TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from...

34
Page 1 of 34 Sign of Bidder Tender Enquiry No. F.No.24/Eqpt/23/2013-RIS (Admin) TENDER NOTICE Equipments/ Instruments for Obstetrics & Gynaecology AIIMS, Rishikesh, Virbhadra Marg, Rishikesh, Dehradun Date: 31 July, 2013 On behalf of the Director, All India Institute of Medical Sciences, Rishikesh tenders in sealed cover are invited under two-bid system from manufacture and their authorised dealers/ distributors for providing Equipments for Gynaecology Department AIIMS Rishikesh. The interested manufactures and their authorised dealers/ distributors are required to submit the technical and financial bid separately. The bids in Sealed Cover-I containing “Technical Bid” and Sealed Cover-II containing “Financial Bid” should be placed in a third sealed cover super scribed “Tender For Equipments/Instrument for Obstetrics & Gynaecology” and should reach at the office of “The Administrative Officer, AIIMS, Virbhadra, Marg Rishikesh (Dehradun) - 249201, by or before on 03.00 PM on 21-08-2013. The bid received after due date and time will not be entertained whatsoever may be the reason. The technical bids shall be opened on the same day at 03.00 PM at AIIMS, Rishikesh. In the event of any of the above mentioned date being declared as a holiday / closed day, the tenders will be opened on the next working day at the appointed time. The date of technical evaluation of items and opening of financial bid of technically qualified agencies will be announced later. The tender document containing technical bid form, financial bid form, technical description/specification & item and terms & conditions can be purchased from AIIMS, Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of Rs.1135.00 (Rupees one thousand one hundred thirty five only) or can be downloaded from website www.aiimsrishikesh.edu.in . Those who download the tender document from website should enclose Demand Draft/Pay Order for Rs.1135.00 (Rupees one thousand one hundred thirty five only) (non-refundable) in favour of “AIIMS, Rishikesh”, payable at Rishikesh, not later the date of 20-08- 2013 along with their technical bid in the Cover-I “Technical Bid”. The amount of bid security (EMD) for Equipments/Instrument for Obstetrics & Gynaecology as given in table-1 of tender documents should be paid in the form of FD/BG/TD/CD in favour of “AIIMS, Rishikesh” payable at Rishikesh and will be placed in cover-1 with technical bid. The Tender Documents are not transferable. Any future clarification and/or corrigendum(s) shall be communicated through Administrative Officer on the AIIMS, Rishikesh website: www.aiimsrishikesh.edu.in . Rakesh Kumar Administrative Officer AIIMS, Rishikesh Cost- Rs.1000 VAT- Rs.135 Total Cost-1135

Transcript of TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from...

Page 1: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 1 of 34

Sign of Bidder

Tender Enquiry No. F.No.24/Eqpt/23/2013-RIS (Admin)

TENDER NOTICE Equipments/ Instruments for Obstetrics & Gynaecology AIIMS, Rishikesh, Virbhadra Marg, Rishikesh, Dehradun

Date: 31 July, 2013

On behalf of the Director, All India Institute of Medical Sciences, Rishikesh

tenders in sealed cover are invited under two-bid system from manufacture and their authorised dealers/ distributors for providing Equipments for Gynaecology Department AIIMS Rishikesh.

The interested manufactures and their authorised dealers/ distributors are required to submit the technical and financial bid separately. The bids in Sealed Cover-I containing “Technical Bid” and Sealed Cover-II containing “Financial Bid” should be placed in a third sealed cover super scribed “Tender For Equipments/Instrument for Obstetrics & Gynaecology” and should reach at the office of “The Administrative Officer, AIIMS, Virbhadra, Marg Rishikesh (Dehradun) - 249201, by or before on 03.00 PM on 21-08-2013. The bid received after due date and time will not be entertained whatsoever may be the reason. The technical bids shall be opened on the same day at 03.00 PM at AIIMS, Rishikesh. In the event of any of the above mentioned date being declared as a holiday / closed day, the tenders will be opened on the next working day at the appointed time. The date of technical evaluation of items and opening of financial bid of technically qualified agencies will be announced later. The tender document containing technical bid form, financial bid form, technical description/specification & item and terms & conditions can be purchased from AIIMS, Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of Rs.1135.00 (Rupees one thousand one hundred thirty five only) or can be downloaded from website www.aiimsrishikesh.edu.in. Those who download the tender document from website should enclose Demand Draft/Pay Order for Rs.1135.00 (Rupees one thousand one hundred thirty five only) (non-refundable) in favour of “AIIMS, Rishikesh”, payable at Rishikesh, not later the date of 20-08-2013 along with their technical bid in the Cover-I “Technical Bid”. The amount of bid security (EMD) for Equipments/Instrument for Obstetrics & Gynaecology as given in table-1 of tender documents should be paid in the form of FD/BG/TD/CD in favour of “AIIMS, Rishikesh” payable at Rishikesh and will be placed in cover-1 with technical bid. The Tender Documents are not transferable.

Any future clarification and/or corrigendum(s) shall be communicated through Administrative Officer on the AIIMS, Rishikesh website: www.aiimsrishikesh.edu.in.

Rakesh Kumar Administrative Officer

AIIMS, Rishikesh

Cost- Rs.1000

VAT- Rs.135

Total Cost-1135

Page 2: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 2 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

TENDER DOCUMENT “Equipments/Instrument for Obstetrics & Gynaecology”

AIIMS, Rishikesh

TECHNICAL BID (In separate sealed Cover-I super scribed as “Technical Bid”)

1. Name & Address of the manufacture and their authorised dealers/ distributors/Agency with phone number, email, name and telephone/mobile

2. Specify your firm/company is a manufactures/ authorised dealer/ distributor/ Agency

3. Name, Address & designation of the authorized person (Sole proprietor/partner /Director)

4. Have you previously supplied these items to any government/ reputed private organization? If yes, attach the relevant poof. Please provide a notarised affidavit on Indian Non Judicial stamp paper of Rs. 10/- that you have not quoted the price higher than previously supplied to any government Institute/Organisation/reputed Private Organisation or DGS&D rate in recent past. If you don’t fulfil this criteria, your tender will be out rightly rejected.

5. Please attach copy of last of Income Tax Return

6. Please attach balance sheet (duly certified by Chartered Accountant) for last three (3) years (Annual minimum turnover should not be less than 25 lakhs)

7. PAN No. (Please attach copy)

8. VAT/Service Tax Registration Number. (Please attach copy)

9. Acceptance of terms & conditions attached (Yes/No). Please sign each page of terms and conditions as token of acceptance and submit as part of tender document with technical bid. Otherwise your tender will be rejected.

10. Power of Attorney/authorization for signing the bid documents

11. Please submit a notarised affidavit on Indian Non judicial stamp paper of Rs. 10/- that no case is pending with the police against the Proprietor/firm/partner or the Company (Agency). Indicate any convictions in the past against the Company/firm/partner. Please also declare that proprietor/firm has never been black listed by any organization.

12. Please submit a notarised affidavit on Indian Non Judicial Stamp Paper of Rs.10/- that they will provide complete warranty for all equipments for 2 (two) years & CMC for 5 (five) years of these equipments.

13. Please furnished a notarised affidavit on Indian Non judicial stamp paper of Rs.10/- that they will supply spare parts for next 10 years at reasonable price.

14. Details of the FD/BG/TD/CD of bid security (EMD) FD/BG/TD/CD No: Date: Payable at-

Detail of cost of Tender for Rs. 1135/- (if downloaded from website)

DD No. Date: Payable at-

Page 3: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 3 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Declaration by the Tenderer:

This is to certify that I/We before signing this tender have read and fully understood all the terms and conditions contained herein and undertake myself/ourselves to abide by them.

Encls: 1. DD/Pay Order (if tender form is downloaded from the website of this Institute) 2. FD/BG/TD/CD 3. Terms & Conditions (each page must be signed and sealed) 4. Financial Bid

(Signature of Tenderer with seal)

Name:

Address :

Place:……………………………… Date:………………………………… Tender Sl.No: Sign of issuing Authority

Page 4: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 4 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

“Equipments/Instruments for Obstetrics & Gynaecology” AIIMS, Rishikesh

FINANCIAL BID

(In sealed Cover-II super scribed “Financial Bid”)

To,

Administrative Officer AIIMS Rishikesh, Virbhadra Marg Rishikesh (Dehradun) Dear Sir,

Our quoted rate for supplying the Equipment for AIIMS, Rishikesh will be as follows:

S.no. Name of Equipments/Instrumen

t

Unit Price ( In Rs.)

With 2 years warranty (if applicable)

Unit Price ( In Rs.)

CMC for 5 years ( In Rs.) (if applicable)

(In figure) ( In words) (In figure) ( In words)

1.

Portable Ultrasound Machine with color Doppler

2.

Fetal Monitor with CTG and NST

3.

(Ventouse machine with complete attachments) Vacuum extractor machine for fetal delivery with silicon and rigid vacuum cups

Page 5: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 5 of 34

Sign of Bidder

4.

Cryo cautery machine with nitrogen cylinder with regulator

5.

Colposcope

6.

LEEP Electrosurgical equipment for Gynaecological surgery

7.

Hysteroscopy set

Camera with monitor and light source, 30 degree rigid Hysteroscope with both diagnostic and operative sheath and hand instruments, pressure pump and cart

8.

Gynaecology surgery: ABDOMINAL/ VAGINAL HYSTERECTOMY Instruments

9.

LSCS sets

Page 6: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 6 of 34

Sign of Bidder

10.

Delivery set

11.

MTP/Dilatation & Curettage sets

12.

Laparoscopic Hand Instruments

13.

Miscellaneous Set

The unit cost should be mentioned as per table 1.The above quote should include all applicable taxes and F.O.R. AIIMS, Rishikesh. L1 will be decided on the basis of unit cost of individual equipment. Declaration by the Bidder:

1. This is to certify that I/We before signing this tender have read and fully understood all the terms and conditions contained in Tender document regarding terms & condition of the contract, rules regarding purchase of equipment for Obstetrics & Gynaecology department. I/we agree to abide them.

2. No other charges would be payable by Client and there would be no increase in rates during the Contract period.

Place:…………………………………

Date:…………………………………

(Signature of Bidder with seal)

Name:

Seal:

Address

Tender Sl.No:

Sign of issuing Authority

Page 7: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 7 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Terms & Conditions

(A) Information and Conditions relating to Submission of Bids 1. The tender document containing eligibility criteria, scope of work, terms & conditions and draft agreement can be purchased from AIIMS, Rishikesh on any working day from 01-08-2013 to 21-08-2013 between 10.00 AM to 02.00 PM on payment of non refundable charges of Rs 1135/- (Rupees one thousand one hundred thirty five only) or can be downloaded from website www.aiimsrishikesh.edu.in. Those who download the tender document from Website should enclose a Demand Draft/Pay Order for Rs 1135/-(Rupees one thousand one hundred thirty five only) in favour of “AIIMS, Rishikesh”, payable at Rishikesh, not later the date of 20-08-2013, along with their bid in the Cover-I containing “Technical Bid”. 2. The interested firms/suppliers are required to submit the Technical and Financial Bids separately in the format enclosed. The bids in sealed Cover-I containing “Technical Bid” and sealed Cover-II containing “Financial Bid” should be placed in a third sealed cover super scribed “Tender For Equipments/Instrument for Obstetrics & Gynaecology” should reach AIIMS, Rishikesh by or before 03.00 PM on 21-08-2013. The Technical bids shall be opened on same day at 03.00 PM at AIIMS, Rishikesh in presence of the bidders or their authorized representatives who choose to remain present. The Tender received after due date & time will be rejected and no claim shall be entertained whatsoever may be the reason. 3. The pre bid conference would be held on 13-08-2013 at 03.00 PM in the office of Dy Director (Administration), AIIMS, Rishikesh. All firms representative who are attending the pre bid meeting, shall produce an authorisation letter from their firm on the firm’s letter head. They are required to put their query in writing before the committee. 4. All the duly filled/completed pages of the tender should be given serial /page number on each page and signed by the owner of the firm or his Authorized signatory. In case the tenders are signed by the Authorized signatory, a copy of the power of attorney/authorization may be enclosed along with tender. A copy of the terms & conditions shall be signed on each page and submitted with the technical bid as token of acceptance of terms & conditions. Tender with unsigned pages/incomplete/partial/part of tender if submitted will be rejected out rightly. 5. All entries in the tender form should be legible and filled clearly. If the space for furnishing information is insufficient, a separate sheet duly signed by the authorized signatory may be attached. No overwriting or cutting is permitted in the Technical Bid as well as Financial Bid unless authenticated by full signature of bidder. Any omission in filling the columns of Financial Bid form (Schedule of Rates) shall debar a tender from being considered. Rates should be filed up carefully by the tenderer. All Corrections in this schedule must be duly attested by full signature of the tenderers. The corrections made by using fluid and overwriting will not be accepted and tender would be rejected.

Page 8: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 8 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

6.The bidder shall pay the respective amount of Bid Security (EMD) as mentioned in table-I along with the Technical Bid in the form of FD/BG/TD/CD in favour of “AIIMS, Rishikesh” drawn on any Nationalized Bank/ Scheduled Bank and payable at Rishikesh and must be valid for (6) six month. Bids received without EMD shall stand rejected and thus shall not be considered for evaluation etc at any stage. The original EMD will be put in cover-I containing Technical bid.

a) The Public Sector Undertaking of the Central/State Govt. are exempted

from furnishing Earnest Money along with tender.

b) The firms Registered with DGS & D/SSI and any approved source of

Centre/States Govt. are not exempted from furnishing Earnest Money in

so far as this institute is concerned.

c) Earnest Money deposited with AIIMS, Rishikesh in connection with any

other tender enquiry even if for same/similar material / Stores by the

tenderer will not be considered against this tender.

7. The bid security (EMD) without interest shall be returned to the unsuccessful bidders after finalization of contract. 8. The successful bidders has to constitute a contract on Indian non judicial stamp paper of Rs.100/- (Rupees one hundred only) and also required to furnish the security deposit @ 10% of contract value in the form of FD/BG/TD/CD of any nationalised bank in favour of AIIMS, Rishikesh & payable at Rishikesh only. The EMD deposited by successful bidder may be adjusted towards Security Deposit as demanded above. If the successful bidder fails to furnish the full security deposit or difference amount between Security Deposit and EMD within 15 (fifteen) days after the issue of Letter of Award of Work, his bid security (EMD) shall be forfeited unless time extension has been granted by AIIMS, Rishikesh.

9. The EMD shall be forfeited if successful bidder fails to supply the goods/equipment in stipulated time or fails to comply with any of the terms & conditions of the contract or fail to sign the contract. 10. The bid shall be valid and open for acceptance of the competent authority for a period of 180 (one hundred eighty) days from the date of opening of the tenders and no request for any variation in quoted rates and / withdrawal of tender on any ground by bidders shall be entertained. 11. To assist in the analysis, evaluation and computation of the bids, the Competent Authority, may ask bidders individually for clarification of their bids. The request for clarification and the response shall be in writing but no change in the price or substance of the bid offered shall be permitted. 12. After evaluation, the work shall be awarded normally to the Agency fulfilling all the conditions and who has quoted the lowest rate as per financial bid after complying with the all the Acts / provisions stated / referred to for adherence in the tender.

Page 9: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 9 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

13. The competent authority of AIIMS, Rishikesh reserved all rights to accept or reject any/ all tender(s) without assigning any reason. It can also impose/relax any term and condition of the tender enquiry after due discussion in pre bid conference. This will be communicated to all tenderers in writing. AIIMS, Rishikesh also reserves the right to reject any bid which in his opinion is non-responsive or violating any of the conditions/specifications without any liability to any loss whatsoever it may cause to the bidder in the process. 14. Tender must be submitted on the prescribed Tender Form otherwise tender will be cancelled straightway. 15. The tender form is not transferable. 16. Canvassing in any form is strictly prohibited and the tenderer who are found canvassing are liable to have their tenders rejected out rightly. (B) OTHER TERMS & CONDITIONS OF THE TENDER

1. Rates quoted should be inclusive of all applicable taxes, packing, forwarding, postage and transportation charges at FOR AIIMS Rishikesh.

2. All the rates should be mention in Indian national currency (INR) only. The rates quoted in foreign currency will not be entertained in this tender enquiry & such tenders will be cancelled straightway. 3. Rates should be mentioned both in figures and in words. The offer should be typed or written in Ink Pen/ Ball Pen without any correction. Offers in pencil will be cancelled. Telegraphic/ Telex/ Fax offers will not be considered and cancelled straightway. 4. The supplier shall submit a notarised affidavit on Indian Non Judicial Stamp Paper of Rs.10/- that you have not quoted the price higher than previously supplied to any government Institute/Organisation/reputed Private Organisation or DGS&D rate in recent past. Therefore, if at any stage it has been found that the supplier has quoted lower rates than those quoted in this tender, the Institute (the purchaser) would be given the benefit of lower rates by the Supplier. If such affidavit is not submitted, tender will be out rightly rejected., 5. If the price of the contracted articles is/ are controlled by the Government, in no circumstances the payment will be higher than the controlled rate. 6. Tender will be regarded as constituting an offer open to acceptance in whole or in part at the discretion of the competent authority of the institute for a period of 180 days (6 months) valid from the date of opening of the tender by the committee. 7. The time for the date of delivery/ dispatch stipulated in supply order shall be deemed to be essence of the contract and if the supplier fails to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch in the supply order, liquidated damages may be deducted from the bill @ 0.5% per week subject to maximum of 10% of the value of the delayed goods or services under the contract. The competent authority of the institute may also cancel the supply. In such a case, bid security of the supplier shall stand forfeited.

Page 10: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 10 of 34

Sign of Bidder

8. Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

8. In case the quality of goods supplied are not in conformity with the standard given in tender and as per the samples supplied or the supplies are found defective at any stage these goods shall immediately will be taken back by the supplier and will be replaced with the tender quality goods, without any delay. The competent authority reserves all rights to reject the goods if the same are not found in accordance with the required description / specifications and liquidates damages shall be charged. 9. In case the tenderer on whom the supply order has been placed, fails to made supplies within the delivery schedule and the purchaser has to resort risk purchase, the purchaser (AIIMS, Rishikesh) may recover from the tender the difference between the cost calculated on the basis of risk purchase price and that calculated on the basis of rates quoted by tenderer. In case of repeated failure in supplying the order goods the supply order may be cancelled and bid security deposit will be forfeited. 10. The Specification and quantity of the item needed is mentioned in Table I but it is approximate detail and is subject to increase/decrease at the discretion of the competent authority of AIIMS, Rishikesh. The payment would be made for actual supply taken and no claim in this regard should be entertained. 11. Where the specifications are as per tenderer’s range of product & tenderer’s offer should mention that the item meets all specifications as per the tender enquiry and if there are improvements/deviations the same should be brought out on separate Letter Head of the firm. It would be discretion of the competent authority of the institute to accept or reject such deviations which are not in accordance with our required specifications as per given in Annexure-I. 12. It must be mentioned clearly whether tenderer is a manufacturer/sole distributor/sole agent for the items for which he is quoting.

a. Manufacturer must add a certificate that item(s) is manufactured by them as per range of products.

b. Sole Manufacturers must add a certificate that they are the sole manufacturer of the Item for which they are quoting in this tender enquiry & item is /are their proprietary Item in India. The rate certificate is also required from the sole manufactures that the Rates quoted are the same as they quote to other State/Centre Govt./reputed Private Organisation and DGS&D rate for the similar item(s) and these are not higher than those quoted by them.

c. Authorized agents must add authority letter from their Manufacturer/Principals on the letter head of the manufacturer/principals in proforma given in attach duly supported by a notarised affidavit on Indian Non Judicial Stamp Paper of Rs.10/- (Rupees ten only) that they are quoting Rates on behalf of them. The authorization letter must give/mention the purpose for which it is allowed. The validity period of the authorization letter must be mentioned in the authority letter otherwise tender will be liable to rejection.

Page 11: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 11 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

13. The Tenderers should furnished a copy of S.T. /C.S.T./VAT registration number, the State / U.T. of registration and the date of such registration. Tenders not complying with this condition will be rejected. 14. The tenderers should submit along with the tender, a photostat copy of the last Income Tax return and copy of current valid income tax clearance certificate (IT CC) otherwise tender may be ignored. 15. In case asked, tenderer must personally supply a sample/give the demonstration of the equipments/Instruments to the competent authority of the institute and in that case all the expenses will be borne by the supplier. 16. Full description & specifications, make/brand and name of the manufacturing firm must be clearly mentioned in the tender failing which the tender will not be considered. The tenderer must also mention whether the goods are imported / indigenous. Descriptive literature /catalogues must be attached with the tender in original failing which tender may be ignored.

17. Any failure or omission to carryout of the provisions of this supply by the supplier shall not give rise to any claim by supplier and purchaser one against the other, if such failure or omission arise from an act of God which shall include all acts of natural calamities from civil strikes compliance with any status and or requisitions of the Government lockout and Strikes, riots, embargoes or from any political or other reasons beyond the suppliers control including war (whether declared or not) civil war or state of incarceration provided that notice of the occurrence of any event by either party to the other shall be within two weeks from the date of occurrence of such an event which could be attributed to force majeure.

18. The Courts at Rishikesh/ Dehradun alone and no other Court will have the jurisdiction to try the matter, dispute or reference between the parties arising out of this tender/supply Order/contract.

19. Tenderer will have to provide complete warranty for all equipments for 2 (two) years & CMC for 5 (five) years of these equipments. Financial bid should be quoted accordingly. In this regard, the tenderer shall submit a notarised affidavit on Indian Non Judicial Stamp Paper of Rs.10/- that they will provide complete warranty for all equipments for 2 (two) years & CMC for 5 (five) years of these equipments. 20. If at any time, any question, dispute or difference whatever shall arise between supplier and the institute (Purchaser) upon or in relation to or in connection with the agreement, either of the parties may give to the other notice in writing of the existence of such a question, dispute or difference and the same shall be referred to two arbitrators one to be nominated by the institute (Purchaser) and the other to be nominated by the supplier. Such a notice of the existence of any question dispute or difference in connection with the agreement shall be served by either party within 60 days of the beginning of such dispute failing which all Right sand claims under this Agreement shall be deemed to have been forfeited and absolutely barred. Before proceeding with the reference the arbitrators shall appoint/nominate an umpire. In the event of the arbitrators not agreeing in their award the Umpire Appointed by them shall enter upon the reference and his award shall be binding on the Parties. The venue of the arbitration shall be at Rishikesh, (Uttarakhand, India). The arbitrators/Umpire shall give reasoned award.

Page 12: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 12 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

21. Tenderer should ensure and give an affidavit on Indian Non Judicial stamp paper of Rs.10/- with technical bid that spare parts and consumables for these equipments/instruments will be available and rates will be reasonable for next 10 (ten) years. I / We hereby accept the terms and Conditions given in the tender

---------------------------------------------- (Signature & Stamp of the bidder)

Note- Please sign each page of document including terms & conditions & tender

Page 13: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 13 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Table 1

Details of items & their tentative quantity and EMD S. No. Equipment Quantity EMD

1. Portable Ultrasound Machine with color Doppler 2 84000/-

2. Fetal Monitor with CTG and NST 2 13000/-

3. (Ventouse machine with complete attachments) Vacuum extractor machine for fetal delivery with silicon and rigid vacuum cups

1 4250/-

4. Cryo cautery machine with nitrogen cylinder with regulator

1 1460/-

5. Colposcope 1 17000/-

6. LEEP Electrosurgical equipment for Gynaecological surgery

1 5000/-

7. Hysteroscopy set

Camera with monitor and light source, 30 degree rigid Hysteroscope with both diagnostic and operative sheath and hand instruments, pressure pump and cart

1 105000/-

8. Gynaecology surgery: ABDOMINAL/ VAGINAL HYSTERECTOMY Instruments

4 sets 9000/-

9. LSCS sets 4 sets 7400/-

10. Delivery set 10 sets 4000/-

11. MTP/Dilatation & Curettage sets 10 sets 5000/-

12. Laparoscopic Hand instruments:

Myoma screw

Injection and puncture cannula

Cystectomy forceps

Oviduct Forceps

Laparoscopic Morcellator

1 set each

111000/-

Page 14: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 14 of 34

Sign of Bidder

13. Miscellaneous set:-

Punch Biopsy Forceps

Polypectomy Forceps

E.B. Currete

Copper T hook

Keyes biopsy forceps for vulval biopsy

Stitch Removal/Dressing Instruments

Outlet forceps

EA + ECC Sets

Cuscos medium size

SIMS Speculum double blade Medium size no.2

SIMS Anterior Vaginal Wall Retractor x’ series

Ayre’s Spatula and Cytobrush

Endocervical speculum for colposcopy

Obstetric Doppler for FHR detection

Uterine manipulator

2

2

2

2

2

5 set

2 pairs

5 sets

50

60

60

100

2

4

1

11200/-

Page 15: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 15 of 34

Sign of Bidder

ANNEXURE-I Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

SPECIFICATION

Portable Ultrasound Machine with colour Doppler system

This should be a real time black and white ultrasound system, with following specifications: The unit should be

- Light weight, compact and portable with latest generation digital system with fully digital beam former

- Suitable for abdomen, obstetrics, and cardiology, and urology; rectum and the surrounding viscera, uterus, ovary and prostate, peripheral vascular, thyroid and intracavitary; in adult and paediatric patient

- Able to support atleast 3 transducers with universal ports allowing any transducer to be connected to any port

Display modes: B, B+B, 4B, B+M, and M in real time Multiple preloaded as well as user configurable application presets should be available Imaging modes of real time 2D, colour Doppler, Pulsed wave Doppler and power doppler Key board – Full alphanumeric soft keys keyboard having control panel with pre and post processing function, easy access scan controls and foot control and trackball Minimum 6 step TGC control Monitor – Flat LCD/TFT, High resolution monitor of size –minimum 9 inches or more. Should be flicker free type, with tilt and swivwl facility Storage: Onboard storage of atleast 1000 images and also cine. Storage in JPEG and AVI format should be possible. Facility for Review playback. File management: It should support local disk and removable disk storage . Should enable fast image uploading to computer in the real-time mode. Sorting of database with patient name and date should be possible Patient name, age, sex, time, date, hospital, doctor name, comment (full-screen character editing) It should have 256 gray scale or more 10,000 channels or more for image formation and aquisition Dynamic range 80 db or more

Very high frame rate of atleast 400 frames per second User programmable pictograph annotations Facility to magnify specified regions of interest Image Magnification×2.0, ×3.0, ×4.0 in real time

Image memory - minimum frames to be mentioned Automatic optimization Cine review and cineloop memory of minimum 10 seconds on all modes

Should have provision for invert, reverse, scroll, positive and negative etc.. Acoustic output of medical diagnostic ultrasonic equipment CLASS I safety, should conform to international safety standards Software packages

Page 16: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 16 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Measurements: - Standard Measurement and calculation functions which should include: B-mode

generic measurement and calculation: Distance, circumference, area by ellipse, volume, ratio, %, stenosis, and angle, continuous trace or trace by point

- Controls for 2D mode: total gain, depth, TCG, dynamic range, acoustic power output, number of position of focus

- Controls for colour Doppler: PRF, colour gain, position and size of ROI, steering of ROI, colour maps and colour invert

- Measurements for colour Doppler: Stenosis quantification in percentage, diameter, PSV, EDV, mean, PI, RI, floor volume, acceleration time and index. Automatic and manual measurements and display of pulsed Doppler caculations should be possible

- M-mode generic measurement and calculation: Depth, time, slope, and heart rate. - Trackball/mouse with calipers for measurement - Standard examination specific calculation and reporting package for Gynaecology,

Obstetrics, Nephrology and Urology USB port connectivity to printer or computer Facility for storage on CDR should be available Operation system: support WINDOWS 2000, WINDOWS XP, and WINDOWS VISTA. Software function: image gathering, storage and playback; patient data management; Transducer: Probe Specifications Supported probe type: convex, linear, micro-convex, endocavitary (transvaginal, endorectal). This device can detect the probe automatically. - 3.5MHz convex array transducer - 7.5MHz High frequency linear array transducer, Endorectal transducer - 3.5MHz Microconvex array transducer - 6.5MHz Endocavity transducer Probe Transducers should have adequate Length of probe cable All transducers should be light weight digital phased array broadband type transducers with atleast 1024 elements Electrical specification: Unit should function at 230 volts AC at 50 Hz, 5 A power outlet. Power requirement should be specified. Inbuilt battery back-up should be atleast one hour or more. Electromagnetic compatibility: Ability to withstand electromagnetic interference The unit should be

- compatible with and should have facilities for interfacing with hospital LAN - sturdy and should be able to withstand accidental hits and falls

Essential Accessories: printer, UPS,

Mobile cart with 2 transducer holder, jelly bottle holder and space for printer. Cart should have 4 four wheels and 4 brakes for convenient transport. Paper and cartridges for 1000 image printouts should be provided

Warranty: The unit, transducers and all accessories should be covered with atleast 2 year warranty period commencing from the date of issue of installation certificate with 5 year CMC after expiry of warranty including UPS.

Page 17: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 17 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Spare parts: Company should give undertaking regarding the availability of spare parts of the quoted model for next 10 years.

- List of users for the quoted item with contact no. should be provided - Photocopy of purchase order along with terms and conditions of contract received from any

Govt/Public sector institution in last 2 years for supply of offered equipment must be enclosed with the price bid

- Price of main unit and accessories should be quoted separately - Installation and commissioning will be the responsibility of the supplier - After sale service should be provided - Should be FDA or CE, UL or BIS approved product - User/Technical/Maintenance manuals to be supplied in English - Certificate of Calibration and inspection - Log book with instructions for daily, weekly, monthly and quarterly maintenance checklist.

The job description of thehospital technician and company service engineers should be clearly spelt out.

Training: Comprehensive training for technical staff and support services till familiarity with the system The bidder should enclose the original product data sheet, brochure and compliance sheet, without which the bid will be rejected. Computer generated datasheet and brochure will not be accepted. The serial number of specifications must be indicated against the relavant portion of the compliance sheet and data sheet.

Fetal monitor with CTG and NST

- Hi-tech color TFT Screen with tilt adjustment up to 90 degree - Easy to operate - Toggle Screen facility - Automatic fetal movement detection - Interface of basic Parameters of FHR, TOCO, FM with waveform & digital display simultaneously - Real time, accurate & reliable result - Battery Backup of atleast 4 hours - Patient storage data of atleast l2 hours with playback & printing facility - High resolution thermal printer - High sensitive transducer for with Pulse Doppler transducer -Fetal acoustic stimulator facility in FHR Probe - High sensitive watertight probe - Low Ultrasound power, safe to fetus - Need for very low Maintenance - Automatic Evaluation with changing graph color facility - Separate Probes for FHR, TOCO & Patient Event Marker - Built in PC Network that can be connected to the central monitoring system Warranty: The unit should be covered with atleast 2 year warranty period commencing from the date of issue of installation certificate with 5 year CMC after expiry of warranty including UPS.

Page 18: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 18 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Ventouse machine with complete attachments

Vacuum extractor machine for fetal delivery: Electrical Requirement – 220-230 volts, 50 Hz 50 mm vacuum gauge Non collapsible suction tubing Two 1.5 litres glass jars with overflow safety Bacterial filter fitted on the back Noise level should not be more than 50 +/-3 dB Silicon vacuum cups: Medical grade silicon, soft allowing for easy insertion, durable, biocompatible, with excellent vacuum seal, should be able to withstand cleaning procedures and should be re-usable, should be available in standard sizes of 50, 60 and 70 mm. The handle and valve assemblies should be of chrome plated brass that can be replaced. The shaft should have ridges to facilitate a firm grip. Warranty should be of atleast 2 years with 5 years CMC after the expiry of warranty period

Cryo cautery machine with Nitrogen cylinder with regulator

Operating Pressure Range: 40-60 bar Coolant: N2O or CO2 in two cylinders (A type) Gas consumption for freezing: ca.35g -50 g/min Max. exhaust gas volume: 40-60 l/min The unit should have Manometer to monitor operating pressure A different indicator lamp to indicate freezing and defrosting phase Should have a connection pipe for gas exhaust It should be mounted in a cart with cylinder case for easy mobilization Activation should be via footswitch Min. freezing temperature should reach within 5 seconds It should be supplied with multiple different sized probe-tips to cater for cervical cryocautery of lesion of all sizes All cryoprobes and accessories should be autoclavable Should be CE or USFDA approved Minimal maintenance, Flawless performance, Available with knob to regulate pressure Warranty should be of atleast 2 years with 5 years CMC after the expiry of warranty period

Digital Video Colposcope With latest Super HAD CCD I/6” Microlens CCD Imaging System Resolution > 850 CCD Lines Focus distance—20 cm to 40 cm Digital Matrix Processor Technology Effective 16.2 Mega Pixels Multiple modes of Electronic Green Filter Morphological Filtering

Page 19: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 19 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Automatic Screening, Diagnosis & Reporting Zooming: 1-52x Comer to Comer Uniform Brightness Fast advanced fully Automatic Focussing Real time Display of Magnification & Timer for acetic acid and iodine test for continuous 3 minutes. Ultra Bright White LED Cold Light Recommended Lamp Life of atleast 25000 Hours Minimum Illumination of atleast 0.2 Lux Multi-function Image processing software with Imported Footswitch & Imported Capture Card for Laptop/Desktop. Image capture should be through panel of Colposcope Direct in Computer. lntegrated Management of View Examination, Facility for Image capture & Freeze, Recording, Observation, Processing, Saving and Printout. Sufficient Inbuilt Reference Pictures Can be integrated to LAN and HIS Side by Side Powerful Comparison of Colposcopic images Statistic Analysis function Multi Fomiat Report Facility Colposcopy REID Evaluation Green filter electronic with able to see green light on cervix/ or on ROI Software should have lesion measurement facility. Should able to Show three visit of patient on search of patient ID. With display of all 3 visit simultaneously White balance--- auto Desktop computer , P-4 with window Xp professional color laser printer Warranty: The unit and all accessories should be covered with atleast 2 year warranty period commencing from the date of issue of installation certificate with 5 year CMC after expiry of warranty Spare parts: Company should give undertaking regarding the availability of spare parts of the quoted model for next 10 years.

- List of users for the quoted item with contact no. should be provided - Photocopy of purchase order along with terms and conditions of contract received from any

Govt/Public sector institution in last 2 years for supply of offered equipment must be enclosed with the price bid

- Installation and commissioning will be the responsibility of the supplier - After sale service should be provided - Should be FDA or CE, UL or BIS approved product - User/Technical/Maintenance manuals to be supplied in English - Log book with instructions for daily, weekly, monthly and quarterly maintenance checklist.

The job description of the hospital technician and company service engineers should be clearly spelt out.

The bidder should enclose the original product data sheet, brochure and compliance sheet, without which the bid will be rejected. Computer generated datasheet and brochure will not be accepted. The serial number of specifications must be indicated against the relevant portion of the compliance sheet and data sheet.

Page 20: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 20 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

LEEP Electrosurgical equipment with smoke evacuator and integrated cart

- Should have electrosurgical generator with isolated power output and LED display located

in front for precise power selection, deliver and easy to use - Should have provision of choice to CUT, BLEND and COAGULATE. Wave form to

accommodate subtle differences in technique and electrode performance - Should have RF output frequency 450 kHz power cut 0-100 watt - Should have flash faceplate membrane - Should have microprocessor control for increased precession, accuracy, safety,

reproducibility - Should have pneumatic foot pedal for maximum safety - Should have audible safety features including distinct tones for each operating setting - Should have automatic self test mechanism ensuring accurate system operation - Should have high airflow efficiently capturing smoke plume with a variable speed control - Should have triple stage filtration to capture airborne particulate matter, vapour and odour

with a 99.99% efficiency level - Should be virtually maintenance free - Should have replacement filters available

Following standard accessories should be provided:-

- hand piece adaptor, patent return(single use), smoke evacuator package, smoke evacuator prefilter, smoke evacuator reducers, smoke evacuator disposable tubing

- ball electrode, electrode of various sizes with 12 cm shaft length, - Graves coated speculums-small, medium and large size, coated lateral vaginal wall

retractor, - resusable metal cartridge syringe, - integrated cart

- Should be USFDA approved - Warranty should be of atleast 2 years with 5 years CMC after the expiry of warranty period - Installation and commissioning will be the responsibility of the supplier - After sale service should be provided - Spare parts: Company should give undertaking regarding the availability of spare parts of

the quoted model for next 10 years.

Page 21: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 21 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Hysteroscopy set

Specification For Standard Diagonostic And Operative Hysteroscopy Set With Tcre With Controlled Irrigation And Suction

S.NO SHORT

DESCRIPTION DETAILED DESCRIPTION QTY.

1 STANDARD HYSTEROSCOPE TELESCOPE

Forward-Oblique Hysteroscope Telescope 30°, enlarged view, diameter 4 mm, length 30 cm, autoclavable, fiber optic light transmission incorporated, scratch resistance sapphire coated tip lens, Advanced rod lens system for optimum brightness, contrast and definition, compatible with all major endoscopy camera system

1

2 EXAMINATION SHEATH

Examination Sheath, diameter 5.1 -5.2mm, with 1 LUER-Lock adaptor compatible with 4mm Hysteroscope telescope

1

3 CF OPERATING SHEATH

Continuous- Flow Operating Sheath, size 6.5-7.0mm, with stopcock and LUER-Lock adaptor, for use with 4mm Hysteroscope telescope and side operating channel for 5Fr instruments, having inner and outer sheath.

1

4 SCISSOR Scissors, blunt tips, 5 Fr., length 34 cm, single action jaws

2

5 SCISSOR Scissors, pointed jaws, 5 Fr., length 34 cm, single action jaws, semi-rigid

2

6 BIOPSY & GRASPING FORCEP

Biopsy- and Grasping Forceps, 5 Fr. , length 34 cm, double action jaws

2

7 NEEDLE ELECTRODE

Needle Electrode, 5 Fr., length 27 cm, unipolar 6

8 BIPOLAR VAPO ELECTRODE

Bipolar vaporisation electrode, 5 Fr. length 36 cm 2

9 UNIPOLAR CORD

High Frequency Cord with 4 mm plug HF-unit, older models, 300 cm

2

10 BIPOLAR CORD

Bipolar High Frequency 2

Page 22: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 22 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Resectoscope For TCRE Set

11 CUTTING AND COAGULATING ELECTRODE

Cutting loop 24 Fr and Roller electrode 24Fr 12 Nos. each 12

12

WORKING ELEMENT SET

Working Element Set consisting of:

1 Working element,

1 Cutting Loop, angled

1 Coagulating-Electrode ball end, 3 mm

1 Coagulating Electrode ball end, 5 mm

1 Coagulating Needle Electrode, angled

1 Collings knife electrode

2 High Frequency Cords

1 Protection Tube for electrodes

Motion by means of a spring. The thumb support is movable. Return of the loop is controlled by the thumb.

1

13

RESECTOSCOPE SHEATH

Resectoscope Sheath 26 Fr., including connection tubes for in- and outflow, 2 LUER-lock adaptors, diameter 8 mm, oblique beak, fixed inner tube, with ceramic insulation, for use with working element .

2

14 OBTURATOR Obturator, for use with the sheaths for diagnostic and operative procedures and resectoscope

1

Suction / Irrigation Equipment For Hysteroscopy & Gen Laparoscopy

15 Irrigation and suction device for hysteroscopy and laparoscopy

Controlled irrigation and suction unit for operating hysteroscope and TCRE procedure to maintain intrauterine cavity pressure as desirable by surgeon.

Pressure of irrigation to be maintained between:

for hysteroscopy:

1

Page 23: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 23 of 34

Sign of Bidder

Pressure regulator: 0-200mmHg.

Flow regulator: between 0-500ml/min.

Suction controlled pressure between 0-(-) 0.5 bar (-50kpa)

for laparoscopy:

Pressure regulator: 0-400mmhg.

Flow regulator-0-1000ml/min.

Suction pressure to be maintained between:0-(-) 0.8 bar(-80kpa)

Consisting of:

Main unit with digital display, pump head, indicator and preset and actual value for pressure, flow ,suction with sensor attachment for reusable dome.

Automatic dome detection facility.

Accessories: The unit should be supplied along with following accessories:

Hysteroscope and laparoscopy reusable tubing set, 2 Nos each

- Reusable Pressure dome 2 Nos. - Suction bottle 5.0L 2 Nos. with caps - Reusable, non-collapsible, silicon Suction tubing set

reusable 2 Nos.

16 Disinfection Tray

Sterlization/Disinfection Tray:

Disinfection/Sterlization tray with sieve tray to lift suitable for hysteroscopic instruments

3

17 Storage Autoclavable Tray

Storage hard plastic with sieves for all hysteroscope instruments should be autoclavable

2

18 Cleaning Accessories

Including Oil(50 bags), brushes etc

The core Diagonostic & Operating Hysteroscope like Telescopes, Sheaths, instruments, Controlled suction irrigation unit, hand instruments(bipolar forcep, unipolar forcep, semi rigid non HF forceps, HF needle etc.) should be from single manufacturer for system compartibility.

Page 24: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 24 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Environmental factors

1. Shall meet IEC-60601-1-2 :2001(Or Equivalent BIS) General Requirements of Safety for Electromagnetic Compatibility or should comply with 89/366/EEC; EMC-directive.

2. The unit shall be capable of operating continuously in ambient temperature of 20-30 deg C and relative humidity of 15-90%

3. The unit shall be capable of being stored continuously in ambient temperature of 0-50deg C and relative humidity of 15-90%

Standards, Safety and Training

1. Should be FDA, CE, UL or BIS approved product

2. Manufacturer should have ISO certification for quality standards.

3. Comprehensive training for lab staff and support services till familiarity with the system.

4. Shall be certified to be meeting safety standard IEC 60601-2-18 part 2 Particular requirements for the safety of endoscopic equipment.

Documentation

1. User/Technical/Maintenance manuals to be supplied in English.

2. List of important spare parts and accessories with their part number and costing.

3. Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page/para number of original catalogue/data sheet. Any point ,if not substantiated with authenticated

catalogue/manual, will not be considered.

4. Certificate of calibration and inspection.

5. List of Equipments available for providing calibration and routine Preventive Maintenance Support. as per manufacturer documentation in service/technical manual

6. Log book with instructions for daily, weekly, monthly and quarterly maintenance checklist. The job description of the hospital technician and company service engineer should be clearly spelt out.

7. The manufacturer should have their own service centre and local engineer and should be verified by competent authority regarding these facilities.

certificate

Warranty: The unit and all accessories should be covered with atleast 2 year warranty period commencing from the date of issue of installation certificate with 5 year CMC after expiry of warranty including UPS.

Page 25: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 25 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Spare parts: Company should give undertaking regarding the availability of spare parts of the for next 10 years.

- List of users for the quoted item with contact no. should be provided - Photocopy of purchase order along with terms and conditions of contract received from any

Govt/Public sector institution in last 2 years for supply of offered equipment must be enclosed with the price bid

- Installation and commissioning will be the responsibility of the supplier - After sale service should be provided

Training: Comprehensive training for technical staff and support services till familiarity with the system

The bidder should enclose the original product data sheet, brochure and compliance sheet, without which the bid will be rejected. Computer generated datasheet and brochure will not be accepted. The serial number of specifications must be indicated against the relavant portion of the compliance sheet and data sheet.

Specifications of 3-Chip Endovision Imaging System For Hysteroscopy

Three Chip Camera System with Camera head:

1. Camera control unit with 3 chip camera head

2. Pure Digital signal with resolution ≥ 700 lines

3. Integrated Flexible Scope filter

4. Button controls on camera head for functionality to programme operating elements via intuitive control of all function in sterile area, to control white balance, brightness etc

5. Brightness Control

6. Aperture Control

7. Automatic digital Image Enhancer

8. Should have integrated digital/optical zoom lens 25-50mm, to increase and decrease the size of image, regardless of the telescope used, which should remain in focusing zone, without readjusting the focus; with automatic saving of adjusted parameters

9. Should have Integrated Gain, shutter, Enhancement, white balance with brightness control.

10. Should have peripheral control on CCU for

01

Page 26: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 26 of 34

Sign of Bidder

11. Video output : DVI, S-video and RGB (optional) should have DV video/Image Capture Module interface for direct storage of still & video sequences and to print the still images.

12. The camera head should have integrated zoom and focus lens/rings to make it fully soakable and waterproof.

13. Should be IEC 601-1, CE according to MDD.

14. Camera should have signal to noise ratio range of 60-70 dB

Xenon Light Source:

Xenon light source of 300 Watts

Should be able to produce color temperature of 6000 K

Should be operable at normal power supply

Should have continuous manual adjustment of light output.

Should have built-in anti-fog pump

The unit should be compatible for recording of stills and videos

Should have standby mode and automatic recovery of last setting of intensity of light.

Should be able to display bulb hours elapsed .in digital form and should give visual indication for replacement of xenon lamp in case of lamp life of 500 Hrs is over.

Should be certified IEC 601-1 and CE according to MDD.

01

Xenon spare lamp of 300 Watts suitable for Xenon light source 02

High Resolution Video medical grade Monitor:

21’’High resolution Medical grade Monitor, resolution minimum 700 horizontal lines with S-VHS, DVI, RGB, input,

option for wall mounting and desktop in same unit.

01

Fiber Optic Light Cable:

Fiber Optic light cable of actual bundle size: > 3.5 mm, length : 250cm.

02

Video Trolley:

- Suitable video trolley made of stainless steel/ epoxy coated metal for mounting equipments

- Required number of shelves (minimum four) in addition to one drawer unit with lock and key

- Portable on 4 antistatic wheel casters, front with lockable brakes - High grade of electrical insulation and earth protection. - Power box inbuilt with trolley to connect all electronic devices with concealed

01

Page 27: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 27 of 34

Sign of Bidder

wiring for providing connections of proper rating to all units (5Ampere socket, atleast 10 in nos.)

- CO2 bottle stand should be integrated with trolley. - Potential equalization connection to be provided at least 8 points. - IV stand should be integrated with trolley

UPS:

Suitable UPS with One hour backup time with SMF Batteries & Stand. Should be able to work on wide input range between 160-270 VAC at Frequency between 50Hz ± 2Hz, Should use PWM technology with power conversion with single transformer arrangements with an output of 220VAC ± 5%, protection of overload, short circuit and low battery. Should have indication on front panel for mains load/battery load/ battery overload-low and MCB protection in case of short circuit.

ISI/CE approved good quality Indian make.

01

Environmental factors

1. Shall meet IEC-60601-1-2 :2001(Or Equivalent BIS) General Requirements of Safety for Electromagnetic Compatibility or should comply with 89/366/EEC; EMC-directive.

2. The unit shall be capable of operating continuously in ambient temperature of 20-30 deg C and relative humidity of 15-90%

3. The unit shall be capable of being stored continuously in ambient temperature of 0-50deg C and relative humidity of 15-90%

Power Supply

1. Power input to be 220-240VAC, 50Hz fitted with Indian plug

2. UPS of suitable rating with voltage regulation and spike protection for 60 minutes back up.

Standards, Safety and Training

1. Should be USFDA, CE, UL, BIS approved product

2. Manufacturer should have ISO certification for quality standards.

Class 1 electric protection

3. Comprehensive training for lab staff and support services till familiarity with the system.

4. Shall be certified to be meeting safety standard IEC 60601-2-18 part 2 Particular requirements for the safety of endoscopic equipment.

Documentation

1. User/Technical/Maintenance manuals to be supplied in English.

2. List of important spare parts and accessories with their part number and costing.

3. Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page/para number of original catalogue/data sheet. Any point, if not

Certificate

Page 28: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 28 of 34

Sign of Bidder

substantiated with authenticated catalogue/manual, will not be considered.

4. Certificate of calibration and inspection.

5. List of Equipments available for providing calibration and routine Preventive Maintenance Support. as per manufacturer documentation in service/technical manual

6. Log book with instructions for daily, weekly, monthly and quarterly maintenance checklist. The job description of the hospital technician and company service engineer should be clearly spelt out.

7. The manufacturer should have their own service centre and local engineer and should be verified by competent authority regarding these facilities.

Warranty: The unit and all accessories should be covered with atleast 2 year warranty period commencing from the date of issue of installation certificate with 5 year CMC after expiry of warranty including UPS.

Spare parts: Company should give undertaking regarding the availability of spare parts of the for next 10 years.

- List of users for the quoted item with contact no. should be provided - Photocopy of purchase order along with terms and conditions of contract received from any

Govt/Public sector institution in last 2 years for supply of offered equipment must be enclosed with the price bid

- Installation and commissioning will be the responsibility of the supplier - After sale service should be provided

Training: Comprehensive training for technical staff and support services till familiarity with the system

The bidder should enclose the original product data sheet, brochure and compliance sheet, without which the bid will be rejected. Computer generated datasheet and brochure will not be accepted. The serial number of specifications must be indicated against the relavant portion of the compliance sheet and data sheet.

Page 29: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 29 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

ABDOMINAL / VAGINAL HYSTERECTOMY PER SET: (Four such sets required) No. Item Qty 01 * BP Handle No.04 02 02 * Dissecting Forceps plain 8” 02 03 * Dissecting Forceps toothed 8” 02 04 * Dissecting Forceps plain 6” 02 05 * Dissecting Forceps toothed 6” 02 06 * Adson Forceps plain 5” 02 07 * Adson Forceps toothed 5” 02 08 * Kocher Artery Forceps Stght 7” 02 09 * Kocher Artery Forceps Cur 7” 08 10 * Artery Forceps Cur 8” long 02 11 * Artery Forceps Cur 6” Medium (FINE) 04 12 * Mosquito Artery Forcep Cur 5” 04 13 * Artery Forceps str 6” 04 14 * Doyen’s Retractor 3” 01 15 * Deaver’s Retractor 1” 03 16 * Langenback Retractor 8x35mm 01 17 * Morris Retractor with ring handle 2.5” 01 18(i) * Babcock Tissue Forceps 6” 02 18(ii) * Babcock Tissue Forceps 7” 02 19(i) * Allis Tissue Forceps 6” 08 19(ii) * Allis Tissue Forceps 8” 08 20 * Czerny’s Retractor 6” 02 21 * Kidney Tray 8” S.S. 02 22 * Bowl S.S. 6” 03 23 * Metzenbaum Scissor Stght 8” 01 24(i) Metzenbaum Scissor Cur 6” 02 24(ii) Metzenbaum Scissor Cur 8” 01 25(i) * Needle Holder 6” 02 25(ii) * Needle Holder 8” 01 26 * Myomectomy Screws/Clamps (ring & T type handle) 01 27(i) * Right Angle Artery Forcep MIXTER 6” 01 27(ii) * Right Angle Artery Forcep MIXTER 8” 01 28 * Sponge Holding Forcep 10” 02 29 * Balfour Retractor 10” shaft for abdominal hysterectomy Doyen’s 8” shaft 01 30(i) * Suction Tip Yankeur All S.S. 01 30(ii) * Suction Tip Pool Stght 8mm All S.S. 01 31(i) * Cross Action Towel Clips Engl.Mod. Angled 3.5” 03 31(ii) * Cross Action Towel Clips Backhaus 3” 02 32 Heaney ATrauma Straight UNS-370-23 Hysterectomy Clamps 02 33 Heaney ATrauma Curved UNS-371-22 Hysterectomy Clamps 02 34 Uterine manipulator. double action 11” 02 35 Hulka 02 36 Mayo’s Scissors 02 37 Kelly Clamps 05 38 Right Angled Clamps 02 39 Suction tips 02 40 Micro needle holder 02 41 Microscissors 02

Page 30: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 30 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Instruments should be of High quality stainless steel, reusable, light weight, corrosive resistant, and rust-free

LSCS Instruments PER SET:

No. Item Qty 01 * BP Handle No.04 02 02 * DEbakey Forceps plain 8” atraumatic tissue forceps 04 05 * DEbakey Forceps toothed 6” atraumatic tissue forceps 04 06 * Adson Forceps plain 5” 02 07 * Adson Forceps toothed 5” 02 08 * Metzenbaum Scissor Stght 8” 02 09 * Metzenbaum Scissor Cur 8”

02

10(i) * Kocher Artery Forceps Stght 7” 01 10(ii) Haeny Mod Cur 8” UXS-1216 Hysterectomy Clamp 8” 01 11(i) * Babcock Tissue Forceps 6” 02 11(ii) * Babcock Tissue Forceps 7” 02 12(i) * Allis Tissue Forceps 6” 04 12(ii) * Allis Tissue Forceps 8” 04 13 * Artery Forceps Cur 8” long 02 14 * Artery Forceps Cur 6” Medium 02 15 * Mosquito Artery Forcep Cur 5” 04 16 * Czerny’s Retractor 6” 02 17 * Doyen’s Retractor 3” 02 18 * Deaver’s Retractor 1.5” 02 19 * Langenback Retractor 11x35mm 01 20 Heavy Straight Scissor S.S. Sharp/Sharp 8” UNS-072-20 01 21 * Needle Holder 8” 03 22 * Kidney Tray 8” S.S. 02 23 * Bowl S.S. 03 24 * Morris Retractor with ring handle 2.5” 01 25 Green Armytage X’s series 04 26 * Artery Forceps str 6” 02 27) * Right Angle Artery Forcep MIXTER 8” 01 28 * Sponge Holding Forcep 10” 02 29 * Suction Tip Pool Stght 8mm All S.S. 01 30(i) * Cross Action Towel Clips Engl.Mod. Angled 3.5” 04 30(ii) * Cross Action Towel Clips Backhaus 3” 01 31 Wrigley Outlet Forceps 01 Instruments should be of High quality stainless steel, corrosive resistant & reusable, and rust free

Page 31: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 31 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Delivery Instruments PER SET: S. No. Items Quan

tity 1 Kochers Forceps 2 2 Episiotomy scissors 1 3 Sponge Holder 2 4 Needle Holder 1 5 Clamps-2 2 6 Big Bowl 1 7 Toothed Forceps 1 8 Non toothed Forceps 1 9 Kellys forceps for postpartum Cu-T insertion 1 10 Suture Cutting Scissors 1 11 Kidney tray 8 inches 1 12 Bowl medium sized 1

MTP / D&C Instruments PER SET: No. Item Qty 01 Tray S.S. Medium 12” x 10” with cover. Hospito heavy duty 01 02 * Sponge Holding Forcep 10” 01 03 Ovum Forceps Heywood Smith Straight 10” 01 04 SIMS Speculum Standard X’s series No.1, 2, 3 (set of 3pcs) 01 05 Anterior Vaginal Wall Retractor x’ series 01 06 Hegar Blunt/Conical Uterine Dilators set no. 3-4 t017-18 mm 01 07 Bowl S.S. 01 08 * Dissecting Forceps plain 6” 01 09 * Dissecting Forceps toothed 6” 01 10 Vulsellum3:4 teeth 9” 01 11 Uterine Curette (Blunt and Sharp) –small and medium sized 01 12 EB (endometrial biopsy) 01 13 Suction Tube Silicon 3mtr 01 14 Uterine sound with cm graduation 01 High quality stainless steel & corrosive resistant, long durability & reusable, rust resistive

Laparoscopic Hand instruments

- Myoma screw :- 5 mm diameter, 33-36 cm length - Injection and puncture cannula :- 5 mm diameter, 33-36 cm length - L-hook :- 5 mm diameter, 33-36 cm length (with pin for cautery)

- Cystectomy forceps :- 5 mm diameter, 33-36 cm length purely atraumatic without serration

to hold fallopian tube, handle without ratchet.

- Oviduct Forceps

Page 32: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 32 of 34

Sign of Bidder

- Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

Miscellaneous set

S.no Name Specification 1. Punch Biopsy Forceps High quality stainless steel,

Forceps type 2. Polypectomy Forceps High quality stainless steel,

Forceps style 3. E.B. Currete High quality stainless steel &

reusable, rustfree 4. Copper T Hook High quality stainless steel &

reusable, rustfree 5. Keyes biopsy forceps for vulval biopsy High quality stainless steel &

reusable, rustfree 6. Stitch Removal/ Dressing Instruments

(i) Kidney Tray Small size: 6” - 1 (ii) Forceps toothed dressing / dissecting 6” - 1 (iii) Medium sized Artery Forcep 6” Curved - 1 (iv) Suture Cutting Scissor - 1

Instruments should be of high quality stainless steel, corrosion free, reusable and rustfree

7. Outlet forceps High quality stainless steel & reusable, resutfree

8. EA + ECC Sets

(i) Kidney Tray Small size: 8” medium sized - 1

(ii) Sponge Holding Forcep 10” -1

(iii) Dissecting Forceps plain 8” -1

(iv) Dissecting Forceps toothed 8” - 1

(v) SIMS Speculum double blade Medium size. No.2 -1

(vi) SIMS Anterior Vaginal Wall Retractor x’ series -1

(vii) Cuscos Speculum (fine quality) X’series Medium - 1

High quality stainless steel & reusable , rustfree

Page 33: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 33 of 34

Sign of Bidder

(viii) Uterine Sound - 1

(ix) Vulsellum Teale Uterine 3:4 teeth 9” -1

(x) EB (endometrial biopsy) Curette Novak -1

9. Cuscos medium size fine quality, Medium High quality stainless steel, Corrosion Resistant, Long durability, Reusable, Affordable, Sizes-small, medium & large.

10. SIMS Speculum double blade medium size n. 2

high quality stainless steel & wear and tear resistant, Corrosion resistant, long durability & Reusable.

11. SIMS Anterior Vaginal wall Retractor x’ series

High quality stainless steel & wear and tear resistant, Corrosion resistant, long durability & Reusable.

12. Ayre’s Spatula and Cytobrush Good quality

13. Endocervical speculum for colposcopy Good quality

14. Obstetric Doppler for FHR detection Good quality, sturdy, requirement for lesser maintenance, Light weight, Large LCD display, Can monitor fetus >12 weeks, Accurate FHR detection with clear sound, Built-in loud speaker, water proof probe

15. Uterine manipulator Suitable for Total laparoscopic hysterectomy for mobilization of uterus and identification of vaginal fornices and sealing of vagina during hystetrectomy, It should have a ceramic cup with rest of the body being rust free

Page 34: TENDER NOTICE Equipments/ Instruments ... - AIIMS, Rishikesh equipment for... · Rishikesh from 01-08-2013 to 21-08-2013 between 10.00 AM and 02.00 PM on non-refundable payment of

Page 34 of 34

Sign of Bidder

Tender Enquiry No. F.No 24/Eqpt/23/2013-RIS (Admin)

MANUFACTURER’s / PRINCIPAL’s AUTHORIZATION FORM

(Clause 12 (C) of the tender) To The Administrative Officer, All India Institute of Medical Sciences Rishikesh Dear Sir, TENDER: ______________________________________________________. we, ______________________________________, who are established and reputable manufacturers of ________________, having factories at __________________ and____________________, hereby authorize Messrs. _______________________ (name and address of agents) to bid, negotiate and conclude the contract with you against Tender No.__________________ for the above goods manufactured by us. No company or firm or individual other than Messrs. _________________________ are authorized to bid, negotiate and conclude the contract in regard to this business against this specific tender. We hereby extend our full guarantee and warranty as per the conditions of tender for the goods offered for supply against this tender by the above firm. The authorization is valid up to _________________________________

Yours faithfully, (Name)

For and on behalf of Messrs. ______________ (Name of manufacturers)/Principal.