, Uprights, glass inner vessel & Oxygen tube with platinum tip, warming coil and frontal lever from SS capillary tubing. Documentation Manufacturer should have ISO certification for quality standards 27(a). Isolated Organs. Bath For Students Complete With Liver etc. • • • • • • The system should include a Perspex bath with tissue chambers, pre-heating reservoir coil, gas diffuser, tissue holder, micro positioner, a water pump, and temperature controller. A high speed USB 2.0 interfaced data recorder with inbuilt isolated stimulator with a recording range of 2mV to 10V & a sampling rate 100,000 sample per sec on each channel. A force transducer (0 - 50 g wt.), suitable for measuring muscle contractions or similar forces in teaching applications. Self-intuitive software for tissue isolation with pictorial representation to make student learn more effectively with Sample data for review and education Electronic Isolated Stimulator o Pulse duration: 50–200 μs (software-selectable) & Output current: 0–20 mA o Pulse rate: Software-selectable, to a maximum of 20 Hz and 200 μs for safety. Manufacturer should be ISO Certified with all standard certifications 27(b) Isolated Organ Bath Technical Specifications: The isolated organ bath should provide accurate recording of isometric or isotonic tissue contraction / release All component should visible through clear perspex tank It should have easy and quick attachment of tissues Diffusion between chambers and temperature equilibrating coils should be prevented by syringe valves 24 System should have precision water temperature control The tissue washing should be achieved by without exposing tissue to the air The water jet bath stirring should be provided by a noiseless vibration free centrifugal pump Precise thermostat should maintain the temperature with an accuracy of +-0.1 deg System Configuration Accessories, spares and consumables Muscle chamber Temperature equilibrating coil Holder Supporting rod Isometric and isotonic transducers Documentation Manufacturer should have ISO certification for quality standards 28 (a) Weighing Machine: Digital: 1. Should have the capacity of 160 kg or more 2. Accuracy should be 100 g. 3. Platform size should be around 350 x 350 mm (Tolerance +/-10%) 4. Display should be LCD with four digits. 5. Size of display should be of minimum height 24 mm for clear visibility. 6. Should be made up of sturdy mechanical structure to support/ to withstand heavy work load in public health center. 7. The Scale should operate on dry cell batteries and the batteries should sustain up to minimum of six months. The inbuilt batteries should be supplied with the scale. 6. The reading should get locked automatically at stable weight and there should be an indication of Stable weight. 8. The scale should have facility for kg/lb conversion and there should be indication for kg/lb. 9. It should have Battery low indication. 10. The scale should have AUTO-OFF feature for reducing the power consumption and to extend battery back-up period. 10. The scale should have ISI mark. 11. Should have model approval from Legal Metrology Dept., Govt. of India. 12. Manufacturer should be ISO certified 28 (b) Weighing Machine: Mechanical: High Precision mechanism with the unique weighing system 25 Should have large view scratch resistant lens Powder Coated with ABC plastic top cover Should have MS Steel Body Max Capacity should be 130kg or more Dimensions should be around 26x26x5 cm Manufacturer should be ISO certified 28(c) Weighing Machine Railway Station Type: (Manual) Capacity should have 500 kg with 50 or 100 gm sliding weight Should have extra channel structure to provide equal Load distribution Should have standard Mild Steel checkered Top cover and Back grill for support Should have Over Load stoppers and Transport Protection Rocker pin foot assembly to provide stability and durability Four Load Cell system - Single point beam Load Cell Optional Weighing Indicators Should have easy access junction box 29. LangendrofS Apparatus The Langendorff system is designed as a perfusion system for isolated, small mammalian hearts. Some special features of the system include the stainless steel sink, the small reeling pump and specially designed two-way Teflon taps Retrograde perfusion of isolated hearts from mouse, rat, guinea pig, hamster and rabbit a) Measurements in constant pressure or constant flow mode on the same device b) Equipped with two columns for using different buffers c) Capable of recording aortic pressures as high as 250mmHg d) Equipped for measuring left ventricular pressure (LVP) e) Ports in the system are available for measuring pressure, flow, temperature and mechanical activity, and for the infusion or injection of drugs f) Continuous filling of buffer columns with use of a pump g) Continuous oxygenation of buffers h) Water-jacketed system for precise temperature control System should Include table with base plate, shelf, sink Console Perfusion buffer column 26 Glass overflow tube Teflon tap set Heart suspension unit Heart chamber Spindle syringe Pressure sensor holders (2) Oxygenation bubbler set Oxygenation pressure equalizer set Latex pressure balloons for left ventricular pressure (LVP) catheter 2-channel peristaltic pumps (2) Circulating water bath Pressure transducers with cables (2) The product should be CE or FDA or BIS Certified 30(a). ECG Machine 12 Channel 1. Real-time recording and printing of 12-channel ECG waveform 2. Graphic display of 12-Channel ECG waveform 3. Light, compact with A4 size thermal recorder 4. Simultaneous acquisition of 12-lead ECG data 5. Built-in analysis software of age which assures accurate analysis result 6. Auto-measurement, auto-interpretation, waveform playback and storage of ECG data 7. RS232 and USB interface cope with data-share or remote data management requirement 8. Option wireless function makes more convenient communication with PC 9. User friendly operation system 10. Literal and graphic operation interface 11. Powerful filters to minimize interference 12. Heart rate measurement and pace-maker protection circuit 13. Multiprinting formats: manual & automatic, standard 12 channel, 3 channel plus 3 rhythm lead, 6 channel, 6 channel plus rhythm lead, 60s analysis of arrhythmia, R-R histogram, trend graph 14. AC, DC or built-in lithium battery power supply, alarm of battery weak and lead-off 15. Tremendous ECG data can be saved in built-in SD card 16. 20 boxes of disposable electrodes 17. Certifications and standards: FDA / CE / UL / BIS approved product 18. Manufacturer should be ISO certified for quality standards. 30 (b) ECG Machine Single Channel 1 Description of Function 1.1 ECG Machine is primary equipment to record ECG Signal in various configurations 2 2.1 2.2 Operational Requirements The ECG Machine should be able to acquire all 12 Leads ECG signals Should print all the 12 leads in a single channel mode 27 3 3.1 3.2 3.3 3.4 4 4.1 4.2 4.3 4.4 4.5 4.6 5 5.1 Technical Specifications Should acquire 12 lead ECG for both adult and pediatric patients . Should have Artifact, AC, and low and high pass frequency filters. Should have an integrated-high resolution, thermal array printer for print of ECGs Should have battery capacity of at least 30 ECGs or 30 minutes of continuous rhythm recording on single charge System Configuration Accessories, spares and consumables System as specifiedPatient cable -02 Chest Electrodes Adult-(set of six) -2 sets. Chest Electrodes Pediatric-(set of six) -2 sets Limb Electrodes (set of 4)- 02 sets for Adult and 02 sets for Pediatrics. Thermal print paper: 10 Rolls/Z Fold STANDARDS The product should be CE or FDA or BIS Certified 31. EEG Machine 1) Capability to display and record at least 32 channels EEG along with necessary electrodes cables with input impedance more than 10 M Ohms 2) Facility to measure and display electrode impedance during recording 3) Electrode junction box for connection and electrode cap for placing, holding the electrodes with facility to have two linked system reference electrodes 4) Sampling rate of at least 200Hz and amplitude resolution at least 12 bit with dynamic range of +/2mv 5) Adjustable display paper speed with minimum range of 1-60mm/sec, adjustable channel sensitivity with minimum range of 0.1-100Hz and facility for adjustable filters for display during review. 6) Notch filter of 50 Hz with minimum attenuation ratio of 1:20 7) LCD TFT monitor of minimum 15 for data and waveform display 8) Integrated hardware and software for sorting patient data, comments and annotation simultaneous display of two segments of same records for comparison, calculation of coherence between user selectable channels 9) Built – in digital calibration as well as bio calibration. 10) Suitable selector montages for 32 channels should be included. 11) Disk space to record least 12 hours of data continuously in all channels at optimum sampling rate. 12) Stimulation protocol for hyperventilation, eye closure manual and programmable photic stimulation protocols (minimum frequency range: 05-30Hz) 13) Should have printing device to print with 25-30 mm horizontal scaling with 200 data point per second 14) Upgradability to video EEG and polysomnography 15) UPS: 2 KVA 28 16) The product should be CE or FDA or BIS Certified. 32 Height Measuring Machine Should be stature Meter (200 cm / 78 in.). Should be Wall Mounted. 33. Skin Fold Caliper (Harpender’s Calliper) S.I.No SKIN FOLD CALIPER 1 Description of Function 1.1 Used to measure thicknesses of skin plus subcutaneous fat. 2 Technical Specifications 2.1 2.2 2.3 2.4 3 3.1 Measuring range: 0 mm to 48 mm. Pressure between Anvils (constant): 10 gms/sq. mm. Net weight: 0.4 kg (Approx.) Dial Graduation: 0.2 mm. Standards, Safety and Training Should be FDA, CE, UL or BIS approved product 34. Goniometer 1 Used to measure angular joint movement. 2 The 360o head should have three calibrated scales used with the ISOM (International standards of Measurement) system. 3 Clear plastic / acrylic to permit observation of the joint’s axis and range of motion. 4 Unit should be durable, unbreakable and of high quality. 5 BIS approved product or equivalent 35. Clinical Examination Couches Adjustable head end and feet end– hydraulic type. Metal 16 Gauge with good insulation. Must have 03 drawers and 03 boxes. The bed should have separate mattress of high quality sponge with rexin cover. Must have stand for BP apparatus. Size should be of min length 2 meter. Width 50 cm and height 80 cm. 36. Electromyogram EMG amplifier module/EL 503 shielded snap electrodes or 3 surface electrode/stimulating and recording electrode, electronic stimulator, a recording system of cathode ray oscilloscope (CRO)/ bio potential coupler. 29 37(a). Anthropometric Set: Digital: Tolendo electronic weight Weights for scale calibration Electronic stadiometer Calibration Rods Electronic infantometer Step wedge standards Measurment box for upper leg lenth and Cosmetic pencils (wax base) Calf circumference Scissors-blunt edge Insertion tape Paper Tape Steel measuring tape Baby Oil Skinfold caliper Gauze 4X4 Small sliding breadth caliper Digital scales (2) Computer Terminal 37(b) Anthropometric Set: Manual Calibration Weights: A set of fifteen 10-Kilogram weights. Digital weight scale: Potable scales: Sitting Box: Stadiometer: Calibration rod: Infantometer: Skinfold calipers: Step wedge Standard: Knee Caliper: Head Circumference Tape:, Stell measuring Tape : Height Adjustment ruler: 30 Annexure-I 31 TENDER APPLICATION/DECLARATION FORM 1 2 Name of the firm:Full Postal Address:- 3 4 5 6 7 8 9 Cell Phone No. Telephone No:Fax No. E-mail address: Date of Establishment of Firm:If your Firm Registered under The Indian Factories Act:Any other Act, if not, who are the owners (Please give full address):Name and Address of your Banker stating the name in which the Account stands with A/c Numbers with IFSC Code / a cancelled cheque Whether insured against fire, theft, burglary etc. If so, please state the amount and name of company with policy no:Are you in the list of approved contractors of any other organizations / institutions, if any give details (Append extra page if necessary):Give details of any Government contracts executed during the last twelve months (Append extra page if necessary):Any other information which you consider necessary to furnish: 10 11 12 13 14 ANNEXURE-II UNDERTAKING: a. I, the undersigned certify that I have gone through the terms and conditions mentioned in the tender document and undertake to comply with them. b. The rates quoted by me are valid and binding upon me for the entire period of contract and it is certified that the rates quoted are the lowest quoted for any other institution/hospital in India. c. The earnest money of Rs.__________ to be deposited by me has been enclosed herewith vide Demand Draft no._______, Dt._______, drawn on bank _____________, Branch_____________ d. I hereby undertake to supply the items as per directions given in the tender document / supply order within stipulated period. e. I/We give the rights to Medical superintendent to forfeit the earnest money deposited by me/us if any delay occur on my/agent’s part or failed to supply the article within the appointed time or the items of desired quality. f. There is no vigilance/CBI case or court case pending against the firm. Date:Place:- Signature of the tenderer:- Full Name:(Office seal of the tenderer) Designation :- 32 ANNEXURE-III UNDERTAKING: (To be submitted in non judicial stamp paper of Rs. 100/=) 1 I/We … (Name of authorized Signatory) the undersigned hereby declare and affirm that I/We have gone through the terms and conditions governing the tender and undertake to comply with all terms and conditions. 2 The rates quoted by me are valid and binding upon me for the period of validity of the tender. 3 That the earnest money of Rs._____________ deposited by me/us vide Banker Cheque/Demand Draft no.___________ Dt.___________ drawn on…………..(Name of the Bank) is attached herewith. 4 That I/We authorize Medical superintendent to forfeit the earnest money deposited by me/us in case of any delay or failure to supply the article within the stipulated time and the items of desired/quoted quality. 5 That I/We will be in the position to provide Annual Maintenance Contract/Comprehensive Maintenance Contract (AMC/CMC), spare parts, accessories attached and its consumables for 5 years from the date of satisfactory installation of the equipment till the AMC/CMC period is over. 6 That there is no vigilance/CBI case or court case pending against the firm, debarring my firm to supply of items quoted. 7 That I/We hereby undertake to supply the items as per directions given in supply order within stipulated period. 8 That I/We undertake to maintain the equipment to the satisfaction of user during the period of warranty and guarantee. 9 I/We have been informed that the Medical Superintendent has the right to accept or reject any or all the tenders without assigning any reason thereof. 10 We (Name of firm) undertake that we will provide 3 (Three) preventive service on quarterly basis during the warranty and AMC/CMC period as offered in our tender and any no. of break down calls shall also be attended within 24 hrs. I/We also agree that the payment of AMC/CMC shall be made to me/us on half yearly basis after satisfactory preventive service. Signature and address of the Tenderer 33 ANNEXURE-IV MANUFACTURER’S AUTHORISATION FORM To Medical Superintendent ESIC Model Hospital, Sector 9A, Gurgaon, Pin 122001 Dear Sir, Ref. Your TE document No ____________, dated _____________ We, ___________________________________ who are proven and reputable manufacturers of___________________________(name and description of the goods offered in the tender) having factories at_____________________________________________________, hereby authorize Messrs______________________________(name and address of the agent) to submit a tender, process the same further and enter into a contract with you against your requirement as contained in the above referred TE documents for the above goods manufactured by us. We further confirm that no supplier or firm or individual other than Messrs. _____________________ (name and address of the above agent) is authorized to submit a tender, process the same further and enter into a contract with you against your requirement as contained in the above referred TE documents for the above goods manufactured by us. We also hereby extend our full warranty, AMC/CMC as applicable as per TED read with modification, if any, in the Special Conditions of Contract for the goods and services offered for supply by the above firm against this TE document. Yours faithfully, [Signature with date, name and designation] SEAL for and on behalf of Messrs___________________________ [Name & address of the manufacturers] Note: 1. This letter of authorization should be on the letterhead of the manufacturing firm and should be signed by a person competent and having the power of attorney to legally bind the Manufacturer. 2. Original letter may be sent. 34 Annexure V (a) PRICE SCHEDULE A) PRICE SCHEDULE FOR DOMESTIC GOODS OR GOODS OF FOREIGN ORIGIN LOCATED WITHIN AREA 1 2 3 Sl Brief Count .no: Descript ry of ion of Origin Goods (with make & model) 4 Qty 5 Rs. Ex-factory /Exwarehouse /Ex showroom /Off-the shelf 6 Rs. Excise Duty(i f any) [% & value] 7 Rs. Sales Tax/VA T (if any) [% & value] 8 Rs. Transportati on loading/unlo ading and incidental costs till consignee’s site 9 Rs. Insura nce charge s for a period includi ng 3 month s beyon d the date of deliver y 10 Rs. Incidental services (including Installation & Commissio ning,superv ision,Demo nstration and Training ) at the Consignee’ s Site 11 Rs. Unit Price (at consig nee site) 5+6+7 +8+9+ 10 Total Tender Price in Rs.______________________________________________________________ In words: _________________________________________________________________________ Note:1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail. 2. The charges for Annual CMC after warranty shall be quoted separately. Name_________________________________ Business Address_______________________ Place:_________________________ Date: _________________________ Signature of Tenderer ___________________________ Seal of the Tenderer_____________________________ 12 Rs. Total Price (at Consig nee site) basis 4x11 35 Annexure :- V(b) PRICE SCHEDULE FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT AFTER WARRANTY PERIOD 1 2 3 Schedule BRIEF DESCRIPTION QUANTITY. No. OF GOODS (Nos.) 5 4 Annual Comprehensive Maintenance Contract Cost for Total CMC cost for five years Each Unit year wise*. 3x(4a+4b+4c+4d+4e) 1st a 2nd b 3rd c 4th d 5th 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 inc technical/ service /operational manual, labour and spares, after satisfactory completion of Warranty period may be quoted for next five years on yearly basis for complete equipment. 3. The cost of CMC may be quoted along with taxes applicable on the date of Tender Opening. 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 taxes and no claim for the same will be entertained later. 4. Cost of CMC will be added for Ranking/Evaluation purpose. 5. The uptime warranty will be 98 % on 24 (hrs) X 7 (days) X 365 (days) basis or as stated in Technical Specification of the TE document. 6. All software updates should be provided free of cost during CMC period. 7. The supplier shall keep sufficient stock of spares required 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: ___________________________ Date: ___________________________ Name Business Address Signature of tenderer Seal of tenderer 36 Annexure-VI CONSIGNEE RECEIPT CERTIFICATE (To be given by consignees authorized representative) The following store(s) has/have been received in good condition: 1) Contract No. & date :______________________________ 2) Supplier‘s Name :______________________________ Consignee‘s Name & Address with telephone No. & Fax No. : ______________________________ 4) Name of the item supplied :______________________________ 5) Quantity Supplied :______________________________ 6) Date of Receipt by the Consignee :______________________________ 7) Name and designation of Authorized Representative of Consignee :______________________________ 3) 8) 9) Signature of Authorized Representative of Consignee with date :______________________________ Seal of the Consignee :______________________________ 37 Annexure-VII Proforma of Final Acceptance Certificate by the Consignee No_______________ Date_______________ To M/s _______________________ _______________________ _______________________ Subject: Certificate of commissioning of equipment/plant. This is to certify that the equipment(s)/plant(s) as detailed below has/have been received in good conditions along with all the standard and special accessories and a set of spares (subject to remarks in Para no.02) in accordance with the contract/technical specifications. The same has been installed and commissioned. (a) Contract No______________________________________ dated_______________ (b) Description of the equipment(s)/plants: ____________________________________ (c) Equipment(s)/ plant(s) nos.:_____________________________________________ (d) Quantity: ____________________________________________________________ (e) Bill of Loading/Air Way Bill/Railway Receipt/ Goods Consignment Note no_______________ dated _________________ (f) Name of the vessel/Transporters:__________________________________________ (g) Name of the Consignee:_________________________________________________ (h) Date of commissioning and proving test:____________________________________ Details of accessories/spares not yet supplied and recoveries to be made on that account. Sl. No. Description of Item Quantity Amount to be recovered The proving test has been done to our entire satisfaction and operators have been trained to operate the equipment(s)/plant(s). The supplier has fulfilled its contractual obligations satisfactorily ## or The supplier has failed to fulfil its contractual obligations with regard to the following: 38 a) He has not adhered to the time schedule specified in the contract in dispatching the documents/ drawings pursuant to ‗Technical Specifications‘. b) He has not supervised the commissioning of the equipment(s)/plant(s)in time, i.e. within the period specified in the contract from date of intimation by the Purchaser/Consignee in respect of the installation of the equipment(s)/plant(s). The supplier as specified in the contract has not done training of personnel. c) The extent of delay for each of the activities to be performed by the supplier in terms of the contract is The amount of recovery on account of non-supply of accessories and spares is given under Para no.02. The amount of recovery on account of failure of the supplier to meet his contractual obligations is_____________ (here indicate the amount). (Signature) (Name) (Designation with stamp) ## Explanatory notes for filling up the certificate: i) He has adhered to the time schedule specified in the contract in dispatching the documents/drawings pursuant to ‗Technical Specification‘. ii) He has supervised the commissioning of the equipment(s)/plant(s) in time, i.e. within the time specified in the contract from date of intimation by the Purchaser/Consignee in respect of the installation of the equipment(s)/plant(s). iii) Training of personnel has been done by the supplier as specified in the contract. iv) In the event of documents/drawings having not been supplied or installation and commissioning of the equipment(s)/plant(s) having been delayed on account of the supplier, the extent of delay should always be mentioned in clear terms. 39 Annexure VIII THE FIRM IS REQUESTED TO FOLLOW THE CHECK LIST AT THE TIME OF SUBMISSION OF TENDER COMPULSORY DOCUMENTS: CHECKLIST Name of Tenderer: Name of Manufacturer: Sl.No 1 Have you enclosed Postal Address with Telephone No./Fax No./Mobile No./Email Address 2 Have you enclosed EMD of required Amount for the quoted schedules? Have you enclosed details of EMD mentioning the details a) DD, b) Name of the Bank, c) Branch, d) Amount Have you enclosed clause-by-clause technical compliance statement for the quoted goods visà-vis the Technical Specifications? In case of Technical deviations in the compliance statement, have you identified and marked the deviations? Have you enclosed duly filled Tender Form? Have you enclosed Power of Attorney/ Authorization in favour of the signatory? Have you submitted manufacturer’s Authorization? In case of Indian Tenderer, have you Furnished Income Tax Account No. /PAN as allotted by the Income Tax Department of Government of India? In case of Foreign Tenderer, have you furnished Income Tax Account No. of your Indian Agent as allotted by the Income Tax Department of Government of India? Have you furnished photocopy of your PAN Card& Tan Card? Have you intimated the name and full address of your Banker (s) along with your Account Number /IFSC Code/Cancelled Cheque. Have you furnished Annual Report (Balance Sheet and Profit & Loss Account) for last three years prior to the date of Tender opening? ( 2010-11, 2011-12.2012-13) Have you enclosed IT returns for the last three years? ( 2010-11, 2011-12.2012-13) Have you enclosed the names & addresses of other hospitals, etc., to whom medical equipments is supplied? Have you accepted delivery period as per TE document? 3 4 5 6 7 8 9 10 11 12 13 14 15 16 Yes/No/NA Page No. in TED Remarks 40 17 18 19 20 21 22 23 24 25 26 27 28 29 Have you accepted the terms of delivery as per‘ FOR basis at consignee site basis’? Have you accepted the warranty, AMC/CMC as per TE document? Have you accepted all terms and conditions of TE document? Have you fully accepted payment terms as per TED? Have you submitted list of Institutions where you have supplied the quoted items? Have you submitted copy of the orders(s) against the above end user certificate(s)? Have you enclosed Application fee in case you downloaded the forms from website? Have you enclosed the details of application fee mentioning the details of DD. Have you enclosed a valid Trade License Certificate? Have you submitted mandatory AMC/CMC (for 5 years) Certificate along with rates for each year? Have you enclosed an agreement for supply of spare parts for five years Have you submitted, the name & address of service centers in Delhi & NCR. Have submitted the original TED after signing on all pages 1. All pages of the Tender should be page numbered and indexed 2. The Tenderer may go through the checklist and ensure that all the documents/confirmations listed above are enclosed in the tender and no column is left blank. If any column is not applicable, it may be filled up as NA. 3. It is the responsibility of tenderer to go through the TE document to ensure furnishing all required documents in addition to the above, if any. (Signature with date) (Full name, designation & address of the person duly authorized to sign on behalf of the Tenderer) For and on behalf of (Name, address and stamp of the tendering firm) 41 List of Annexures Annexure I Annexure II Annexure III Annexure IV Annexure V (a) & V (b) Annexure VI Annexure VII Annexure VIII Custom Duty Exemption Certificate The Tender Application Form Declaration Form (Should be submitted on a non-judicial stamp paper of Rs.100/-) Manufacturers Authorization Form Price Schedule Consignee Receipt Certificate Final Acceptance Certificate By The Consignee Proforma The Compulsory Documents and check list
© Copyright 2025 Paperzz