16
EMPLOYEES’ STATE INSURANCE CORPORATION MODEL HOSPITAL (ISO 9001:2008 Certified) LAXMI NAGAR, AJMER ROAD, JAIPUR302006 Telephone 0141-2228040 Fax- 0141-2223381 Email: [email protected] Website: www.esicmhjpr.com No. 152/ESICMH/STORE/31/PUR/Instr-100Bed/2013 Dated: 07.11.2013 Reference: 152/D/25/Equipments/Tender/05/2013-Genl dated 27.08.2013 NOTICE FOR RE-TENDER Sealed tenders in two bid systems are re-invited by Medical Superintendent ESIC Model Hospital, LAXMI NAGAR, AJMER ROAD, JAIPUR 302006 for the purchase of following items: EQUIPMENTS & REQUIRED EMD Item No. Name of the Equipment Quantity Required EMD Remarks 1 Advance Labour Table with I/V stand and drainage pan and mattress 1 2500 GROUP A Clause of AMC/CMC Applies Undertaking on Rs 100/- Stamp Paper to be given as per attached Performa 3 Foetal Doppler 1 1700 4 Phototherapy Unit 1 1500 13 Suction machine (electrical cum foot operated) 1/4 HP 8 4800 14 Suction machine (electrical cum foot operated) 1/2 HP 2 1500 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemiluminiscence Immuno- Analyzer 1 100000 2 Mobile lamp for labour room 1 500 GROUP B Undertaking on Rs 100/- Stamp Paper to be given as per attached Performa 7 Resuscitation kit (Adult ) 1. laryngoscope 2. Silicon Ambu Bag 3. Disposable ET tubes 5 2000 8 Resuscitation kit ( Pediatrics) 1. laryngoscope 2. Silicon Ambu Bag 3. Disposable ET tubes 2 300 9+10 B. P. monitor (digital) without stand- Adult + Pediatrics 25+5 4500 11 B. P. monitor (digital) with stand 10 3500 12 Nebulizer 10 2000 16+17 Stethoscope Adult + Pediatrics 50 + 5 1300 18 Digital thermometer 30 300 20 Electric plaster cutter 1 600 This is a retender process and interested firms are requested to download the tender form with terms & conditions that will be exactly same as our previous tender dated 27.08.2013, from our website www.esicmhjpr.com/esic.nic.in .Completed tender forms should be accompanied with a fee of Rs 500/- in the form of a demand draft/Banker Cheque (Non Refundable) in favour of ESIC FUND ACCOUNT No. 1, Jaipur, Payable at Jaipur. The Bidder will have to indicate the list of Items being quoted in the format as in Annexure IV and he/she must enclose the EMD accordingly along with tender. Tender form is to be submitted complete in all respects along with prescribed EMD in favour of ESIC FUND ACCOUNT No.1 Jaipur in form of DD or Banker Cheque only. Tenders complete in all respects must be deposited in tender box kept in Asstt. Director (Admn.) room up to 1 pm on or before 29-11-2013 (due date of opening). Tender received late will not be entertained. Tenders will be opened on the due date 29-11-2013 at 2 pm in DMS room, in the presence of bidders or their authorised representatives who may like to be present. If due date of opening is declared holiday, tender will be opened on next working day at same time and place. Medical Superintendent reserves the right to reject any tender or all without assigning any reason(s) thereof. Medical Superintendent

LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

EMPLOYEES’ STATE INSURANCE CORPORATION

MODEL HOSPITAL (ISO 9001:2008 Certified)

LAXMI NAGAR, AJMER ROAD, JAIPUR–302006

Telephone 0141-2228040 Fax- 0141-2223381 Email: [email protected] Website: www.esicmhjpr.com

No. 152/ESICMH/STORE/31/PUR/Instr-100Bed/2013 Dated: 07.11.2013 Reference: 152/D/25/Equipments/Tender/05/2013-Genl dated 27.08.2013

NOTICE FOR RE-TENDER Sealed tenders in two bid systems are re-invited by Medical Superintendent ESIC Model Hospital, LAXMI NAGAR, AJMER

ROAD, JAIPUR 302006 for the purchase of following items: EQUIPMENTS & REQUIRED EMD

Item

No.

Name of the Equipment Quantity

Required

EMD Remarks

1 Advance Labour Table with I/V stand and drainage pan

and mattress

1 2500

GROUP A

Clause of

AMC/CMC

Applies

Undertaking on

Rs 100/- Stamp

Paper to be given

as per attached

Performa

3 Foetal Doppler 1 1700

4 Phototherapy Unit 1 1500

13 Suction machine (electrical cum foot operated) 1/4 HP 8 4800

14 Suction machine (electrical cum foot operated) 1/2 HP 2 1500

19 Pulse oximeter with NIBP 5 37500

23 Non Contact Tonometer 1 20000

24 Chemiluminiscence Immuno- Analyzer 1 100000

2 Mobile lamp for labour room 1 500

GROUP B

Undertaking on Rs

100/- Stamp Paper

to be given as per

attached Performa

7 Resuscitation kit (Adult )

1. laryngoscope

2. Silicon Ambu Bag

3. Disposable ET tubes

5 2000

8 Resuscitation kit ( Pediatrics)

1. laryngoscope

2. Silicon Ambu Bag

3. Disposable ET tubes

2 300

9+10 B. P. monitor (digital)

without stand-

Adult + Pediatrics

25+5 4500

11 B. P. monitor (digital) with stand 10 3500

12 Nebulizer 10 2000

16+17 Stethoscope Adult + Pediatrics 50 + 5 1300

18 Digital thermometer 30 300

20 Electric plaster cutter 1 600

This is a retender process and interested firms are requested to download the tender form with terms & conditions that will be

exactly same as our previous tender dated 27.08.2013, from our website www.esicmhjpr.com/esic.nic.in .Completed tender

forms should be accompanied with a fee of Rs 500/- in the form of a demand draft/Banker Cheque (Non Refundable) in favour

of ESIC FUND ACCOUNT No. 1, Jaipur, Payable at Jaipur. The Bidder will have to indicate the list of Items being quoted in

the format as in Annexure IV and he/she must enclose the EMD accordingly along with tender. Tender form is to be submitted

complete in all respects along with prescribed EMD in favour of ESIC FUND ACCOUNT No.1 Jaipur in form of DD or Banker

Cheque only. Tenders complete in all respects must be deposited in tender box kept in Asstt. Director (Admn.) room up to 1 pm

on or before 29-11-2013 (due date of opening). Tender received late will not be entertained.

Tenders will be opened on the due date 29-11-2013 at 2 pm in DMS room, in the presence of bidders or their authorised

representatives who may like to be present. If due date of opening is declared holiday, tender will be opened on next working

day at same time and place. Medical Superintendent reserves the right to reject any tender or all without assigning any reason(s)

thereof.

Medical Superintendent

Page 2: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

EMPLOYEES’ STATE INSURANCE CORPORATION

MODEL HOSPITAL (ISO 9001:2008 Certified)

LAXMI NAGAR, AJMER ROAD, JAIPUR–302006

Telephone 0141-2228040 Fax- 0141-2223381 Email: [email protected] Website: www.esicmhjpr.com Date: 07-11-2013

PRICE Rs. 500/- Date of opening of Re-tender: 29.11.2013

Tender form for Medical Equipments/Instruments

Sealed Tenders under 2-Bid system are invited by Medical Superintendent ESIC Model Hospital, Jaipur

302006 for the purchase of the following items:- EQUIPMENTS & REQUIRED EMD

Item

No.

Name of the Equipment Quantity

Required

EMD Remarks

1 Advance Labour Table with I/V stand and drainage pan

and mattress

1 2500

GROUP A

Clause of

AMC/CMC

Applies

Undertaking on

Rs 100/- Stamp

Paper to be given

as per attached

Performa

3 Foetal Doppler 1 1700

4 Phototherapy Unit 1 1500

13 Suction machine (electrical cum foot operated) 1/4 HP 8 4800

14 Suction machine (electrical cum foot operated) 1/2 HP 2 1500

19 Pulse oximeter with NIBP 5 37500

23 Non Contact Tonometer 1 20000

24 Chemiluminiscence Immuno- Analyzer 1 100000

2 Mobile lamp for labour room 1 500

GROUP B

Undertaking on Rs

100/- Stamp Paper

to be given as per

attached Performa

7 Resuscitation kit (Adult )

4. laryngoscope

5. Silicon Ambu Bag

6. Disposable ET tubes

5 2000

8 Resuscitation kit ( Pediatrics)

4. laryngoscope

5. Silicon Ambu Bag

6. Disposable ET tubes

2 300

9+10 B. P. monitor (digital) without stand-

Adult + Pediatrics

25+5 4500

11 B. P. monitor (digital) with stand 10 3500

12 Nebulizer 10 2000

16+17 Stethoscope Adult + Pediatrics 50 + 5 1300

18 Digital thermometer 30 300

20 Electric plaster cutter 1 600

TERMS AND CONDITIONS

1. Conditional Tenders & tenders with price variation clause will not be accepted.

2. Preparation of Tender:

Tender is required to be submitted in two bids viz ‘Technical Bid’ and ‘Financial Bid’ separately super-scribing

on the envelopes as ‘Technical Bid’ and “Financial Bid for .................... (Name of Item)’ respectively,

mentioning the name of equipment/ item being quoted and name of tenderer. Each and every page of the

quotation is to be serially numbered and duly signed by authorized bidder/signatory and the official seal be

affixed under it. The envelopes for Technical Bid & Financial Bid(s) are to be put in a single large envelop,

sealed and super-scribed “Tender for Equipments".

Contd....2

Page 3: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

-2-

(A) Technical bid:- This should include following :

1. EMD (to be furnished in accordance with the instructions at serial No.3 on page 2.)

2. Crossed D.D. of Rs 500.00 towards the Tender Fees.

3. Technical details of the quoted items with reference to tender specifications, supported by printed

brochures.

4. Tender Form along with Catalogue/literature Make and Model of each equipment/ item quoted.

5. Warranty/Guarantee period.

6. Undertaking for providing AMC/CMC for 5 years after expiry of Warranty/guarantee period of 3 yrs.

(Rates of AMC/CMC are to be mentioned in Financial Bid).

7. No hint of price/ deal is allowed in Technical bid. Such bidders shall be disqualified.

8. Authority letter from manufacturer in case bid is submitted by authorized agent (As per annexure III)

(B) Financial Bid:- It should comprise of following:- 1. The information given in technical bid (A) marked* should be reproduced with prices Indicated. Any

deviation in this regard will render the bid liable for rejection. The prices should be all inclusive lump

sum prices as per description given in sl. No. 2 below. The price of AMC& CMC (Both) for 5 years

after expiry of warranty/guarantee period should be given in financial bid only. AMC/CMC charges

will be included for financial comparison. The tender will not be considered without offer of

AMC&CMC both. In case of CMC (Comprehensive Maintenance Contract) the rates should be quoted

inclusive of spares. Only technical bid (un- priced) shall be opened first and shall be referred for the

technical evaluation. The financial bid of only those tenderers whose technical bid is found acceptable

by the Technical Evaluation Committee will be opened after taking demonstration of the equipment by

purchase committee for further action.

2. Rate should be quoted as lump sum price F.O.R. destination in Indian Rupees inclusive of Cost

of the equipment, freight, insurance, transit insurance, packaging, forwarding, sales tax, excise

duty etc as well as charges for installation and commissioning with all the men and material

required for the same. All inclusive lump sum prices need to be accompanied by a statement

indicating a clear ‘break up’ of lump sum price in its various components constituting it along

with values/amount indicating against each of such component adding to arrive at all inclusive

lump sum price. No other charges in addition will be payable on any account over and above

the lump sum price quoted. Price variation clause will not be acceptable. The rates quoted in

ambiguous terms such as “freight on actual basis” or “taxes as applicable extra” or packaging

forwarding extra will render the bid liable for rejection irrespective of its gradation in respect of

lump sum prices quoted.

The quoted price should be typed in words as well as in figures free from erasing and error in

typing. The tenderer must attest any erasing/error otherwise the rates in reference of that

particular item shall not be considered. The tenderer along with seal of the firm must sign each

page of the tender. The covering letter should indicate the list of enclosures.

3. EMD: shall be calculated as per the tender notice and be deposited by the tenderer by enclosing

Demand Draft or Bankers Cheque only in favour of ‘ESIC Fund A/c No.1, ESIC MODEL

HOSPITAL JAIPUR -302006 along with Technical bid which shall be refunded to bidders

without any interest after finalization of tender.

4. AMC/CMC Clause: The firm will have to submit AMC/ CMC proposal, for a period of Five

years for item numbers1,3,4,13,14,19,23 and 24, to be effective after expiry of three years of

Guarantee/ Warrantee period, along with rates for each year. AMC/CMC proposal is to be

submitted in Financial Bid and the same will be included for financial comparison.

5. Security Deposit: equivalent to 10% of the total cost of the equipment shall have to be

deposited by the successful tenderer through Demand Draft/ Bankers Cheque only in favour of

the ESIC fund Account No 1, payable at State Bank of India, Hatwara Road, Jaipur-302006, on

demand. The same shall be released after successful fulfillment of all contractual obligations

and no interest shall be payable thereof.

6. Working Demonstration: shall be provided in ESIC Model Hospital, Jaipur to Technical

Evaluation Committee within stipulated time frame as and when asked for & only two chances

foe demonstration will be given.

Contd....3

Page 4: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

-3-

7. Only manufacturer/authorized distributor/stockiest of the firm whose item is being

quoted would be considered.

8. Supply: shall have to be made by successful bidder within 4 weeks from the date of placement

of supply order.

9. Late Penalty: In the event of not supplying the items within stipulated period, a penalty of 2%

per week or part thereof up to 10% will be imposed & deducted from the bill amount or EMD.

10. Name, Designation and Specimen signature of the person/representative authorized by

the competent authority of the firm to deal with the tender/sign the tender document must be

enclosed along with the tender. Name Signature and Rubber Stamp of Tenderer with rubber

stamp required on each page of specifications

11. (a) Tenderer must provide Jaipur address, along with the telephone no. and fax no. With

tender for all correspondence.

(b)The firm should also provide the complete address along with telephone and fax no. of

service station from where after sale service would be provided.

12. The offer/ Rates -should be valid for 1 year and the bidder shall be obliged to supply the

items @ same rates for a period of one year of finalization of tender.

13. Guarantee/warranty - The equipment should be guaranteed/warranted for minimum period of

3 years from the date of satisfactory installation.

14. (a) The tenderer shall enclose an undertaking by the manufacturer of the equipment for

servicing the equipment and supply of spare parts whenever required at least for 5 years

after completion of warranty/guarantee.

(b) The firm should ensure to keep the equipment in working order throughout the year.

(c) In event of equipment covered under CMC/AMC going out of order the fault shall have to

attended to within 24 hours of lodging the complaint. In case the equipment is not restored

in functional order within one week without acceptable reasons a penalty of 0.5% of total

cost of AMC/CMC of the equipment per day for the period of equipment remaining out of

order will be levied during AMC/CMC.

(d) During the period of repair, the supplier shall be obliged to provide a standby equipment lest

the work of the hospital does not suffer.

(e) If the equipment needs calibration, the firm shall be responsible for calibration as a

part of AMC/CMC.

(f) During the warranty/guarantee period, in event of equipment remaining out of order for a

period of more than 24 hrs of lodging the complaint, without any acceptable reasons penalty

to extent of 0.25% of the purchase value of the equipment shall be levied for each day of the

equipment remaining non functional beyond permissible limit.

15. For spares – Along with rates of AMC/CMC a list of commonly used spares with

price-list shall have to be enclosed in financial bid.

16. One agent cannot represent two manufacturers or quote on their behalf in a particular

tender for same item.

17. Tenderer has to submit signed Declaration Form given in the main tender document.

18. Any other miscellaneous items required for equipment may also be quoted in financial

bid.

19. The decision of the Technical Evaluation Committee on Selection and suitability of the

Equipment shall be final & shall not be open for discussion. No correspondence will be

entertained in this regard.

Contd....4

Page 5: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

-4-

20. A certificate from Principal that – (a) Regarding AMC/CMC spares and any other miscellaneous items (As applicable) of the

equipment quoted will be made freely available for at least 5 years after expiry of

warranty/guarantee period (As per annexure II). “To be made part of technical bid”.

(b) Information regarding appointment of new agent in case a change of agent shall be

furnished immediately (As per Annexure III)

(c) A certificate about satisfactory performance of the equipment duly authenticated by

other existing users of the equipment.

21. The firm will have to certify that the Equipment/ Item has not been supplied to any other

Organization/ Institution at a lesser price then the prices quoted here.

22. Tenderer has to submit a signed undertaking on stamp paper of Rs.100/- (one hundred only)

along with tender as per enclosed Annexure-II “To be made part of technical bid”.

23. Tenderer has to submit manufacturer’s authorization certificate on letter head as per

annexure-III in case bid is submitted by authorized agents “.To be made part of technical

bid.”

24. Payment shall be released after satisfactory installation of the equipment.

25. In the event of non supply of equipment ordered the earnest money deposit shall be

forfeited.

26. Medical Superintendent reserves the right to reject/accept any or all tenders in part or full

without assigning any reason thereof and also has right to place order on one or more firms.

No Correspondence will be entertained in this regard.

Medical Superintendent

Page 6: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

ANNEXURE-I

CHECK LIST

The bidder shall ensure that the following information/documents are enclosed along with the bidding documents

(Technical Bid).

(I) EMD (As per Sl. No. 3 of page 2 of Terms & Condition and Tender Notice) Yes/No

(II) Bid-Form without price schedule as given in the Terms and conditions Yes/No.

(III) Five years AMC/CMC proposal (without rate) as per Terms & conditions Yes/No

(IV) Rate certificate indicating that they have not supplied the said equipment to any individual, Govt. or private

institution at the rate lowers than the quoted rate.

Yes/No

(V) Manufacturer’s Authorization Certificate (As per Annexure III) in case Bid is submitted by Agents. Yes/No

(VI) User’s list along with the Certificates about SATISFACTORY PERFORMANCE REPORT OF THE EQUIPMENT

AND QUALITY OF AFTER SALE SERVICE duly authenticated from existing users of the quoted model of

equipment. A list of the users of quoted model, indicating the complete postal address of the users and date of

supply of the equipment is also endorsed. (Applicable for GROUP A Items)

Yes/No

(VII) Authorization Certificate from the Principal/ manufacturer that they will be solely responsible for maintenance of

equipment during guarantee/warranty and AMC/CMC period even when the Agent is changed during this period

(As per Annexure- III) Yes/No

(VIII) Authorization certificate from principal that spares and any other miscellaneous items (As applicable)of the

equipment quoted will be freely available for at least five years after expiry of warranty/guarantee period (As per

annexure III)

Yes/No

(IX) Tenderer has to submit a signed undertaking on stamped paper of Rs.100/- (Rupees One hundred only) along with tender (As per Annexure II) Yes/No

SIGNATURE

NAME & ADDRESS OF THE TENDERER/ FIRM WITH RUBBER STAMP

Page 7: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

Annexure-II

UNDERTAKING ( For Group A Items )

(On Non-Judicial Stamp Paper of Rs 100/-)

Item No.

Name of Item

To,

Medical Superintendent,

ESIC Model Hospital, Laxmi Nagar,

Ajmer Road, Jaipur 302006

Respected Madam, /Sir,

1. The undersigned certifies that / we have gone through the terms and conditions mentioned in the tender

document including annexure & same are acceptable to me and undertake to comply with them. The rates

quoted by me/us are valid and binding on me/us for acceptance for the period of one year from date of

opening of tender.

2. It is certified that rate quoted are the lowest quoted by me/ us for any institution/Hospital in India.

3. Earnest money deposited by me/us viz Rs._____________ in the form Demand Draft/Banker’s Cheque in

favour of ESIC Fund Account No.1Jaipur is attached herewith and shall remain in custody of the Medical

Superintendent ESIC MODEL HOSPITAL, JAIPUR as per terms and conditions.

4. (A) I/We give the rights to Medical Superintendent, ESIC MODEL HOSPITAL, JAIPUR to forfeit the Earnest

Money deposited by me/us if any delay occur on my/ our part or fails to supply the article at the appointed

place and time and of the desired specification.

(B) I/we undertake that I/we will be in position to provide Annual Maintenance contract/ Comprehensive

Maintenance Contract (AMC/CMC) , Spare Parts, and consumables for five years after completion of

guarantee/warranty period .I/we also undertake to keep the equipment in functioning state throughout the

year and in case of equipment going out of order, the fault will be attended within 24 hours of lodging the

complaint failing which, a penalty of 0.5% of the total cost of the AMC/CMC of the equipment per day for

the period equipment remains out of order be levied on me/us. During Guarantee/ Warranty period in event

of equipment remaining out of order for a period exceeding 24 hrs of lodging the complaint without any

acceptable reasons, penalty to extent of 0.25% of the purchase value of the equipment be levied on me/us for

each day of the equipment remaining non functional beyond permissible limit.

5. There is no vigilance/CBI case or court case pending against the firm/supplier.

6. On Inspection if any article is found not as per supply order, it shall be replaced by me/us in time as asked for,

to prevent any inconvenience at my /our own expenses.

7. I/we hereby undertake to supply the items as per directions given in supply order within the stipulated period.

8. I/we undertake to provide guarantee/warranty as mentioned in specifications from the date of satisfactory

installation and inspection. I also undertake that I will maintain the equipment during this period and replace

the defective parts free of cost, if necessary.

9. I/we understand that Medical Superintendent, ESIC Model Hospital Jaipur, has the right to accept or reject

any or all the tenders in part or full without assigning any reasons (s) thereof.

NAME, SIGNATURE AND ADDRESS OF THE TENDERER WITH RUBBER STAMP

Page 8: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

Annexure-II

UNDERTAKING ( For Group B Items )

(On Non-Judicial Stamp Paper of Rs 100/-)

Item No.

Name of Item

To,

Medical Superintendent,

ESIC Model Hospital, Laxmi Nagar,

Ajmer Road, Jaipur 302006

Respected Madam, /Sir,

1. The undersigned certifies that / we have gone through the terms and conditions mentioned in the tender

document including annexure & same are acceptable to me and undertake to comply with them. The rates

quoted by me/us are valid and binding on me/us for acceptance for the period of one year from date of

opening of tender.

2. It is certified that rate quoted are the lowest quoted by me/ us for any institution/Hospital in India.

3. Earnest money deposited by me/us viz Rs._____________ in the form Demand Draft/Banker’s Cheque in

favour of ESIC Fund Account No.1Jaipur is attached herewith and shall remain in custody of the Medical

Superintendent ESIC MODEL HOSPITAL, JAIPUR as per terms and conditions.

4. I/We give the rights to Medical Superintendent, ESIC MODEL HOSPITAL, JAIPUR to forfeit the Earnest

Money deposited by me/us if any delay occur on my/ our part or fails to supply the article at the appointed

place and time and of the desired specification.

5. There is no vigilance/CBI case or court case pending against the firm/supplier.

6. On Inspection if any article is found not as per supply order, it shall be replaced by me/us in time as asked

for, to prevent any inconvenience at my /our own expenses.

7. I/we hereby undertake to supply the items as per directions given in supply order within the stipulated

period.

8. I/we undertake to provide guarantee/warranty as mentioned in specifications from the date of satisfactory

installation and inspection. I also undertake that I will maintain the equipment during this period and replace

the defective parts free of cost, if necessary.

9. I/we understand that Medical Superintendent, ESIC Model Hospital Jaipur, has the right to accept or reject

any or all the tenders in part or full without assigning any reasons (s) thereof.

NAME, SIGNATURE AND ADDRESS OF THE TENDERER WITH RUBBER STAMP

Page 9: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

Annexure-III

AUTHORIZATION CERTIFICATE

To,

Medical Superintendent,

ESIC Model Hospital,

Laxmi Nagar, Ajmer Road,

Jaipur 302006

Respected Sir, /Madam,

Authority letter against

Tender No. -------------------------------------------due on --------------------item quoted------------------

---------------------------We,---------------------------------------------, who are established and reputed manufacturers of-----------------

------------having factory at--------------------------------------------- and hereby authorize M/s-------------------------------------------------

----------------------------(Name and address of agent) to bid, negotiate and conclude the contract with your institution against

above tender for the above goods manufactured by us. We hereby extend our full guarantee/warranty as per the Terms &

Conditions of tender for the goods offered for supply against this invitation of bid from the above firm. We also confirm that

the spares and any other miscellaneous items (As applicable) of the equipment quoted will be freely available for at least

five years after expiry of warranty/guarantee period.

Our other responsibilities include:

1. Information regarding the name of new agent, in case of change of agent

2. The services to be rendered by M/s---------------------------------------------having address and contact details as under

------------------------------------------------

--------------------------------------

(Here specify the services to be rendered by the agent)

Yours faithfully,

(Signature & Name of manufacturer)

Page 10: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

ANNEXURE- IV

To,

Medical Superintendent,

ESI C Model Hospital,

Laxmi Nagar, Ajmer Road,

Jaipur 302006

Respected Madam,

With reference to the tender for equipments floated by your office, I/ we am/are quoting following items

and the amount of EMD deposited for each quoted item is as under:

Item No Name of Equipment being quoted EMD Amount

TOTAL

EMD submitted wide DD/ Bankers cheque No…………………………………………………………….

NAME, SIGNATURE AND ADDRESS OF THE TENDERER WITH RUBBER STAMP

Page 11: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

Annexure- V

LIST OF EQUIPMENTS WITH SPECIFICATIONS Item

No.

Name of the

Equipment SPECIFICATIONS Quan

tity 1 ADVANCE LABOUR

TABLE WITH I/V

STAND AND

DRAINAGE PAN

AND MATTRESS

Should be of a reputed make ISI/ ISO certified

Should have a 3 section SS Top mounted on SS frame which

should be mounted on good quality 6” castor wheels with brakes

Should have U cut in the middle section.

Should have provision of Leg section sliding under the middle

section.

Should have an overall Size: 72" x 27" x 30”

Should have all SS accessories like Lithotomy Rods & I.V. Rod

Should have at least 1mm thick Stainless steel top with center

back rest with mechanism for raising the top.

Should have a mounted side tray for keeping BP Instrument

Should be provided with good quality Rexene covered mattress

Should have hydraulic mechanism for Trendelenburg & reverse

trendelenburg position

Should have collapsible side & head railing

Should carry a warranty of 3 yrs.

1

2 MOBILE LAMP FOR

LABOUR ROOM

Should be ISI mark or ISO approved

Should be fitted on a Mobile Metallic Stand.

Stand should be mounted on 4/ 5 Double wheel castors.

Should have Height & Angle adjustment for maneuverability.

Should have a Halogen Bulb fitted in Lamp & transparent glass in

front for better Illumination (Min 60,000 lux)

Should have Voltage Controller/ Regulator fitted for lamp.

Should have Powder coated paint finish on Metallic parts.

Should carry a Warranty of Minimum 3 yrs.

1

3 FOETAL DOPPLER

Should be either ISI/ CE mark.

Should have 2 transducers; one hand held & another mounted on

belt for continuous monitoring. Fixed 2 MHz transducer.

It should have an in built Speaker with volume control.

It should have On Screen Digital Display of Fetal as well as

Maternal Heart Rates.

It should have facility for setting Upper & Lower Limits for the

Fetal Heart Rate and also Alarm for the Limit Violation.

It should be able to monitor Fetal Heartbeats from the 10th week

of Pregnancy.

It should be able to detect multiple pregnancies.

It should be able for Localization of Placenta.

It should be able to identify blood flow through umbilical cord.

It should work on AC mains as well as a rechargeable type

Battery with inbuilt Battery Charger.

It should have a Low Battery indication.

It should carry a warranty of minimum 3 Yrs after installation.

Doppler should be supplied with 2 Transducers (One Fixed &

another Belt Mounted); Carry Case; Gel; Battery& Charger and

Mains Adaptor.

1

Page 12: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

4 PHOTOTHERAPY

UNIT

Should consist of overhead source unit, detachable infant care trolley &

undersurface source

Overhead source unit:

Heavy duty mobile unit preferably of stainless steel

Height should be adjustable

Top source should be able to be tilted on axis

6-8 fluorescent tubes (blue & white) 20 watt with

individual switching facility.

Blue tubes must have serial number F20T12/BB to be

special phototherapy light or 2 feet blue tubes TL-52

emitting blue radiation with a peak of 450 nm.

Source cooling fans.

Should be able to deliver irradiance of more than

12-15 microwatt/cm3/nm.

Inbuilt digital timer to measure number of hours of

phototherapy.

Infant Care Trolley:

Heavy duty mounted on 4" castors.

Detachable/ compatible with radiant warmer stand or

as separate bassinet for neonates.

Clear Acrylic collapsible side panels accessible from

all sides.

Acrylic tray & bubble mattress with head up/ down

facility.

IV stand facility

Undersurface source: Preferably as an independent unit/ not fixed to infant

trolley.

Compatible with Radiant warmer/ Infant care Trolley.

4-6 tube lights (4white & 2 blue) with individual

switching facility.

Source cooling fan.

1

7 RESUSCITATION

KIT( ADULT) 1. LARYNGOSC

OPE-ADULT

(4 BLADE)

2. SILICON

AMBU BAG

3. DISPOSABLE

ET TUBES

(ADULT)

Laryngoscope (Adult)

Should be ISI Mark/ISO certified

The blade should have smooth, gentle curve that extends from the

base of the tips.

There should be flange at the left to push the tongue out of the way.

The stainless steel blades should have cold light source as Individual

Fiber-optic lamps.

The handle should be Chrome plated bright finish brass handle

which accepts two “CC” 1.5 V batteries.

Should be supplied with 4 different Blade sizes.

4 Bulbs should be supplied as spares.

Should be supplied with a carrying case/ Box.

Should have a warranty of minimum 3 years.

Ambu bag (Adult)

must be made of High quality Autoclavable Silicon material with

mounted Heidbrink non return valve, CE mark

Should be supplied with adult padded mask & tubing

Should have port for connection with Oxygen cylinder.

Should be supplied in a carry case.

Should have a warranty of minimum 3 years.

The Endo-tracheal (ET) tubes should be made of high quality disposable material.

Should be Oro-tracheal type with tapering at end.

Should have a inflatable cuff in-built.

Should be individually packed & sterile.

Should be available in different adult sizes(5; 5.5; 6; 6.5; 7; 7.5; 8; 8.5; 9; 9.5 &

10)

5

Page 13: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

8 RESUSCITATION

KIT (PEDIATRIC/

NEONATAL) 1. LARYNGOSC

OPE-

pediatric

2. SILICON

AMBU BAG

3. DISPOSABLE

ET TUBES

(pediatric)

Laryngoscope (Pediatrics)-

The blade should have smooth extending from the base of the tips.

The stainless steel blades should have light source as Individual

The handle should be matt finish, which accepts two “AA” size, 1.5

V batteries.

Should be supplied with Pediatric & Neonatal(Straight) Blade

sizes(O & 1 size)

4 Bulbs should be supplied as spares.

Should be supplied with a carrying case/ Box.

Should have a warranty of minimum 3 years.

Ambu bag (Pediatric)

must be made of High quality Autoclavable Silicon

material.(500ml) Compressible & self inflating.

Should have non breathing valve with 40 cm of H2O pressure

release.

Should have 360 degree swiveling patient connector.

Should have corrugated PVC oxygen reservoir & 1.5 meter PVC

oxygen .

Should be supplied in a carry case.

Should have a warranty of minimum 3 years.

The Endo-tracheal (ET) tubes should be made of high quality

disposable material.

Should be Oro-tracheal type with tapering at end.

Should be individually packed & sterile.

Should be available in different Pediatric sizes(2.5; 3; 3.5 &

4mm)

2

9 B. P. MONITOR

(Digital) Without stand-

Adult

Should be of a reputed make e.g CE/ ISI make

Should have a pressure measurement rage of 0 – 300 mm

of Hg & Pulse rate/ minute.

Should give accurate measurement of Pressure (±3 mm

Hg)

Should have an Adult size (14.5 x 51 cm) cuffs.

Should have smooth inflation & deflation.

Should operate on AA size batteries and A.C. Adaptor

Should have a power saver/ Auto cut-off mode when not in

use for more than 3 minutes

Should carry a warranty of 3 Yrs.

25

10 B. P. MONITOR

(Digital) Without stand-

Pediatric/Neonatal

Should be of a reputed make e.g CE/ ISI make

Should have a pressure measurement rage of 0 – 300 mm

of Hg & Pulse rate/ minute.

Should give accurate measurement of Pressure (±3 mm

Hg)

Should have a Paediatric/ Neonatal cuffs of Different

sizes. (2.5; 5.0; 9.0 & 12.5 cm width)

Should have smooth inflation & deflation.

Should operate on AA size batteries and A.C. Adaptor

Should have a power saver/ Auto cut-off mode when not in

use for more than 3 minutes

Should carry a warranty of 3 Yrs.

5

11 B. P. MONITOR

(Digital)

WITH STAND

Should be of a reputed make e.g CE/ ISI make

Should have a pressure measurement rage of 0 – 300 mm of Hg & Pulse

rate/ minute.

Should give accurate measurement of Pressure (±3 mm Hg)

Should have an Adult size (14.5 x 51 cm) cuff

Should have smooth inflation & deflation.

Should operate on AA size batteries

Should have a power saver/ Auto cut-off mode when not in use for

more than 3 minutes

Should be mounted on a good quality height adjustable GI Stand

Should carry a warranty of 3 Yrs.

10

Page 14: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

12 NEBULIZER Should be of a reputed make e.g CE/ ISI mark

Should generate a pressure of: 1:5 BAR Approx.

Should work on compressor technique;

Should have an output of 8-10 LPM Approx.

Should have convenient dimensions for table top use

Should be light weight approx 1.5 to 1.75 KGS

Should have low operational sound level; 50 db Approx

Should have a Medication chamber capacity of 5-8 ml

OPERATIONAL PRESSURE (WITH NEB.): 0.65 bar approx.

Should have a good air delivery 20-30 ml/min APPROX.

MMAD: 2.6µm

Should have a breathable fraction of <5µm (FDF)

Should have Adult, Pediatric mask & Nasal prongs

Should operate on domestic power supply.

Should carry a warranty of 3 Yrs.

10

13 SUCTION

MACHINE

(ELECTRICAL

CUM FOOT

OPERATED)

vertical model with electrical as well as foot operation

twin jar of 1 ltr or more capacity

heavy base for stability fitted with good quality castor wheels

easy movement of foot pedal

should be fitted with a good quality quarter (1/4) hp motor

preferably ISI mark

limit negative pressure:>=0.09mpa(680mmhg)

suction rate:>=20l/min (in pump exit:>=30l/min)

separate pressure gauge for electric as well as manual suction

should have ss top with inbuilt tray

should be fitted with ss handle/ bar

fitted with high quality rubber/ pu parts/ tubings

easily availability of spares

power supply:ac220v±10%, 50hz

should carry a 3 years warranty.

8

14 SUCTION

MACHINE

(ELECTRICAL

CUM FOOT

OPERATED)

vertical model with electrical as well as foot operation

twin jar of 1 ltr or more capacity

heavy base for stability fitted with good quality castor wheels

easy movement of foot pedal

should be fitted with a good quality half (1/2) hp motor

preferably ISI mark

limit negative pressure:>=0.09mpa(680mmhg)

suction rate:>=20l/min (in pump exit:>=30l/min)

separate pressure gauge for electric as well as manual suction

should have ss top with inbuilt tray

should be fitted with ss handle/ bar

fitted with high quality rubber/ pu parts/ tubings

easily availability of spares

power supply:ac220v±10%, 50hz

should carry a 3 years warranty

2

16 STETHOSCOPE

Adult

Should be of good quality & a reputed make.

Should have single lumen tubing.

Should have smooth & soft earplugs.

Should be supplied with spare diaphragm & earplugs

Should have SS Chest piece

Should carry a warranty of 3 years

50

Page 15: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

17 STETHOSCOPE

Pediatric

Should be of good quality & a reputed make.

should have 1" traditional bell (Pediatric) & 3/4 " bell

(Neonatal)combined with floating diaphragm

Should have single lumen tubing.

Should have smooth & soft earplugs.

Should be supplied with spare diaphragm & earplugs

Should have SS Chest piece

Should carry a warranty of 3 years

5

18 DIGITAL

THERMOMETER

Should be of a reputed make.

Should operate on button cell

Should have a clear display window & digital readings

Should carry a Warranty of 3 years.

30

19 PULSE OXIMETER

WITH NIBP

Should have been made by a CE certified Company.

Should provide accurate readings of O2 Saturation ĉ

Plethysmograph, Pulse rate, NIBP & ECG wave form.

Should have LCD display of 5”/6”.

Sensor should be of single cable of 3 meters.

Should have 3 colors Perfusion LED to indicate perfusion level.

Should have Temporary (two minute) & Permanent Alarm Silence

feature.

Should work on AC mains 230 V ± 15 % at 50 Hz; as well as

Inbuilt Battery.

Should have inbuilt rechargeable Battery & charger with Backup

of minimum 6 Hrs.

Should have alarm for Sensor disconnection, limit violation &

Low Battery ĉ Indicator.

Should preferably have local service centre & Spare Parts be

available locally.

Should have a minimum 3 Yr warranty from the date of

Installation.

5

20 ELECTRIC

PLASTER CUTTER

Should be of good quality with ISI/ CE mark.

Should have a heavy duty motor

Should have SS cutting blade

Should operate on domestic power supply

should carry a WARRANTY OF MINIMUM 3 YRS

1

23 NON CONTACT

TONOMETER

Type- Non Contact type

Measurable Range- 0-60 mm Hg

Measurable distance- 11-15 mm

Measurement/Alignment- Full Automatic

Display- Minimum 5.6" LCD/LED Screen

Printer- Should be Inbuilt

Memory- Should be Inbuilt

Accessories-

o Motorized Table

o Chin Rest

o Dust Cover

o Chin Rest Paper Roll

o Printing Paper Roll

1

Page 16: LAXMI NAGAR, AJMER ROAD JAIPUR 302006 Telephone …(ISO 9001:2008 Certified) ... 19 Pulse oximeter with NIBP 5 37500 23 Non Contact Tonometer 1 20000 24 Chemilu miniscence Immuno -

24 CHEMILUMINESC

ENCE IMMUNO-

ANALYZER

System should be using the latest “Chemiluminescence”

principle for measuring the assays with high sensitivity and

linearity.

System should be Discrete, fully selective random access with a

provision of test STAT samples.

Fully automated, latest and bench top analyzer to perform the

quantitative analysis of Hormones, Cancer markers, Cardiac

markers, Infectious markers, Allergic Profile and other special

immuno assays from serum and plasma samples.

System should have facility for on-board programs for

Approximately 100 different test parameters and the reagent

should be available from the same manufacturer.

On board sample capacity should be approximately 100 tests

one time with a provision for continuous loading.

System should have a routine throughput of 100 test/hr.

System should have reagent slot for more than 20 assays.

System should have on-board cooling facility to maintain the

temperature of the reagents.

Flexibility to use different sample containers like primary tubes

with different sizes, sample cups, for easy processing.

system must use disposable cups and tips for all immuno assays

to prevent any carryover contamination to have reliable

patient result.

System to use latest mixing probe technology to mix the sample

and reagent to have complete uniformity with clot detection

facility.

System should have the facility to test special immunoassays

parameters like troponine T, S100, Vit D, ACTH, anti TSHR,

anti CCP, anti HCV, PAPP-A, Procalcitonine, Hepatitis B

Marker assays, Human growth Hormone, Toxo IgG & IgM,

HSV-1, HSV-2, Rubella IgG & IgM, CMV IgG & IgM, free

Bhcg & PAPP-A. Besides the other routine immunology

parameters.

System should have window based data control work station.

System should have the facility for storage of previous test

results.

External printer to take printout of patient result and QC

reports in proper format along with LIS facility.

Patient samples and reagent should be scanned with on-board

barcode scanner for easy operation.

Power supply – 220 V/50 Hz.

Should have Comprehensive warranty of three years after date

of successful installation.

Five year CMC/AMC proposals should be provided. The

CMC/AMC will be included in the basic cost of the equipment

in finalizing the lowest Bid.

1

Name Signature and Rubber Stamp of Tenderer with rubber stamp required on each page of specifications