Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
EMPLOYEES’ STATE INSURANCE CORPORATION DENTAL COLLEGE & HOSPITAL
Sector-15, Rohini, New Delhi – 110089. Website: www.esic.nic.in
(Notice inviting Tender for Dental & Medical Equipments and Instruments.)
Sealed tenders under “Two Bid System”are invited by Medical Superintendent ESI Hospital Sector-15, Rohini, New Delhi -110089 for the supply of following equipments and instruments required for ESIC Dental College & Hospital, Sector-15, Rohini, New Delhi– 110089. S.No. Name of Equipment Required
Quantity
Earnest Money Deposit (EMD)in (Rs.)
1. Needle burner with Syringe Cutter 07 Nos. 1750/-
2. Plaster dispenser 01 No. 2250/-
3. Pressure Molding machine
(for Pedodontics Deptt.)
01 No. 1750/-
4. Steam Cleaner 01 No. 6250/-
5. Extraction Forceps: Sets a)Lower Premolar Forceps b)Coup Land Straight shank elevator
04 No.
[Qty.05 Sets :
Grooved(5)+Non
Grooved(5)]
1000/-
6. Dewaxing Unit 01 No. 2250/-
7. Microsurveyor 01 No. 2000/-
8. Lab micromotor with heavy duty hand piece. 01 No. 2500/-
9. Spindle Grinder 01 No. 6000/-
10. Burnout Furnace 01 No. 11250/-
11. Sandblasting Machine 01 No. 7000/-
12. Pindex System 01 No. 6250/-
13. Circular Saw 01 No. 8500/-
Fax: 27553098
14. Vacuum Mixer 01 No. 6500/-
15. Pneumatic Chisel 01 No. 3000/-
16. Casting Machine 01 No. 33750/-
17. Phantom Heads 20 Nos. 1,35,000/-
18. Autoclave Type B 01 No. 17,500/-
19. Gear Reduction Handpieces 03 No. 8250/-
20. Piezo Surgery Unit 01 No. 24250/-
21. Fully loaded automatic Dental chair (required for setting up Satellite Dental Clinic at ESI Dispensary, Narela ,Delhi)
01 22500/-
22. Table top front loading Autoclave (required for setting up Satellite Dental Clinic at ESI Dispensary, Narela ,Delhi)
01 5000/-
23. Hand instruments (required for setting up Satellite Dental Clinic at ESI Dispensary, Narela ,Delhi)
As per details in the
specifications. 3550/-
Interested firms are requested to download the tender form with terms & conditions from
Website- www.esic.nic.in . Separate bid has to be submitted for each item. Tender form is to
be submitted complete in all respects along with prescribed EMD in favour of “ESIC FUND
ACCOUNT No.1” New Delhi in form of Demand Draft or Banker cheque only.
Tender complete in all respects must be deposited in tender box kept in the chamber
of Medical Officer In charge Room No.319, 3rd Floor, ESIC Dental College & Hospital, ESI Hospital Complex,Sector-15,Rohini, New Delhi-110089 up to 1.00 pm on 30-10-2013.
Tender received late will not be entertained.
Tender will be opened on 30-10-2013 at 2.00 pm in the chamber of Medical Officer In charge Room No.319, 3rd Floor, ESIC Dental College & Hospital, ESI Hospital Complex, Sector-15,Rohini, New Delhi-110089 in the presence of bidders or their authorized
representatives. 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
EMPLOYEES’ STATE INSURANCE CORPORATION DENTAL COLLEGE & HOSPITAL Sector-15, Rohini, New Delhi – 110089.
Website: www.esic.nic.in
No.115/U/16/30/DC/Final Year/Phantom Heads and Final Year Equipments Dated: 30/09/13
(Notice inviting Tender for Dental & Medical Equipments and Instruments.) Sealed tenders under “Two Bid system” are invited by Medical Superintendent ESI Hospital Sector-15, Rohini, New Delhi -110089 for the supply of following equipments and instruments required for ESIC Dental College & Hospital, Sector-15, Rohini, New Delhi – 110089.
S.No. Name of Equipment Required
Quantity
Earnest Money Deposit (EMD)in (Rs.)
1. Needle burner with Syringe Cutter 07 Nos. 1750/-
2. Plaster dispenser 01 No. 2250/-
3. Pressure Molding machine
(for Pedodontics Deptt.)
01 No. 1750/-
4. Steam Cleaner 01 No. 6250/-
5. Extraction Forceps: Sets a)Lower Premolar Forceps b)Coup Land Straight shank elevator
04 No.
[Qty.05 Sets :
Grooved(5)+Non
Grooved(5)]
1000/-
6. Dewaxing Unit 01 No. 2250/-
7. Microsurveyor 01 No. 2000/-
8. Lab micromotor with heavy duty hand piece. 01 No. 2500/-
9. Spindle Grinder 01 No. 6000/-
10. Burnout Furnace 01 No. 11250/-
11. Sandblasting Machine 01 No. 7000/-
12. Pindex System 01 No. 6250/-
13. Circular Saw 01 No. 8500/-
14. Vacuum Mixer 01 No. 6500/-
15. Pneumatic Chisel 01 No. 3000/-
16. Casting Machine 01 No. 33750/-
17. Phantom Heads 20 Nos. 1,35,000/-
18. Autoclave Type B 01 No. 17,500/-
19. Gear Reduction Handpieces 03 No. 8250/-
20. Piezo Surgery Unit 01 No. 24250/-
21. Fully loaded automatic Dental chair (required for setting up Satellite Dental Clinic at ESI Dispensary, Narela ,Delhi)
01 22500/-
22. Table top front loading Autoclave (required for setting up Satellite Dental Clinic at ESI Dispensary, Narela ,Delhi)
01 5000/-
23. Hand instruments (required for setting up Satellite Dental Clinic at ESI Dispensary, Narela ,Delhi)
As per details in the
specifications. 3550/-
Tenders complete in all respect, must be deposited in the office of the Medical Officer In charge
Room No.319, 3rd Floor, ESIC Dental College & Hospital, ESI Hospital Complex, Sector-15,Rohini,
New Delhi-110089 on or before from the date of opening up to 1.00 P.M. on 30-10-2013.
The tenders will be opened on the same day in the chamber of Medical Officer In charge Room
No.319, 3rd Floor, ESIC Dental College & Hospital, ESI Hospital Complex, Sector-15,Rohini, New
Delhi-110089 at 2.00 P.M. in the presence of tenderers or their representatives who may like to be
present on that day. In case date of opening of tender is declared as holiday tenders shall be
received and opened on next working day as per the above mentioned schedule.
The tender/s should be submitted in sealed envelope addressed to the Medical Superintendent, ESI Hospital, Rohini, sector 15, Delhi-110089, The envelope should be super-scribed as “Tender for
Equipment/Instrument (Serial Number & Name of equipment/instrument)” due on 30-10-2013, Medical Superintendent, ESI Hospital, sector 15, Rohini,Delhi-110089.
Tenderers are to submit two bids Viz. Techno-commercial Bid and Price Bid separately super-
scribing as “Tender for Equipment/Instrument (Name of equipment/Instrument) due on 30-10-2013 on first envelope and “Price Bid” for “Tender for Equipment/Instrument (Name of
equipment/Instrument) due on 30-10-2013 on the second envelope. Both the envelopes should have name of the company quoting the tender, Each and every page of the quotation should be separately numbered and duly signed. Both the envelopes are again to be sealed and put in a single envelope Super-scribing name of equipment/Instrument and name of company last date of submission of tender addressed to the Medical Superintendent, ESI Hospital, Rohini, sector 15, Delhi-110089.
The contents of Techno Commercial Bid should include following items:
1 Covering letter indicating the list of enclosures. 2 EMD in accordance with instructions as above. 3 Name and detailed specifications of the quoted Equipment/Instrument with price Blanked 4 Name and detailed specifications of essential accessories if any with price Blanked 5 Name and detailed specifications of optional accessories if any with price Blanked 6 Name and detailed specifications of the alternative Equipment with price Blanked 7 Warranty Offered…..Year/s (Minimum for Two Years) 8 Rates of AMC and CAMC minimum for 5 years after expiry of warranty. 9 Statement of deviation parameter wise from tendered commercial conditions,
/specifications if any. 10 Copy of latest PAN/TAN 11 Statement of deviation parameter wise from tendered conditions, if any. 12 Authority letter from manufacturer/ authorize distributor/ stockiest. 13 Users List. 14 Name and address of nearest authorized service center. 15 Catalogue of the equipment showing the make/model no and specifications. 16 Declaration/ undertaking on stamp paper as per the Performa enclosed.
The contents of Price Bid should include following items:
1. The information given at Techno commercial bid should be reproduced in price bid with prices indicated.
2. Rates should preferably be typed in words as well as in figures, free from erasing, cutting and over-writing.
3.Price quoted should match with the items quoted in technical bid.
4.Each and every page of the quotation be separately numbered and duly signed.
5.Only Techno-commercial bid (Un-Priced bid) will be opened first and shall be referred for the Technical Evaluation. The price bid of only those tenderers whose technical bid is found acceptable by the competent authority will be opened for further action.
6.In case the price quoted cannot be matched with the item/s quoted in technical bid the bid shall be liable to be rejected.
7.Rates and S.T./ VAT must be quoted separately .The price should be all inclusive lump sum price offered for each item including cost of the equipment, freight, insurance, transit insurance, packing forwarding etc. and including charges for installation and commissioning with all the men and material required for the same and included charges for the quoted warranty period.
8.The price should be on F.O.R. ESI Hospital, Rohini, Sector-15, Delhi-110089. No other charges in addition will be payable on any account over and above the lump sum price quoted in the price bid. The rates quoted in ambiguous terms such as “Freight on actual basis” or “Taxes as applicable extra” or “Packing forwarding extra” will render the bid liable to rejection.
9.The price should be quoted in I.N.R.
TERMS AND CONDITIONS GOVERNING CONTRACT FOR EQUIPMENTS:
1. The Tenderer must enclose a draft/banker Cheque for rupees mentioned against each items as earnest money drawn in the favor of “ESI Fund A/C No.1.”
2. EMD Deposited with earlier tender if any or in any other form as given, will not be adjusted/accepted against this tender. Tender without EMD will not be accepted in any case.
3. Tenderer will have to demonstrate the quoted item if required to Technical Evaluation Committee within the stipulated time frame as and when asked for or as has been mentioned in the tender. The tender shall be liable to be cancelled on non-compliance of this clause.
4. EMD will be released after finalization of tender to unsuccessful bidder/s. 5. Successful bidder has to deposit 10% of the total cost of equipment as performance security
with the Medical Superintendent in the form of Demand Draft/ Banker’s Cheque/ Bank guarantee else 10% of the payment due (Rounded-up) shall be with-held which will be released on satisfactory performance of the equipment after expiry of warranty.
6. The firm should undertake that the rates quoted are not the higher than quoted for any other govt. Institution / hospital in India.
7. The company will get only one chance for demo. In case the company fails to arrange the demo the tender shall liable to be cancelled.
8. The date for demonstration shall be fixed with mutual consent on telephone the same shall be confirmed in writing and by fax. In any case not more than two weeks time shall be given to arrange for demo.
9. In case demo of the equipment is required the same has to be arranged at Delhi or NCR. 10. Only the item/s of manufacturers or their authorized distributor/stockiest would be
considered. 11. Tenderer must provide the telephone and fax no with tender for all correspondence. 12. The equipment should be guaranteed /warranted for a minimum period of two years or as
mentioned in specifications the date of satisfactory installation and inspection. 13. Delivery schedule: - Within 4 weeks after placement of supply order. 14. Firm should undertake to enter into Annual Maintenance Contract (AMC/CAMC) for
equipment as well as for accessories attached, for minimum period of five years after completion of warranty period and accordingly quote the rates of AMC for five years. The rates quoted should be both for Comprehensive AMC (CMC) as well Non Comprehensive AMC (AMC) for five years. Firm should undertake to keep the equipment in running order throughout the year and in case of equipment going out of order the fault will be attended within 24 hours of lodging the complaint.
15. Payment of equipment will be made within two weeks after the successful installation, training to user deptt. and satisfactory inspection of the equipment.
16. For the equipment where reagents, cartridge, consumables, etc. are required. The price bid must include: A) Rate list indicating the prices and packing prevalent on date of tendering, B) List indicating cost and life of consumables.
17. Photocopy of latest PAN Should be enclosed with the completed tender. 18. Tenderer if not a manufacturer, has to submit manufacturer’s authorization certificate. 19. No of installations, installations in local area, feed-back from them, proximity of service center,
quality of equipment, Duration of Warranty offered, rates of AMC/CAMC, modern technology, shall also be a criteria in making the decision.
20. Higher end model/additional feature may get preference. 21. In case the firm wants to visit the user dept. they can visit on working days during working
hours i.e. from 10:00 A.M. to 3:00 P.M.in order to find the suitability of place, availability of electronic points, water supply and to assess any other condition required for the equipment.
22. If any accessories like voltage stabilizer, water filtration/ purifier/ soften plant etc. are required with the equipment must be quoted with the equipment.
23. The Medical Superintendent has the right to accept or reject any or all the tenders without assigning any reason(s) thereof.
24. The Tenderer is required to submit undertakings as per the Performa enclosed on a non-judicial stamp paper of Rs.10/-
25. In a tender , either the Indian agent on behalf of the Principal/OEM or Principal / OEM itself can bid but both can not bid simultaneously for the same item/product in the same tender.
26. If an agent submits bid on behalf of the principal / OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/product.
Medical Superintendent
UNDERTAKING: (To be submitted in non judicial stamp paper of Rs. 10/=)
1 I,……(Name of authorized Signatory) the undersigned hereby declare and affirm that I have gone through the terms and conditions governing the tender and undertake to comply with all terms and conditions.
2 That the rates quoted by me are valid and binding upon me for the period validity of tender. 3 The rates quoted are not the higher than quoted for any other govt. Institution / hospital in
India. 4 That the earnest money of Rs._____________deposited by me vide Banker
Cheque/Demand Draft no.___________ Dt.___________drawn on…………..(Name of the Bank) is attached herewith.
5 That I/We authorize Medical superintendent to forfeit the earnest money deposited by me/us if any delay or failure to supply the article within the stipulated time and the items of desired/quoted quality.
6 That I will be in the position to provide Annual Maintenance Contract/Comprehensive Maintenance Contract (AMC/CMC), spare parts, accessories attached and its consumables for 5 years from the date of satisfactory installation of the equipment till the AMC/CMC period is over.
7 That there is no vigilance/CBI case or court case pending against the firm, debarring my firm to supply of items quoted.
8 That I hereby undertake to supply the items as per directions given in supply order within stipulated period.
9 That I undertake to maintain the equipment to the satisfaction of user during the period of warranty and guarantee.
10 I have been informed that the Medical Superintendent has the right to accept or reject any or all the tenders without assigning any reason thereof.
11 We (Name of firm) undertake that we will provide 3 (Three) preventive service on quarterly basis during the warranty and AMC/CMC period as offered in our tender and any no. of break down calls shall also be attended within 24 hrs. I also agree that the payment of AMC/CMC shall be made to me on quarterly basis after satisfactory preventive service.
Signature and address of the Tenderer
Performa Quotation
S.No. Particulars
1 Name of manufacturer and model quoted
2 Whether the equipment quoted meets all specifications or not
3 Any deviation from tendered specifications
4 Additional features if any
5 Authority letter from manufacturer/ authorize distributor/ stockiest.
6 Nearest place for availability of after sales service
7 List of the installations provided or not
8 Relevant catalogues enclosed or not
9 Any deviation from terms and conditions of tender
10 Validity of tender (Minimum one year)
11 Declaration/ undertaking on stamp paper as per the performa enclosed
12 Copy of latest PAN/TAN
13 Total cost of equipment including essential accessories Prices to be blanked in techno commercial bid
Prices to be indicated only in price bid
14 Rates of Sales Tax/ VAT etc. chargeable on 10 above F.O.R.
DO DO
15 Warranty offered (minimum 24 months after successful installation and satisfactory inspection)
16 Rate of AMC year wise minimum for five years after expiry of warranty.
DO DO
17 Rate of CMC year wise minimum for five years after expiry of warranty.
DO DO
TENDER SPECIFICATIONS OF EQUIPMENTS AND INSTRUMENTS. Specifications of (Item No.1) Needle burner with Syringe Cutter.
Two in one electrical and manual
Powder coated moulded body device
To be used both for syringes and needles
Portable
Needle destruction above 900 °C
Dual movable electrodes.
Container for Safe disposal of needles and syringes.
Sharp stainless steel scissors.
Safe and shock proof.
Maitainance free
Provision for removable collection tray or box for refused needle and syringe barrel nozzles
Safety fuse
Power supply 220 V
Make: Indigenous/ Imported
Specifications of (Item No.2) Plaster Dispenser.
Should have a capacity of 20-30 kgs
Should be wall mounted
Should have a stainless steel body
Should have inside rubber container to prevent dispersion of dust in the environment
Plaster should be protected from humidity and other polluting elements
Should dispense plaster in dusty powder form
Digital electronic timer preferred
Source: Indigenous / Imported. Specifications of (Item No.3) Pressure Moulding Machine
It should be equipped with heat insulating material and devices
It should have a timer to prevent overheating of heater
It should have fuse to prevent overload
It should have noise filter.
Power Supply: 110 or 220 V, 50/60 Hz
Heater Output: 550 W
Motor Output: 1250 W
It should have a CE certification.
It should be supplied with 100 sheets for fabrication of appliance
It should be able to fabricate Splint / ortho retainer, Surgical / implant stent, Temporary
crown & bridge form, Bleaching / fluoride tray and Night / mouth guard.
Source: Indigenous / Imported.
Specification of (Item No.4) Steam Cleaner
It should have all stainless steel/ Teflon coated tank with stainless steel fittings.
It should have external sight glass and protective cover, with ball check valves.
It should have stainless steel heating element for reduced sediment in vessel.
It should have water intake valve with back-up flow protection.
It should have insulated nozzle assembly.
It should have automatic shut-off - with low water light indicator.
It should have convenient foot pedal control for steam release.
It should be easy to plumb.
It should be with steam gun.
It should be easy to clean.
It should be able to remove Wax and plaster .
Warranty-It should have one year warranty. Source: Indigenous / Imported.
Specifications of (Item No.5) Extraction Forceps: Sets
(a)Lower Premolar Forceps (Qty.:4 Nos.)
-High Quality ,Non corrosive stainless steel.
-British Pattern.
Source: Indigenous / Imported.
(b)Coup Land Straight shank elevator [Qty.05 Sets : Grooved(5)+Non Grooved(5)]
-High Quality ,Non corrosive stainless steel.
-Grooved and non grooved blades.
Source: Indigenous / Imported.
Specifications of (Item No.6) Dewaxing Unit -Double walled, outer and inner wall made up of stainless steel 304 grade.
-The gap between the walls is filled with glass wool to minimize loss of temperature.
-Temperature is controlled by hydraulic thermostat from 5 degree Celsius above ambient to
100 degree Celsius with a sensitivity of +/-5 degree Celsius bath consists Mechanical timer
can be set ½ hour to 2 hour. Inner working size 260x230x330mm to 330x280x380mm.
-To work on 220/230 volts AC
-corrosion resistant.
-Make: Indigenous/Imported
Specifications of (Item No.7) Microsurveyor
Dimensions : Length 100m.m. X width 80m.m. X Height 200 m.m. to Length 120m.m. X
width 110m.m. X Height 250 m.m.
Weight: 350 gms. To 500 gms.
-should have compact design and portability.
-should be useful for patient consultation and explanation of treatment.
-Should have freely adjustable points and easily readable scale lines.
-should come with all the attachments.
Make: Indigenous/imported
Specifications of (Item No.8) Lab micromotor with heavy duty hand piece
Should be powerful and have stable torque.
Hand piece should be easy to handle, lightweight and precise in function.
Should have dust free mechanism for high durability.
Noise should be minimal and vibrations least.
Should not get heated after long hours of working.
Should not have any play in the hand piece.
Should have increased chuck strength for working on various materials.
Speed 1000-50,000 rpm/min, variable speed control.
Should have sufficient length.
Should have a straight hand piece.
CONTROL UNIT
Speed 1000- 50,000/min.
Should have Hand as well as Foot Control.
Easy to operate display panel and user friendly design.
Audible function check.
Digital speed display.
Error code display function.
Voltage 220V to 240V.
HANDPIECE
Should have high torque.
Should be Heavy Duty.
Weight should not be more than 300 g.
Minimum one year warranty on hand piece from original manufacturer.
Make: Indigenous/imported
Specifications of (Item No.09) Spindle Grinder.
(Spindle grinder with dust collector)
High speed alloy grinder
Adjustable spindle working height with automatic spindle- 220 V, 50-60 Hz
Approximate measurements:
o Width= 10.25 inch ( 260 mm)
o Length= 11.75 inch ( 298 mm)
o Height= 11.00 inch ( 279 mm)
o Weight= 29- 31 lb
Grinder variable speed control – 24,000-27,000 rpm
Heavy duty ¼ HP capacitor start motor in totally enclosed housing
Power output connection for automatic on/off dust collector with vacuum suction
Suction port for connection to dust collector
Should be provided with a compatible dust collector:
o Should be quiet (59 dB noise level), compact and portable
o One HP motor, approx 112 cubic feet per minute suction power
o Filter to retain large and fine dust particles ensuring long life of the motor
Make: Indigenous/imported
Specifications of (Item No.10) Burnout Furnace
Maximum temperature provided should be approx 1200 degree Celsius and working
temp of 1150 degrees Celsius.
Should have multi stage programmable feature, an electronic microswitch, digital
display cum controller
Temperature control with electronic microprocessor which allows
o setting of temperature,
o maintenance time,
o speed at which temperature rises.
High protection against corrosion
Internal chamber size : Approx 550 cubic inches
Fork/forceps for placement and removal of ring
Make: Indigenous/imported
Specifications of (Item No.11) Sandblasting Machine
Should have twin pen sandblaster with different nozzle sizes and minimum two
tanks of approx 0.5 L-1 L each to be used for alumina from 50-250 microns.
Highly durable long lasting blasting tips of 2 sizes
Should have atleast two carbide tips for micro sandblasting
Sand recycling system
Adjustable pressure with pressure regulator
Should have atleast two airpressure controllers
Should have excellent visibility and lighting inside the chamber with protective shield
It can be attached with vacuum
Should have pneumatic foot control
Prefitted for connection to suction system/ extractor
Should have airgun
Should be supplied with compatible suction system for sand blaster
o Compact
o Reasonable suction volume
Should be provided with compatible compressor
o 100 % continuous operation possible
o Low noise levels between 50-60 dB (A)
o Moisture draining facility
o Compressor should have facility of automatic switch on and off according to
demand
o 20 L tank capacity with air output 60-70L/min
o Small size and should have wheels for easy movement
Make: Indigenous/imported Specifications of (Item No.12) Pindex System
Laser beam indicator for accurate pin hole location
Should have precision pinhole drilling unit. Drill should automatically penetrate to
exact depth.
Adjustable working position
Design should be ergonomic for both sitting and standing operators
Comprise of high speed motor for use of pindex drill bur
Make: Indigenous/imported
Specifications of (Item No.13) Circular Saw
Unit for cutting of dies
Machine that causes the disk to spin with adjustable model holder
Circular saw comprising of metal disc or blade with saw teeth on edge
Approximate dimension of saw = 75mm x .25mm
Saw blade of stainless steel
Approximate rotational speed range = 3500-5000 rpm
Internal suction system
Inbuilt electromagnet
Dual security
Dust filter
Make: Indigenous/imported
Specifications of (Item No.14) Vacuum Mixer
It should provide in vacuum paddle mixing of coatings, investments, plasters and
alginates for dental use.
Digital electonic control with microprocessor and LCD alpha numeric display
Programmable with respect to
Spatulation time
Spatulation speed between 100-500 rpm
Pre insertion vacuum
interval time allowing spatulation direction rotation change
Should have in built oil free vacuum pump.
Electronic vacuum control. Maximum vacuum should be approx 740 mmHg
Standard cup capacity of 500 cc
Should have air filter
Weight should not exceed 11 kgs.
Power supply : 230 V 50/60 Hz
Accessories: Additional size/ sizes of cups for mixing
Make: Indigenous/imported
Specifications of (Item No.15) Pneumatic Chisel
(Pneumatic chisel with compressor)
Stainless steel body with automatic oil feeder and provision of controlling incision
power by handpiece.
Air pressure maximum upto 5/6 bar
Air consumption 40-50 lt/min.
Noise level should not exceed 78 dB (A).
Should be provided with a compatible compressor having following features:
o 100 % continuous operation possible
o Low noise levels between 50-60 dB (A)
o Moisture draining facility
o Compressor should have facility of automatic switch on and off according to
demand
o 20 L tank capacity with air output 60-70L/min
o Compact and should have wheels for easy movement
Source: Indigenous / Imported.
Specifications of (Item No.16) Casting Machine.
Induction casting machine for casting of inlays, crowns and bridges and cast partial
frameworks
Should have touch button control panel with soft keys
Casting temperature should be ideal for all commercially available alloys
Automatic weight balancing and positioning of the arm for casting
Internal water cooling tank (Closed circuit cooling system)
Simple setting mechanism facilities and rapid adjustment to different mould sizes
should be available
Alloy fusion process should be clearly visible
Timed end of cycle shutdown of the cooling pump.
Auto standby function when idle for 5 mins.
Safety features including display of error in casting procedure, water/coolant level
warning, cover lock indicator.
Low noise level and vibration free
Should be provided with appropriate stabilizer
Accessories:
o Different sized crucibles
o Different sizes of metal rings
o Fork for all cradles
o Different sizes of rubber bases
o Silicarb glassy carbon insert
Source: Indigenous / Imported.
Specifications of (Item No.17) Phantom Head.
Specifications of Phantom Head Simulators with Work Stations
PHANTOM HEAD TABLE:
Phantom head table (45”L x 29” W x 34” H)) should have two work stations diagonally opposite
to each other. There should be adequate space for the working of two students simultaneously.
Table top should be made up of stainless steel and have two drawers.
Each work station should be fitted with:
Control box for attachment of Micromotor, 3 way syringe and Airrotor with transparent water
tank, tubing for air rotor and foot control with nut fittings.
One Air rotor super torque hand piece and 2 spare cartridges per air rotor handpiece with
minimum of 6 months warranty from original manufacturer.
Micromotor (20,000 – 40,000 rpm) – 1 no.
Contra angle handpiece with E-type attachment – 1 no.
Three way air-water syringe – 1 no.
Manual controls for adjusting speed, forward/ reverse motion, hand/ foot control, on/off
function.
DENTAL OPERATING LIGHT:
Dental Operating light should have variable intensities of lux from 5000 to 40,000. It should be
LED reflected light with antiglare protection shield .
PHANTOM HEAD:
Phantom Head with mannequin body and pneumatic piston for all movements like tilting and
rotation, high quality ball & socket neck joint for all movements of the neck and TMJ with
provision to even fix TMJ in open position.
Phantom Head with excellent quality face mask which can be easily retracted, totally closed oral
cavity, drain nipple for drainage of water and container for waste water collection of 3 to 5
litres.
1 set of articulator upper and lower jaw set with elastic removable gingival with articulator.
2 sets of 32 gnathologically contoured ivory teeth with screws.
WORKING STOOL:
Should be a five wheel surgical stool with pneumatic piston for height adjustment, seat and
backrest.
PLEASE NOTE: All the pipe line and air and water connections should be done by the vendor.
Specifications of (S.No.18) Autoclave Type B
Table Top class ‘B’ Autoclave for hollow and porous products.
Should have 17-25 liters tank capacity.
Temperature range 121-134.
Should be fully microprocessor controlled with wide screen LCD display.
Should have electro-mechanical system with double protection lock.
Should have push-button control system to operate.
Should have high penetration fractionated vacuum system to ensure the complete removal
of air.
Should have customized vacuum drying facility.
Autoclave should go into standby mode on the completion of last cycle.
It also should have automatic shutdown facility.
System should have integrated safety features and Process Evaluation System.
Should have B universal 134, B Prion 134 and Universal 121, all cycles provide Pre & Post
vacuum phases..
It should also be possible to integrate thermal printer at later stage.
Should be supplied with:
o Tray holder
o 3 trays
o Tray remover
o Integrated water filling & draining tank
o One Pen Drive USB
Should be 2004/93/42/108/EEC, EN 13060, EN 61060-1, EN 61060-2-040, CE & FDA
approved.
Source: Indigenous / Imported.
SPECIFICATIONS OF (ITEM NO.19) GEAR REDUCTION HANDPIECES
1) Should have standard E Type attachment compatible to any type of pneumatic and
electrical motors.
2) Should be 1:128 reducing handpiece.
3) Should have a microhead offering maximum visibility and accessibility in the
posterior regions.
4) Should have an adjustment ring to allow precise torque control preferably provide
four torque levels.
5) Should have a push button head and be applicable to standard rotary Ni Ti file
systems.
6) Should be light weight and autoclavable.
7) Should provide automated declutching to avoid breakage of file.
Specifications of (Item No.20) Piezo Surgery Unit. Piezo surgery unit comprising of:
Piezo surgery hand piece with LED light,
Bone surgery tips-5
Extra sinus surgery tips-5
Non invasive sinus tips with hydraulic pressure-5
Touch screen function,
Extraction tip (fibrotomy)
Peristaltic pumps-2
Multifunctional foot switch
Autoclavable tubings for irrigation
Source- indigenous/ imported
Accessories: Five Autoclavable Tubes for irrigation.
Specifications of (Item No.21) fully loaded automatic Dental chair.
(Electrically operated, Spittoon attachment, Halogen light, Air ventury suction, micromotor, airotor,
light cure unit, 3 way syringe, X ray viewer, instrument tray, dental operators stool with height
adjustment.) Oil free, bacteria free, moisture free compressor.
DENTAL CHAIR
Should have following programmes:-
(a) Auto Return to Zero position.
(b) Should have two preset & two user- selectable programmes.
Should have chair instrument lock for safe operation.
Should have articulated headrest with seesaw movement suitable for pediatric patient.
Dental Light should have variable intensities of lux from 5000 to 35,000. It should be LED
reflected light with antiglare protection shield.
Single multi-functional foot control for all chair movements & dental light operation to avoid
cross – contamination.
All inlet & outlet water pipes, electrical cables & compressed air pipe should be concealed
within the unit for esthetic & hygiene reason.
Should be provided with Doctor’s stool (with up & down movement facility) & with
adjustable backrest tilt. The range of up and down movement should be at least 4-6 inches.
It should have operating Voltage 220 V to250 V (specially designed for Indian condition).
It should have Maximum Height 80 to 90 cm & Minimum Height up to 45-50cm.
Should be CE/FDA approved.
DENTIST ELEMENT
Over head delivery system, consisting of
(a) 3 way syringe
(b) 4 – hole hand piece hose for air turbine , air motor, scaler & light cure (with LED light
unit).
Module system with brushless micro motor with contra – angle hand piece, Two airotor
hand pieces (one super torque and One mini head hand pieces ) All the handpieces should
have guarantee of minimum one year and from original manufacturer. (Hand pieces should
be 93/42/EEC standard)
Should have ultra sonic scaler with minimum five tips.
Should have infection control system (Bios stem) with Non Retraction Valves.
Should have air- pressure meter.
Should have Instrument tray.
ASSISTANT ELEMENT
Assistant element should be fitted with three – way syringe, high volume wet line suction
unit with saliva ejector.
Aerosol suction volume should be 250-300 l/min.
WATER UNIT
Spittoon should be ceramic to maintain the hygiene.
Automatic water swiveling in spittoon & tumbler filler.
Should be provided with air – water separator.
Should be compatible with central compressor
Should be provided with suction compatible with central suction (without inbuilt motor).
COMPRESSED AIR SYSTEM FOR DENTAL CHAIR
Individual voltage variants for easy installation Less energy consumption
100% continuous operation possible
100% Oil free
low noise-Noise level should range between 50-65 dB(A)
Bacteria free & Moisture Free Compressed Air delivery system.
Moisture draining facility
Silver nano particles to prevent rusting of inside tank.
Membrane dryer
The compressors should have facility of automatic switch on and off according to the
demand for compressed air.
20L tank capacity ,air output 60-70l/min
Entire Compressor should be small in size and should have wheels for easy movement
Source: Indigenous / Imported.
Specifications of (Item No.22) Table top front loading Autoclave.
1. It should have capacity of 17-22 Liter.
2. It should be micro processor controlled.
3. It should have separate steam generating chamber
4. 3 times pre vacuum & 1 time post vacuum with dry cycle.
5. It should have LCD display.
Programs:
Emergency: 134 0C/4 min flash cycle.
Solid: 134 0C/4 min for nude and 121 0C/20 min for packed instruments.
Hollow: 134 0C/4 min for nude and Hollow 121 0C/20 min for packed hollow instruments.
Porous: 134 0C/4 min for porous and 121 0C/20 min for packed porous instruments.
Vacuum: 5 min vacuum test program.
Source: Indigenous / Imported.
Specifications of (Item No.23) Hand instruments
INSTRUMENT SPECIFICATION No. of
Units
Mouth mirror Light weight, high quality stainless steel,rust proof 10
Straight probe Light weight, high quality stainless steel, rust proof 10
Tweezer Light weight, high quality stainless steel, rust proof 10
Bur box Metallic for placement of minimum of 10 air rotor burs 2
Spoon excavator
(small)
Small size, Light weight, high quality stainless steel, rust
proof,double ended
2
Spoon excavator
(large)
Large size, Light weight, high quality stainless steel, rust
proof,double ended
2
Condensers (small) Small size, Light weight, high quality stainless steel, rust
proof, double ended
2
Condensers (large) Large size, Light weight, high quality stainless steel, rust
proof, double ended
2
Diamond carver For amalgam, Light weight, high quality stainless steel, rust
proof, with durable steel tip and thin blade
2 units
each
Hollenback Light weight, high quality stainless steel, rust proof, sharp
blade
Cement carrier Light weight, high quality stainless steel, rust proof
Ball burnisher (small) Small size, Round shape, Light weight, high quality stainless
steel, rust proof
Ball burnisher (large) Large size, Round shape, Light weight, high quality stainless
steel, rust proof
Mixing spatula Plastic, thin blade
Mixing spatula Light weight, high quality stainless steel, rust proof, double
ended for mixing cement
Plastic filling
instruments
Thin and narrow blade instrument, Light weight, high quality
stainless steel, rust proof
Composite filling
instruments (set of 6)
Teflon coated, light weight
Ivory no. 1 Retainer Adult size,High quality stainless steel, rust proof, with matrix
bands
Ivory no. 1 Retainer Pediatric size High quality stainless steel, rust proof, with
matrix bands
Ivory no. 8 Retainers High quality rust proof Stainless steel
Tofflemeir retainer High quality stainless steel, rust proof
Extraction Forceps
(Adult ).
Set of 14 forceps with two straight elevators ,Light weight
with durable steel tip
2 sets
Extraction Forceps
(Pediatric).
Set of 07 forceps with one straight elevator, Light weight
with durable steel tip.
2 sets
Elevators
1) Warwick James
2) Straight
elevator
light weight, Rust resistant, Made of German Stainless steel
2
2
Bone Rongeurs 5 mm tip, Light weight, high quality stainless steel, rust
proof
2
Bone file
Double ended, Light weight, high quality stainless steel, rust
proof
2
Suture cutting scissor Size medium, Sharp edges, with fine tip, Light weight, high
quality stainless steel, rust proof
2
Sickle scaler Double ended, high quality stainless steel, rust proof,
medium size, sharp blade
2
Posterior sickle Double ended, high quality stainless steel, rust proof, small
sized blade
2
Universal scaler High quality stainless steel, rust proof, sharp blade 2
Williams Probe Single ended, Stainless steel, Graduated with 1-10 marking
with 4 and 6 missing
2
Probe-Graduated –
CPITN/ WHO
single ended , Clinical type- with markings till 11.5mm 10
Needle Holders Size - 6”, Good quality rust proof steel, with locking system
and small & thin beaks
2
Surgical Kidney
instruments tray
(Shallow type)
Size 8” 4
Surgical Kidney
instruments tray
(Shallow type)
Size – 10” 2
All items should be Autoclavable and rust proof.
Source : Imported / indigenous