45
Page 1 of 45 Government of West Bengal Department of Health & Family Welfare Office of the Principal Medinipur Medical College, Paschim Medinipur Phone:- 03222-222400 Fax:-03222-274321 E-Mail:- [email protected] No. - MMC/ 1580 Date- 24.5.19 NOTICE INVITING E-TENDER FOR SUPPLY AND INSTALLATION OF THE MEDICAL EQUIPMENTS WITH CMC & AMC FOR FIVE YEARS BY THE PRINCIPAL, MIDNAPORE MEDICAL COLLEGE, PASCHIM MEDINIPUR (Through Pre-qualification) (Submission of Bid through NIC e- tender portal) Principal of Midnapore Medical College, Paschim Medinipur invites e-tender on behalf of the Health & Family Welfare Department, Government of West Bengal for obtaining the rate per annexed list from the bonafide manufacturer/ authorized distributor. Necessary earnest money to be submitted for participation in the Tender through the process may be followed as per memorandum of the Finance Department Audit Branch bearing Memo No-3975-F(Y) dated: 28 th. July, 2016 (GRIPS): Sl No Name of the Item Qty EMD in INR 1 Echocardiography 1 60000 2 Fiber Optic Broncoscope 1 12000 3 NCV,EMG,VEP,BERA 1 10000 4 TMT Machine with Computer- 2,Monitor-1,Printer-2 & D/C Cardio version. 2 16000 5 Lower GI endoscope (Colonoscope) 1 22000 6 Upper GI endoscope 1 4000 7 Leep 1 2000 8 Colpospope 1 2000 9 Hysteroscope 1 5000 10 Laparoscopy 1 18000 11 Pediatric Bronchoscope 1 10000 12 Visualisation Syastem 1 6000 13 High speed Microdebritor 1 24000 14 ENG 1 4000

NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 1 of 45

Government of West Bengal

Department of Health & Family Welfare

Office of the Principal

Medinipur Medical College, Paschim Medinipur

Phone:- 03222-222400 Fax:-03222-274321 E-Mail:- [email protected]

No. - MMC/ 1580 Date- 24.5.19

NOTICE INVITING E-TENDER FOR SUPPLY AND INSTALLATION OF THE MEDICAL EQUIPMENTS WITH CMC & AMC FOR FIVE YEARS BY THE PRINCIPAL, MIDNAPORE MEDICAL COLLEGE, PASCHIM MEDINIPUR

(Through Pre-qualification)

(Submission of Bid through NIC e- tender portal)

Principal of Midnapore Medical College, Paschim Medinipur invites e-tender on behalf of the Health &

Family Welfare Department, Government of West Bengal for obtaining the rate per annexed list from the bonafide manufacturer/ authorized distributor. Necessary earnest money to be submitted for participation in the Tender through the process may be followed as per memorandum of the Finance Department Audit Branch

bearing Memo No-3975-F(Y) dated: 28 th. July, 2016 (GRIPS):

Sl

No Name of the Item Qty EMD in INR

1 Echocardiography 1 60000

2 Fiber Optic Broncoscope 1 12000

3 NCV,EMG,VEP,BERA 1 10000

4

TMT Machine with Computer- 2,Monitor-1,Printer-2 & D/C Cardio

version. 2 16000

5 Lower GI endoscope (Colonoscope) 1 22000

6 Upper GI endoscope 1 4000

7 Leep 1 2000

8 Colpospope 1 2000

9 Hysteroscope 1 5000

10 Laparoscopy

1 18000

11 Pediatric Bronchoscope 1 10000

12 Visualisation Syastem 1 6000

13 High speed Microdebritor 1 24000

14 ENG 1 4000

Page 2: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 2 of 45

1. General Instructions: In the event of e-filing, intending bidder may download the tender documents free of cost from the website: https://wbtenders.gov.in directly with the help of Digital Signature Certificate or from the Health & Family Welfare Department’s website www.wbhealth.gov.in & http://midnaporemmc.ac.in and necessary earnest money may be

remitted to the office of the Principal of Midnapore Medical College, Paschim Medical College through the process

may be followed as per memorandum of the Finance Department Audit Branch bearing Memo No-3975-

F(Y) dated: 28 th. July, 2016 (GRIPS) in favour of the Principal, Midnapore Medical College, Paschim Medinipur and also to be documented through e-filling in the website https://wbtenders.gov.in only. 2. Submission of bids: Both Technical bid and Financial Bid are to be submitted concurrently duly digitally signed in the website https://wbtenders.gov.in. All papers must be submitted in English language. 3. Time Schedules for the Re-e-tender THE TIME SCHEDULE FOR OBTAINING THE BID DOCUMENTS, PRE BID MEETINGS, REGISTRATION WITH THE TENDERING AUTHORITIES, THE SUBMISSION OF BIDS AND OTHER DOCUMENTS ETC. WILL BE AS PER THE LIST PROVIDED IN CLAUSE NO 24 AS GIVEN BELOW. 4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors are only eligible for quoting. The price is to be quoted in Indian Rupees including cost of insurance, GST, custom duty, packing, forwarding, freight charges, clearing charges and installation of the new instrument. Agency commission, if any payable in Indian Rupees including five years of comprehensive /annual maintenance contract beyond guaranty/warranty period should also be mentioned. 5. SUBMISSION OF THE TENDERS : `The tender is to be submitted in a two Bid System. [A] Technical Bid: `(a). Statutory Cover containing the following documents:

1. COVER “A”:

“BID A”: PART I One folder for earnest money deposit with copy of the Pay Receipt should be uploaded. Local SSI(s) should upload certificate of registration/ EM II for claiming EMD exemption. (SINGLE FILE MULTIPLE PAGE SCANNED) Essential Requirements of the Tendering Firm for participation” shall contain all papers related to the essential requirements of the Tenderer for participation in the tender viz.

A

Copy of Pay Receipt EMD through GRIPS Portal in favour of Principal of Midnapore Medical College Midnapore Medical College as Earnest Money for each item.

Page No

B CHECK LIST in the prescribed format

Page 3: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 3 of 45

C Application in the prescribed format given in Annexure I

E Authorization letter of signatory from Company in Annexure II

F Copy of agreement between the manufacturer and the Distributor in Annexure III

BID A”: PART II TECHNICAL SPECIFICATIONS OF INSTRUMENTS (PROVIDE IN PDF FORMAT). NON-STATUTORY/ MY DOCUMENTS Containing the following documents:

Sl. No.

Category Sub Category Sub Category Description Page No

A Certificates A1. Certificates PAN Card of the authorized signatory

Professional Tax Registration certificate

GST Registration certificate

B. COMPANY DETAILS

B1. COMPANY DETAILS

Certificate of country of origin

Registration with Registrar of Companies

C. CREDENTIAL C1: CREDENTIAL 1

Manufacturing License

Import License with validity (for importers)

C2 : CREDENTIAL 2

Manufacturer’s guarantee

Inspection certificate

LIST OF PURCHASER

D. FINANCIAL INFO

PAYMENT CERTIFICATE 1 Income Tax Returns submitted for the Financial year 2016-17

Income Tax Returns submitted for the year 2017-18

Income Tax Returns submitted for the year 2018-19

PAYMENT CERTIFICATE 2 CST Returns (of the last quarter) for the year 2016-17

CST Returns (of the last quarter) for the year 2017-18

CST Returns (of the last quarter) for the year 2018-19

Last GST Return 2019

D1. P/L & BALANCE SHEET

1. P/ L & Balance sheet 2016-2017

2. P/ L & Balance sheet 2017-2018

3. P/ L & Balance sheet 2018-2019

2. COVER “B” :

Page 4: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 4 of 45

[B] FINANCIAL BID “B”: (i) BOQ for INR (in excel sheet) The folder as “Financial Bid” shall contain base price in Indian Rupee and the portion of the allied works and services which are to be undertaken in India (like installation, commissioning of equipments or PC etc.) are to be quoted in Indian currency including GST, cost of insurance, packing, forwarding, freight charges, clearing charges, custom duty and installation of the new instrument to be purchased. Agency commission, if any payable in Indian Rupee should also be mentioned. The tenderers are required to submit the hard copies of Bid A as per schedule more clearly described in the time line vide clause 24 along with Earnest Money Deposit (EMD) in separate packets. Submission of hard copy of Bid A to the office of the Principal of Midnapore Medical College, Paschim Medinipur is for reference only while examining the technical bid on line and will not be treated as substitute for on line submission. Submission of hard copy of Bid B is totally prohibited and only be submitted through on line through NIC portal. 6. Evaluation of the tenders During the tender evaluation process, the “Bid A” will be opened first. Those Tenderer who have qualified the essential & other requirements will be identified and only their “Bid B” i.e. Financial bid will be opened. The “Bid B” of those Tenderer failing to meet the technical & other requirements of participating in the tender will not be opened and be rejected. The Tenderer offering the item found suitable and as being as per the tender specifications will only be selected. The Tenderer who have been so identified to have been technically suitable in the context of above will be deemed to have passed the test of essential and other requirement of the quoted item or items. The “Bid B” (Financial Bids) of only these tenderers passing the essential and other requirement test will be opened then subject to verification of hard copies of the audited balance sheet and Profit & Loss Accounts of the tenderer for the last three years i.e for the year 2016-17, 2017-18 & 2018-19. If found suitable in the context of above pre qualification etc, the tenderer quoting the lowest rate will be considered as successful. This should include Basic Price, GST/ CST and five years comprehensive maintenance charges beyond guarantee/ warranty period. 7. Cost of Earnest Money:

Each tender has to be submit, unless exempted under the existing orders of the West Bengal Govt. must deposit

Earnest Money in the form of. Earnest Money Deposit (EMD)

Registered SSI units participating in Govt. tenders are eligible for exemptions from payment of earnest money

and security deposit (EMSD) under Rules 47(A) (1) and 47(B)(7) of WBFR, vol.-I, read with Finance Dept.

notification No. 10500-F Dt. 19.11.2004 and its clarification Vide memo. No. 4245-F (Y) dated 20.05.2013.

4.1 The amount of Earnest Money to be submitted shall be as per the list in Page 2 for the respective

equipment.

4.2 The process may be followed as per memorandum of the Finance Department Audit Branch

bearing Memo No-3975-F(Y) dated: 28 th. July, 2016 (GRIPS)

1. Login by bidder:

a) A bidder desirous of taking part in a tender invited by a State Government

Page 5: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 5 of 45

Office/PSU/ Autonomous Body/Local Body/ PRls, e tc shall login to the e-Procurement

portal of the Government of West Bengal https://wbtenders.gov.in using his login ID and

password.

b) He will s e l e c t the tender t o bid and initiate payment o f pre-defined EMD / Tender

Fees for that tender b y selecting from either of the~ following payments m o d es :

i) Net banking (any of the banks listed in the ICICI Bank Payment gateway) in case of

payment through ICICI Bank Payment Gateway; .

ii) RTGS/NEFT in case of offline p a ym e n t through bank account in any Bank

2. Payment procedure:

a) Payment by Net Banking (any enlisted bank) through ICICI Bank Payment Gateway

i. On selection of net banking as the payment mode, the bidder will be directed to

ICICI Bank Payment Gateway webpage (along with a string containing a Unique

ID) where he will select the Bank through which he wants to do the transaction.

ii. Bidder will m ak e the payment a f t e r entering his Unique I D and password o f

the bank to process the transaction.

iii. Bidder wi l l r e c e i v e a confirmation message regarding s u c c e s s /failure of the

transaction.

iv. If the transaction is successful, t h e account paid b y the bidder will get

credited in the respective Pooling account of the State Government

/PSU/Autonomous Body/Local Body/P, R.Is, etc maintained with the Focal

Point Branch of ICICI Bank at R.N. Mukherjee Road, Kolkata for collection of

EMD/Tender F e e s .

v. If the transaction is failure, the bidder will again try for payment by going back to

the first step.

b) Payment through RTGS/NEFT

i) On selection of RTGS/NEFT as the payment mode, the e-Procurement Portal will show a pre-

filled challan having details to process RTGS/NEFT transaction.

ii) The bidder will print the challan and use the prefilled information to make RTGS/NEFT

payment using his bank account.

iii)Once payment is made , the bidder will come back to the e- procurement portal after expiry

of a reasonable time to enable the NEFT/ RTGS process to complete ,in order to verify the

Page 6: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 6 of 45

payment made and continue the bidding process.

iv) If verification is successful, the fund will get credited to the respective Pooling Account of

the State Government / PSU/Autonomous Body/Local Body/ PRIs etc. Maintained with the

focal point branch of ICICI Bank at R.N.Mukherjee Road, Kolkata for collection of EMD

/Tender Fees.

v) Hereafter, the bidder will go to e-Procurement Portal for submission of the bid .vi) But if the

payment verification is unsuccessful, the amount will be returned to the bidder’s account.

3. Refund/ Settlement Process.

i) After opening of the bids and technical evaluation of the same by the tender inviting authority

through electronic processing in the e-payment portal of the State Government, the tender

inviting committee will declare the status of the bids as successful or unsuccessful which will be

made available, along with the details of unsuccessful bidders, to the ICICI Bank by the e

procurement portal through web services.

ii) On receipt of the information from the e procurement portal, the bank will refund, through an

automated process, the EMD of the bidders disqualified at the technical evaluation to the

respective bidders’ bank account from which they made payment transaction. Such refund will

take place within T+2 bank working days where T will mean the date on which information on

rejection of bid is uploaded to the e procurement portal by the tender inviting authority.

iii) Once the financial bid evaluation is electronically processed in the e- procurement portal,

EMD of the technically qualified bidders other than that of L1 and L2 bidders will be refunded,

through an automated process, to the respective bidder’s bank account from which they made

the payment transaction. Such refund will take place within T+2 bank working days where T

will mean the date on which information on rejection of bid is uploaded to the e procurement

portal by the tender inviting authority. However, L2 bidder should not be rejected till the LOI

process is successful.

iv) If the L1 bidder accept the LOI and the same is processed electronically in the e-

procurement portal, EMD of the L2 bidder will be refunded through an automated process, to

his bank account from which he made the payment transaction. Such refund will take place

within T+2 bank working days where T will mean the date on which information on Award of

contract (AOC) to the L1 bidder is uploaded to the e-procurement portal the tender inviting

Page 7: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 7 of 45

authority.

v) As soon as the L1 bidder is awarded the contract (AOC), and the same is processed

electronically in the e- procurement portal –

a) EMD of the L1 Bidder of the tenders of the State Government Offices will automatically get

transferred from the Pooling account to the State Government Deposit Head’8443-00-103-001-

07’ through GRIPS along with the bank particulars of the L1 bidder.

b) EMD of the L1 bidder for the tenders of the State,/PSU/Autonomous Bodies/ Local Bodies/

PRIs etc. will automatically get transferred from the pooling account to their respective linked

bank accounts along with the bank particulars of the L1 bidder.

In both the above cases, such Transfer will take place within T+1 bank working days where T

will mean the date on which the award of contract (AOC) is issued.

vi) The bank will share the details of GRN No. generated on successful entry in GRIPS with the

e- procurement portal for updation.

vii) Once the EMD of L bidder is transferred in the manner mentioned above ,Tender fees, if

any, deposited by the bidders will be transferred electronically from the pooling account of the

Government Revenue Receipt Head “0070-60-800-013-27” through GRIPS for Government

Tenders and to the respective linked bank accounts for State/ PSU/Autonomous Body/Local

Body/ PRIs etc. Tenders.

viii) All refunds will be made mandatorily to the bank account from which the payment of EMD

and tender fees (if any) were initiated.

.

8. RATE: The price is to be quoted in Indian Rupees for foreign items including cost of insurance, custom duty, packing, forwarding, freight charges, clearing charges and installation of the new instrument. Agency commission, if any payable in Indian Rupees including five years of comprehensive /annual maintenance contract beyond guaranty/warranty period should also be mentioned. The instrument is to be transported in such packaging so that there is no damage to the primary packaging during the transportation process. The basic rate should be furnished inclusive of Customs Duty, Transportation Cost, Insurance, Freight, Testing charges, Incidental Charges etc. but excluding of GST, Excise Duty, Entry Tax & Cess etc. which shall be quoted separately in the template for Bill of Quantities (BOQ). Percentage of Excise Duty, CESS etc, Percentage of GST to be mentioned in the appropriate Column of the template for Bill of Quantities.

9. ORDER & SUPPLY: Orders for the supply of the approved products will be placed with the successful tenderers after the execution of the agreements, and such supply shall have to be made in such instalments as may be fixed or spread over the period to be specified in the supply orders to be made in pursuance of the agreements. The successful tenderer will have to supply within the specified time schedule that had been assured at the time of selection as supplier.

Page 8: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 8 of 45

10. WITHDRAWAL / CANCELLATION & PURCHASE POLICY OF TENDERING AUTHORITY: The tendering authority reserves the right to withdraw any item from the tender at any stage. The selection of such item, if already made in favour of any Tenderer, shall be treated as cancelled. The tendering authority reserves the right to reject or accept any tender or part thereof at any stage or to split any tender without assigning any reason thereof. Withdrawal of tender or any revision after submission of tender by the Tenderer will not be allowed. The tendering authority reserves the right to accept or reject any tender, in part or in full, without assigning any reason thereof. Purchase will, however be made following the existing purchase policy of the Govt of West Bengal and its amendment(s) made from time to time. The purchase policy of the State Government as provided in the West Bengal Financial Rules, the policy of price preference in particular incorporated under Notification No. 10500-F dated 19.11.04 should be observed in considering the tenders. 11. Important Instruction with regard to submission of tender. The rate should be quoted in Indian Rupees (both in figure and words) for a particular brand or model / model no. of the offered item only as mentioned in the appropriate column of the 'Tender Form'. (Alternative offer will not be accepted). The tender shall be cancelled for the quotation of item without its brand name, model, model no. etc. The detail information regarding the manufacturer and the item quoted in the 'Tender Form' shall be furnished. 12. Spare Parts The Bidder will undertake that supplies of necessary maintenance equipment and spare parts will be made available for all items/ equipments and the complete system for at least five years on a continuing basis. However, this does not relieve the supplier of any warranty obligations under the contract. 13. GUARANTEE / WARRANTY PERIOD: THE TENDERERS MUST QUOTE FOR 1 YEAR COMPREHENSIVE ON SITE WARRANTY OF ENTIRE SYSTEM (INCLUDING ALL SPARES & LABOUR) FROM THE DATE OF COMPLETION OF THE SATISFACTORY INSTALLATION. For Extended warranty of 3 years rate should be quoted separately. 13.2 All faults appearing and their rectification shall be periodically advised to the laboratory, the period being not more than a month. 13.3 Any lacuna or lacunae noticed in the functioning of the installation as a result of any design feature shall be rectified by the supplier free of cost. 14. After Sales Services and Maintenance Contract After sales services will be provided by the supplier during and after guarantee period of the equipment. Details along with the yearly maintenance charges for 5 year after warranty shall be quoted separately. 15.Delivery, Installation and Commissioning 15.1 Delivery of the goods at the purchaser's premises shall be completed by the Supplier in accordance with the terms specified by the purchaser. 15.2 The installation, testing and commissioning of the proposed system shall be completed in accordance with the order. 15.3 In case of distributor, the firm should be direct distributor from the principal's. The sub-distributor authority by distributor will not be accepted at all. 16. SPECIAL TERMS AND CONDITIONS FOR TENDER SUBMISSION The tenderer should have been in this business for a period of at least two years in the country in relation to the type of equipment for which the quotations / tenders are being submitted.

Page 9: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 9 of 45

A proof of ownership/ partnership etc. shall be submitted along with verification of address, telephones and fax numbers. The tenderer should submit statement of financial standing from their bankers. The name of the bank along with full address is to be furnished. The supplier should submit a statement of overall turnover for the previous three years. If applicable a copy of the applicant’s annual report and accounts for each of the last three years should also be submitted. The tenderer is also required to submit performance report from other similar organization where the firm is registered for supply and erection of similar projects of hospital equipment/system. He will also submit list of organizations where the System has been installed by the firm in the last two years. The tenderer has to give a certificate that the firm has not been blacklisted in the past by a Institution Government/Private or convicted in any criminal case. If the tenderer gives a false statement on any of the above information the firm/supplier will not be considered and their quotation/tender shall be rejected and the security deposited shall be forfeited. The manufacturer should submit all the quotations directly or through their authorized agent where applicable provided the manufacturer accepts responsibility for any lapse on the part of the agent and authorization certificate must be enclosed. Quality assurance certification like ISO 9000 series should be enclosed wherever applicable.

17. PENALTY CLAUSES- PENALTY FOR FORMATION OF CARTEL OR FURNISHING OF FRADULENT/ MISLEADING DOCUMENTS: If during the tender process or at any state during the validity of the tender period, it is found that a Tenderer(s) has formed a cartel in what so ever form or name to fix up the rates or suppliers to the detriment of the fairness of the tender process, penal measures shall be initiated. Similar penal measures shall also be initiated against those tenderers who have submitted false/ misleading/ fraudulent documents or made incorrect declarations. The penal measure will be Forfeiture of Earnest Money, Forfeiture of Performance Bank Guarantee if enlisted as a supplier. 18. APPEAL: Appeal against the decision of the Principal of Midnapore Medical College and to impose such a penalty will lie with Tender Selection Committee. Review against the decision of the T.S.C. will lie with Health & F.W. Deptt of the Govt The Special Secretary/Secretary/Principal Secretary will be the appellate authority within the Department of Health & Family Welfare, Government of West Bengal. Before imposing any penalty as per clauses 21, 22 and 23 the concerned supplier may appeal to the authority citing the proper reasons for non- imposing the penalty as stated. 19. AGREEMENT: On a tender being accepted, intimation of acceptance will be forwarded to the Tenderer by Principal of Midnapore Medical College. After communication of the same, the Tenderer and the selected distributor (in the event of distributor to receive order and payment in his name) will have to execute agreement in the prescribed form with the Principal of Midnapore Medical College. In case any direct purchasing unit wishes to go for a separate agreement the head of the purchasing unit must get written permission to that effect from his controlling authority. This present document and the tender forms filled in by the Tenderer or copies thereof in so far as they are not inconsistent with these terms & Conditions will be incorporated as part of the agreement. Such agreement will be binding on the Tenderer and distributor. 20. VALIDITY PERIOD OF AGREEMENT: The contract period will be for a period 180 days from the date of finalization of tender. 21. PERFORMANCE BANK GUARANTEE’ The performance bank guarantee will be mandatory for all suppliers and will not be waived in any case. The successful tenderers shall be required to furnish the ‘Performance Bank Guarantee’@ 10% of base rate per item for which the Tenderer has been selected as supplier. 22. INSPECTION: Before submitting the tender, the intending tenderers should thoroughly acquainted themselves with the proposed supply and installation by local inspection of site and make into consideration the site condition and other criterion for effecting smooth supply. No claim whatsoever will be entertained afterwards.

Page 10: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 10 of 45

23. PAYMENT TERMS: Payment will be made through e payment system through ECS/ RECS/ RTGS after execution of due supply as ordered subject to: Submission of Performance Bank Guarantee in terms of Clause 21 and subject to penalty clause in terms of Clauses 17. Supply of the materials as per specification as provided in the tender documents and the catalogue. Supply of the materials within the supplied period as specified in the work orders. The status of orders, Goods received note and payments will be available on-line for the vendors in the vendors portal in the Departmental website www.wbhealth.gov.in: Vendor Portal. and in & http://midnaporemmc.ac.in On being selected, the successful vendors will have to submit one application to Principal of Midnapore Medical College and concerned procuring authorities. Stating the name of the payee/ recipient, Bank account no with MICR code, IFSC of the payee/ recipient for making e payment. No manual payment is allowed to be made as far as practicable. In case of letter of credit (LC), purchaser’ bank issues Guarantee of Payment against LC opened in that bank to the Suppliers bank for payment as mutually agreed by both the purchaser and the supplier. 80% of payment is guaranteed for release to the supplier on production of the followings. Rest 20% of payment will be released after successful installation of the instruments. I) Supplier’s invoice in original ii) Packing List iii) Certificate of Country of origin iv) Manufacturer’s guarantee and inspection certificate v) Insurance Certificate vi) Name of vessel/carrier vii) Bill of Landing/Airway bill viii) port of Loading, x) Date of shipment 24. Dates & Information:

Sl. No.

Items

Date(s) & Time

1. Date of uploading of N.I.T. Documents (online) from this end. 28.05.19 at 11.59 P.M.

2. Documents download/sell start date (Online) 30.5.19 from 11 AM

3. Date of Pre Bid Meeting and workshop with the intending bidders at the office of the Principal of Midnapore Medical College.

3.6.19 at 12 noon.

4. Date of hoisting of documents at Departmental Website (www.wbhealth.gov.in) & http://midnaporemmc.ac.in

30.5.19 at 11 AM

5. Bid Submission starting (On line)

04.06.2019 at 11 A.M.

6. Bid Submission closing (On line)

20.06.2019 at 6 P.M.

7. Last Date of submission of hard copies along with receipt of Earnest Money Deposit (online)

22.06.2019 up to 5 P.M.

8. Bid opening (Bid A ) 25.06.2019 at 1 P.M.

9. Date of uploading list for Technically Qualified Bidder (online) (Bid A)

04.07.2019 onwards.

10. Date & Place for opening of Financial Proposal (Bid B) (Online) To be notified later on.

11. Date of uploading of list of bidders along with the approved rate To be notified later on.

Page 11: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 11 of 45

PRINCIPAL OF MIDNAPORE MEDICAL COLLEGE RESERVES THE RIGHT TO CHANGE THE ABOVE SCHEDULE IN CASE OF ANY EXIGENCIES AFTER PUTTING UP A NOTICE IN THE DEPARTMENTAL WEBSITE AND MIDNAPORE MEDICAL COLLEGE NOTICE BOARD.

➢ The document containing the specification, quantity of items and the eligibility criteria of the applicants etc.

may be obtained from the web site www.wbhealth.gov.in under the option ‘TENDER’ &

https://wbtenders.gov.in

➢ Interested bidders may attend the Pre-BID meeting to be held on 03-06-2019 at 12 noon at the office of the

Principal, Midnapore Medical College, Paschim Medinipur

➢ The last date of receipt of EoI in the prescribed format online provided in the document for the scheme is 22-

06-2019 till 5 p.m.

The Tender documents in this regard will also be made available in the departmental website –

www.wbhealth.gov.in (under the ‘TENDER’ Section link) and https://wbtenders.gov.in No objections in this respect will be entertained raised by any Bidder who will present during opening of bid, or from any Bidder who will absent at the time of opening of Financial Bid. No informal tenderer will be entertained in the Bid further. During the scrutiny, if it comes to the notice to tender inviting authority that the credential or any other paper found incorrect/ manufactured/ fabricated, that bidder would not allowed to participate in the tender and that application will be out rightly rejected without any prejudice. A HELP DESK is set up at Midnapore Medical College to help and guide the prospective bidders. Prospective bidders may contact personally or over phone vide phone no 03222- 274321 / 264941/ 222644 or mail their queries in the following e mail addresses : [email protected] Prospective bidders must take training from authorised agencies before submission of their bids. The Tender Selection Committee reserves the right to cancel the N.I.T. due to unavoidable circumstances and no claim in this respect will be entertained.

Sd/- Principal

Midnapore Medical College Paschim Medinipur

Page 12: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 12 of 45

FORMAT FOR CHECK LIST

Sn Items Pl mark Page no 1 Application submitted in Annexure I Yes No

2. Annexure II (Authorization letter of signatory from the Company)

Yes No

3. Annexure III (Copy of agreement between the manufacturer and the Distributor)

Yes No

4. Copy of PAN Card of the authorised signatory: Yes No

5. Copy of Challan of Rs 20000/- in favour of Principal of Midnapore Medical College as Earnest Money

Yes No

6. Last 3 financial years’ returns of Income Tax Yes No

7. Last quarters of last 3 financial years’ returns VAT & GST Yes No

8. Last quarters of last 3 financial years’ returns of CST Yes No

9. Affidavit of non conviction affirmed before a Notary public/ First Class Judicial Magistrate/ Executive Magistrate (affidavit sworn after 01.01.2014)

12. Lead time compliance certificate from the tenderer Yes No

Page 13: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 13 of 45

Annexure I

APPLICATION FORMAT (To be furnished in the Company’s official letter pad with full address and contact no etc)

To The Principal, Midnapore Medical College, Paschim Medinipur

Sub: NIT for ……………………………………………………………. for Principal of Midnapore Medical College. Ref:- Sir, Having examined the pre-qualification & other documents published in the N.I.T, I / we hereby submit all the

necessary information and relevant documents for evaluation : 1. That the application is made by me / us on behalf of ………………………………………

In the capacity of……………………………………………..…duly authorized to submit the offer. The authorization letter from the Company is attached in Annexure II. 2. We accept the terms and conditions as laid down in the NIT mentioned above and declare that we shall abide by it for throughout the tender period. 3. We are offering rate for the following item /items and assured supply to the Health & Family Welfare Department, Government of West Bengal as per Table-1 (Instuments Specification) 4. a. We propose that the order and bill should be raised in our name. For liaisoning, we have appointed M/S ……………………………………………….. having its office at ………………………………………………………………………………. (Address, contact no and e mail address) as C&F agent / Liaisoner /Contact person/………. Others (strike out whichever is not applicable) as per clause ……… of the NIT OR b. We propose that order and bill should be raised in favour of our authorized distributor. For that purpose, we have appointed M/S …………………………………………… having its office at ………………………………….. (address with contact no and e mail address) as authorized Distributor who will receive order and payment in his name on our behalf. c. The agreement between ourselves and the distributor/C&F/ Liaisoner & other documents as prescribed is attached in annexure III 5. In the event of being selected, supply will be made within the stipulated period excepting the condition which is beyond our control. 6. We understand that: (a) Tender Selection Committee/ H&FW Dept can amend the scope & value of the contract bid under this project. (b) Tender Selection Committee/ H&FW Dept reserves the right to reject any application without assigning any reason; Date:-

Signature of applicant including title And capacity in which application is made.

Contact no: Tele:

Mobile: E Mail address:

Page 14: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 14 of 45

Annexure II

Authorization letter From Company for authorized signatory

Page 15: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 15 of 45

Annexure III

Copy of Agreement signed between the Tenderer and the Distributor etc.

Principal Midnapore Medical College,

Paschim Medinipur Specifications in Separate Page:-

Page 16: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 16 of 45

Page 17: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 17 of 45

Page 18: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 18 of 45

Page 19: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 19 of 45

Page 20: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 20 of 45

Page 21: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 21 of 45

Page 22: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 22 of 45

Page 23: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 23 of 45

Page 24: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 24 of 45

[ SUBJECT : SPECIFICATIONS OF SURGICAL INSTRUMENTS ]

1. Colonoscope /Lower GI Endoscope

• OPTICAL SYSTEM - Field of view - Normal 170º , Near 160º

Direction of view - Forward viewing

Depth of field - Normal 5-100 mm, Near 2-6 mm

• INSERTION SECTION - Distal end outer diameter 13.2 mm

Insertion tube outer diameter 12.8 mm

Working length - L: 1680 mm I: 1330 mm

• INSTRUMENT CHANNEL - Channel inner diameter 3.7 mm

Minimum visible distance 4.0 mm (Normal) from the distal end

• BENDING SECTION - Angulation range -Up 180º / Down 180º / Right 160º / Left

160º

TOTAL LENGTH- L: 2005 mm, I: 1655 mm

2. Upper GI endoscope –

• Forward viewing

• Field of view 140 degree

• Depth of field – 2mm-100mm

• Outer diameter of insertion tube – 12.6 mm

• Outer diameter of distal end -12.2 mm

• Working length – 1030 mm

• Total length – 1350 mm

• Instrument channel inner channel A : 2.8 mm , B : 3.7 mm

Page 25: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 25 of 45

Items GROUP 1 - Laparoscope with Single Chip Camera System and Accessories,

Recording System and Hand Instruments.

Qty

1. Single Chip Endoscopy Camera system having following details:

Image Sensor - ½ “ CCD Chip

Pixels - 752 (H) x 582 (V)

Resolution - 450 Lines Horizonta

Minimum Sensitivity – 3 Lux (f- 1.4 mm

Exposure Control – 1/50 Sec – 1/10000 Sec

Camera control unit should have accessories output to control external devices like

video printer from the camera head buttons

Programmable Functional Keys on camera head for various functions like automatic

white balance, gain control, brightness control etc.

The Optical Lens should be between 28-30mm to connect to Telescope. . Compatible

with all flexible video scopes and video laparoscopes.

01

2. LED Light source:

LED light source of 170 Watts or more

Should be able to produce white light.

Should have continuous automatic and manual adjustment of light output.

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

light.

Should have minimum lamp life time of 30000 Hrs.

Compatible with all flexible video scopes and video laparoscopes.

01

ANNEXURE-III

TECHNICAL

SPECIFICATION

GROUP-1 LAPAROSCOPE WITH ACCESSARIES

Page 26: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 26 of 45

3. High Resolution Video medical grade Monitor:

24’’ or more High resolution Medical grade Monitor, resolution minimum

500 horizontal lines with S-VHS, composite video, input, option for wall

mounting and desktop in same unit.

01

4. Fiber Optic Light Cable:

Fiber Optic light cable of actual bundle size: 4.5-4.8mm, length : 250cm.

02

5. Video Trolley:

Suitable video trolley to be supplied for mounting equipments having minimum

four self in addition to with one drawer, with antistatic wheel casters, front

lockable, high grade of electrical insulation and earth protection. 5Ampere socket,

10Nos, inbuilt with trolley to connect all electronic devices. CO2 bottle stand

should be integrated with trolley. Potential equalization connection to be provided

at least 8 points.

01

6.

IMAGE MANAGEMENT SYSTEM

a) Documentation system for digital storage of still images, video sequences and

audio files.

b) Latest processor & 320 GB HDD, which should be specified

c) Largest possible RAM, which Should be specified

d) Integrated DVD/CD writer with maximum speed which should be specified

01

e) Blue Ray DVD compatibility

g) All types of connecting cables (BNC, DVI) and connectors, which should be

specified

h) Switch all connectors and connection cables (BNC, S-VIDEO(Y/C), VGA),

which should be specified

i) Separate mobile cart with lock and key for housing all the components of the

image management system

j) It should be medical grade.

k. Full HD recording,

l) Synchronised voice recording

m) Search control menu option should be available.

Page 27: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 27 of 45

12 . Reusable Trocar & Cannula:

Cannula size : 5.5-6mm diameter; should have multifunctional valve and automatic

valve to prevent damage of sharp instruments and tip lens while passing through the

cannula valve. It should have stopcock for CO2 insufflation. Trocar should have

pyramidal tip with pin holes near the tip for safety outlet of CO2 gas.The working

length of the canula should be 100-110 mm.

06

13 . Veress Needle:

Veress pneumoperitoneum needle with spring loaded blunt stylet with working length

with luer lock. Size 80 and 153 mm- one each, size 130 mm – two

04

7. VIDEO COLOR PRINTER/ LASER COLOUR PRINTER

i. For endovision camera and multi colour systems existing in country. ii. Large

colour prints of video images with outstanding quality at least 4 different Images

can be stored and printed on one sheet. iii. Memories at least 4 rame, should be

compatible with any monitor and should be Supplied with all connecting cables,

satisfying international quality controls, safety Norms and power supply iv. It

should be CE approved.

01

8. 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

9.

Telescope:

Straight forward telescope,0 degree enlarged view, size: 10 MM

rod lenses system ,Length:30- 31 cms, Autoclavable, Fiber optic light transmission

incorporated

01

10 . Telescope:

Forward Oblique telescope,30 degree enlarged view, size: 10 MM

rod lenses system ,Length:30- 31 cms, Autoclavable, Fiber optic light transmission

incorporated

01

11 . Reusable Trocar & Cannula:

Cannula size : 11-12 mm diameter; should have multifunctional valve and automatic

valve to prevent damage of sharp instruments and tip lens while passing through the

cannula valve. It should have stopcock for CO2 insufflation. Trocar should have

pyramidal tip with pin holes near the tip forsafety outlet of CO2 gas. Working length

100-110 mm.

02

Page 28: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 28 of 45

14 . Trocar and Cannula having automatic valve,for Ring Applicator, size: 10mm

01

15 . Grasping Forcep Fenestrated:

Atraumatic serration, fenestrated, grasping forcep with unipolar connection, insulated

sheath, handle without ratchet. Should be dismantable into three parts namely, outer

tube, handle and inserts. Length between 35-36cm, size: 5.0mm.

01

16 . Grasping Forcep Fenestrated curved:

Atraumatic, fenestrated, curved grasping forcep with unipolar connection, insulated

sheath, handle without ratchet. Should be dismantable into three parts namely, outer

tube, handle and inserts. Length between 35-36cm, size: 5.0mm

01

17 . Bowel Grasping Forcep:

Bowel Grasper fenestrated, size: 5.0mm, length 35-36cm, handle with ratchet,

insulated shaft.Dismountable into three parts.

02

18 . Fan shaped retractor

Rotating, size 5mm, length

3336cm, dismantling facility - 2nos

02

19 . Bipolar Forcep:

Bipolar Grasping Forceps size: 5mm, robust type, take apart in nature that it can be

dismountable into three parts, handle, insert grasper and working tube; with movable

inner sheath and non-retracting jaws. Working length 32-33cm Handle should be

spring type.

01

20 . Bipolar Insert Only:

Bipolar grasping insert only, robust type to fit with main bipolar forceps.

02

21 . Inner Sheath:

Inner sheath with HF insulation to fit with main bipolar forceps.

02

22 . Heavy Duty BIPOLAR Grasping forceps with ceramic insulation, with broad

jaw straight, rotatable and dismountable

02

23 . Heavy duty BIPOLAR Scissor rotatable and dismountable for better cleaning etc 02

24 . Heavy Duty Curved BIPOLAR Grasping and dissecting forceps with ceramic

insulation, with broad jaw straight, rotatable and dismountable

01

25 . Item 25. Bipolar HF Cable:

Bipolar HF cable compatible to connect with main bipolar forceps.

02

26 . Unipolar curved Kelly dissecting and Grasping Forcep:

Kelly curved dissecting and grasping forceps insulated, atraumatic, working length

35-36 cm, size: 5mm,dismountable into handle, insert and working tube. Handle

without ratchet.

01

27 . Insert Forcep Unipolar:

Insert forcep Kelly type curved atraumatic jaw compartible with main Kelley curved

dissecting forceps.

01

Page 29: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 29 of 45

28 . Unipolar Tooth Grasping forcep:

Tiger Jaw 2x4 teeth insulated. Dismantable into different parts, insert, handle and

working tube, Working length of 35-36 cm, size: 5mm. Handle with ratchet.

01

29 . Babcock Forcep:

Oviduct forceps to hold the fallopian tube, purely atraumatic without serration.

Working length 35-36 cm, size: 5mm, handle without ratchet.

02

30 . Scissor curved Unipolar:

METZENBAUM curved scissor, length of blade 12mm, connection for unipolar HF

cable, dismountable into insert, tube and handle. Working length 35-36 cm, size:

5mm, handle without ratchet.

01

31 . Insert curved scissor:

Scissor curved inset to fit with main curved scissor.

02

32 . Reducer from 11mm to 6mm 04

33 . Reducer sleeve from 11mm to 6mm 01

34 . L-shaped hook dissector with unipolar HF connection. 02

35 . Spatula/Blunt dissector with unipolar HF connection 01

36 . Claw Forcep:

10 mm claw forcep 2x3 teeth short with ratchet. With suitable length between

3336cm, dismountable into handle, insert & outer tube.

04

37 . Spoon Forcep:

Retrieval of foreign body/stones forcep, size 10mm without ratchet. With suitable

length between 33-36cm, dismountable into handle, insert & outer tube.

01

38 . Mayoma Fixation Instruments 5mm as well as 10mm two each 04

39 . Heavy Duty Roburst Bipolar Forcep length: between 35- 36cm, rotating

dismantable, preferably wide jaw with spare insert and handle.

01

40 . Clip Applicator:

Medium Large clip applicator dismantable rotating size: 10mm, length 36cm, for

Titanium clips with ratchet to lock the jaw holding the clip.

01

41 .

42 . Two Way Suction irrigation cannula, size:

5mm&10mm each with special handle with trumpet control for irrigation and suction

with silicon tubing.

02

43 . CCL Vaginal extractor for LAVH surgery 01

44 . Uterine Manipulator for LAVH surgery: the angle of tip should be able to move

and deflect in control direction

01

45 . Puncture Needle, size: 5mm, length 36cm 01

Page 30: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 30 of 45

46 . Needle Holder:

Macro needle holder with tungsten carbide insert, ergonomic pistol handle, with

disengageable ratchet, jaw curved to left, size: 5mm, length : 32-33cm for use with

suture material size: 0/0 to 7/0.

01

47 . Assistant needle holder 01

5mm diameter instrumentations with a working length of atleast 32-33 cms with

tungsten carbide insert tips for straight and curved needles. 2 for straight & curved

needles with carbide insert tip

48 . HF Needle Electrode:

High Frequency Needle for splitting and coagulation, insulated, with connection pin

for unipolar coagulation, working length 31-33cm.

01

49 . HF Needle Only:

Needle insert only suitable to insert with HF needle electrode.

02

50 . Unipolar HF Cable:

Unipolar HF cable suitable to connect with forcep and electrosurgical unit.

02

51 . Washers

For 5 & 10 mm cannula and reducers -

100

each

52 . Sterlization/Disinfection Tray:

Disinfection/Sterlization tray with sieve, tray to lift. Size: 27”x7”x5”(LxBxD

53 . Formaline Chamber:

Formaline Chamber made of Virgin Acrylic 4.5mm thickness;

size:26”x8”x8”(LxBxH) with three tray, for sterilizing the laparoscope, preferably

with three tray

02

54 . Suitable Autoclavable plastic tray double tray for sterilization and storage for

hand instruments of minimum 20 hand instruments preferably from OEM.

02

Page 31: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 31 of 45

55 . CO2 Electronic Insufflator 20L/M and above flow rate:

Electronic CO2 insufflators with pin index connection

Should have an adjustable flow rate of 0 to 20 ltr. Per minute or above and a pressure

range adjustable between 0-30 mm Hg.

Preset and actual value for Pressure and flow should be displayed together on the

front panel in digital display.

Constant monitoring of intra-abdominal pressure; any overpressure is released

immediately with back flow with acoustic alarm.

Unit should have in-built heater to warm up and preheat the CO2 gas.

Should be able to select either central supply (4.5Kg/cm2) input pressure from

central supply as well as direct connection to high pressure CO2 cylinder and should

indicate the right inlet pressure of CO2 gas supply by bar graph on front panel of

machine.

Unit should produce immediately acoustic alarm in case of sudden blockage in the

gas outlet tube or wrongly placed Veress Needle.

Provided with Silicon autoclave tubing with luer attachment.

Should have internal heater to initially heat the CO2 gas to a level to make it from

liquid to gas.

Instrument should work on a universal power supply of 100-240 V, with a frequency

of 50 Hz single phase.

Electrical Safety certification – IEC-601-1 and CE acc to MDD

Should have data communication port for remote control.

01

56 . HP Hose:

Suitable high pressure hose pin index to connect the gas to insufflator, length : 1.0

meter.

01

57

. Vessel Sealing System

Display 7 segment LED

Dimension (wxhxd) 290mmx105mmx260mm

Weight 4kg

Keyboard Feathertouch

Input supply voltage 230vac +15%@50/60hz

Seal : Mode Programs Power Load Operating Frequency

Soft 99 150W 300 Ω 1Mhz

Force 99 150W 300 Ω 1Mhz

01

Page 32: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 32 of 45

Bipolar : Mode Programs Power Load Operating Frequency

Bi-coag 99 120W 300 Ω 1Mhz

Bi-cut 99 120W 300 Ω 1Mhz

58 . SUCTION-IRRIGATION UNIT

a) Pump for irrigation and suction

b) Maximum irrigation pressure 700 mm Hg

c) Maximum Suction pressure 0.65 bar

d) Control from control panel and/or foot pedal

e) Overflow protection on suction bottles(bottles can be local made)

f) Accessories should include silicone tubings (2 nos), bacterial filter and bottles

with cap

g) Irrigation suction flow rate should not be less than 1.3-1.5 L/min.

1

Group 2 - Hysteroscopy with controlled irrigation system.

ITEM

Group II - Hysteroscopy with controlled irrigation system.

QTY.

1. Operating and Contact-Hysteroscope Forward-Oblique Telescope 30°,

enlarged view, magnification 1x, 60x, diameter 4.0 mm, length 30 cm,

autoclavable, fiber optic light transmission incorporated, for contact

ClopoMicro Hysteroscopy.

1

2.

Forward-Oblique Telescope 30°, enlarged view, diameter 4.0 mm, length 30

cm, autoclavable, fiber optic light transmission incorporated, For use with

regular examination of uterine cavity and for TCRE.

1

3.

4.

Hysteroscope sheath for diagonostic continuous irrigation size 4.5-4.6mm

outer sheath and 3.8-3.9mm inner sheath for use with 2.9-3.0mm

hysteroscope telescope.

1

Page 33: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 33 of 45

5.

Continuous irrigation flow operating sheath Inner size between 4.9-

5.0mm and outer size between 5.5-5.6mm having operating channel 5Fr,

to be used with 2.9-3.0mm telescope, with LEUR lock and inflow and

outflow channel.

1

6. Examination Sheath, diameter 5.0-5.1 mm, to be used with 4mm telescope,

with 1 LUER-Lock adaptor

1

7.

Continuous flow Examination Sheath, inner size diameter 5.2-5.3 mm, &

outer dia size 6.2-6.3mm to be used with 4mm telescope, with 1 LUER-Lock

adaptor

1

8.

Continuous Flow Operating Sheath, inner size 5.4-5.5mm,& outer size

6.06.1mm, with 5 Fr. channel for operating instruments, with 1 stopcock and 1

LUER-Lock adaptor

1

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

2

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

2

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

2

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

13. Bipolar vaporisation electrode, 5 Fr. length 36 cm 2

14. High Frequency Cord with 4 mm plug HF-unit, older models, 300 cm 2

15. Bipolar High Frequency 2

Page 34: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 34 of 45

16.

Controlled irrigation and suction system

1)Suction and irrigation system for use in hysteroscopy

2) Irrigation function is performed by electric pump

3) Maximum parameters for hysteroscopy are set

4) Precise presetting of volume and pressure of suction and irrigation

parameters via touch keys.

5)Adjacent display scales for set values and actual value to ensure safe

monitoring.

6)To be used with pressure regulated from 15-153 mm of Hg, automatic cut

off at 200 mm hg and flow rate regulated from 30- 500ml/min. Suction

regulated to 0 to -50kPa. Power supply 100-240 VAC, 50/60 Hz, Mains

cord. 7)Connecting cable 100 cm, one pedal foot switch. hysteroscopic

tubing set

8)Suction and irrigation tube, antireflex surface with two way stop cock for

single hand control.

9)Suction bottle 1.5 l and 5 l, sterilizable with bottle stand and bottle stand

holder.

10)Silicon Tubing Set for suction ,sterilizable.

11) should be from same manufacturer as of Hysterescope

01

17.

Sterlization/Disinfection Tray:

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

instruments

3

18. Storage Autoclavable Tray Storage hard plastic with sieves for all

hysteroscope instruments should be autoclavable

2

1. The core Operating Hysteroscope like Telescopes, Controlled suction irrigation unit, hand

instruments (sheaths,bipolar forcep, unipolar forcep, HF needle etc.) should be from single

manufacturer for system compatibility. Items like disinfection tray, storage tray should be of

equal high quality.

Item

Group 3 - Full HD Video Colposcope System

Qty

Page 35: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 35 of 45

1 Must have High Definition (HD)video output

Should have Full HD- 1920 x 1080 HD output

Should have CCD sensor- 1/3 type CMOS with high speed Digital

Signal Processing.

Should have aspect ratio of 16:9 (HD)

The video colposcope must have magnification from min.1x to max.

26 x

Should have 3-Video output + USB output:

Full H. D: Digital: DVI – 1920 X 1080, 2. S-video, 3. Composite

Video (BNC)

Magnification Indicator and real time clock facility on screen

LED based inbuilt light source with life span of minimum 20000 hrs.

With facility to vary the LED light intensity, if required.

Facility for fast focusing, zooming, image freeze using thumb on the

hand held unit itself. 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. Colposcopy REID Evaluation

Facility for Image capture & Freeze, Recording, Observation,

One (1)

processing, Saving and Printout.

Acetic test timer and magnification indicator should be displayed on

screen.

There must be Electronic Green Filter in the hand-held unit without

decrease in illumination.

Control panel should have feather touch and water proof buttons

Facility for Fast auto/manual focusing Internal Image freeze

function facility.

It should be equipped with Gamma Processor to enhance vascular

structure

Manufacturer should be ISO 13485 medical device manufacturer

or CE or US FDA certified. Desktop computer flat screen with latest processor and color laser

printer

Page 36: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 36 of 45

Item Group-4- LEEP Electrosurgical Equipment with Smoke

Evacuator and Integrated Cart

Quantity

1. - 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/CE approved

-

1

Group-4- LEEP Electrosurgical Equipment with Smoke Evacuator and

Integrated Cart

Page 37: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 37 of 45

Page 38: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 38 of 45

Page 39: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 39 of 45

Page 40: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 40 of 45

Page 41: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 41 of 45

Page 42: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 1 of 45

Page 43: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 2 of 45

Page 44: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 3 of 45

Technical Specifications of PC Based ENG Machine

Minimum Technical Specifications required : CHANNEL

4 or more

A/D CONVERSION

14 Bit ADC

SAMPLING RATE

500 Hz

SWEEP SPEED

5/10/20 mm/sec

LOW FILTER 0.1, 0.3, 0.5, 1, 3, 5 Hz

RANGE ± 16mV

NOTCH FILTER 50 Hz

RANGE OF EYE DETECTION ±30° Horizontal/Vertical

CMRR

> 100 dB

NOISE LEVEL

< 5 µV P-P

LINEARITY • Horizontal 1% full scale

• Vertical 1.2% full scale OPTICAL STIMULUS TYPE

Light Bar

PATIENT TO BAR DISTANCE

1 meter

TARGET POSITION

Gaze Targets ±30°

OPTOKINETIC

6 Targets

SAFTY Optical Isolation

The following features should be available in the unit offered:

• User selectable test sequence

• Patient data compression

• Sensitivity and filter reformatting

• Computer controlled light bar

• Automatic calculation of culmination frequency with manual override

• Automatic plotting of butterfly charts

• Auto calculation of slow phase velocity

• Auto derivation of canal perisis and directional preponderance

START-UP KIT WITH STANDARD ACCESSORIES MUST BE PROVIDED WITH THE UNIT

• Electrodes

• Patient Cable

• Light Bar

• Earthing Cable

• User Manual

• PC (desktop with Printer)s

Page 45: NOTICE INVITING E-TENDER FOR SUPPLY AND …midnaporemmc.ac.in/notice/TenderDocuments_29.5.2019.pdf4. ELIGIBILITY FOR QUOTING: Only Manufacturers, Direct Importers, authorized distributors

Page 4 of 45

TO BE QUOTED AS OPTIONAL • ECG Cart

• PC

• Printer