Top Banner
KARNATAKA REDDYJANA SANGHA KORAMANGALA, BANGALORE-34 Tender for hospital equipment, furniture and fixtures for Vemana Hospital Marasur Anekal Taluk. DETAILS OF TENDER Cost of Tender Rs. 500/- payable to “Karnataka Reddyjana Sangha” Earnest Money Deposit (EMD) Rs. 2.5% of contract value payable in favor of “Karnataka Reddyjana Sangha” Last Date & Time for receipt of Tender Document 09.09.2016; 16.00 Hrs. Venue: Committee Room Office of the Management Committee RJS Polytechnic college Address for Tender KARNATAKA REDDYJANA SANGHA, Head office, No.1, Mahayogi Vemana road 3 rd block, Koramangala Bangalore-560034 Website: www.reddyjanasangha.org TENDER DOCUMENT Tender for hospital equipment, furniture and fixtures at Vemana Hospital-KRJS, Marasur, Anekal Taluk. The tenders are invited from capable, well equipped, experienced and reputed Firms/Agencies/Organizations for hospital equipment, furniture and fixtures at Vemana Hospital- KRJS, Marasur, Anekal Taluk with the following terms & conditions: 1. SCOPE: Vemana Hospital-KRJS, Marasur, Anekal Taluk is a 50 bed hospital with all modern medical, surgical and investigative amenities. The Hospital consists of OPD, Emergency, Inpatient, ICU, OT services, Referral Services, Blood storage, highly equipped CSSD &and Center for Clinical Investigations, Radiology, Immunology. The Hospital has most of the clinical disciplines which include Pediatrics, OBG Ophthalmology, ENT, General Surgery, General Medicine, Gastroenterology, Dermatology, Orthopedics and many others. It has high potential daily turnout of patients.
105

Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Jun 21, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

KARNATAKA REDDYJANA SANGHA

KORAMANGALA, BANGALORE-34

Tender for hospital equipment, furniture and fixtures for

Vemana Hospital Marasur Anekal Taluk.

DETAILS OF TENDER

Cost of Tender

Rs. 500/- payable to “Karnataka Reddyjana Sangha”

Earnest Money Deposit (EMD)

Rs. 2.5% of contract value payable in favor of “Karnataka Reddyjana Sangha”

Last Date & Time for receipt of Tender Document

09.09.2016; 16.00 Hrs.

Venue:

Committee Room

Office of the Management Committee

RJS Polytechnic college

Address for Tender

KARNATAKA REDDYJANA SANGHA, Head office, No.1, Mahayogi Vemana road

3rd block, Koramangala Bangalore-560034

Website: www.reddyjanasangha.org

TENDER DOCUMENT

Tender for hospital equipment, furniture and fixtures at Vemana Hospital-KRJS, Marasur,

Anekal Taluk. The tenders are invited from capable, well – equipped, experienced and reputed

Firms/Agencies/Organizations for hospital equipment, furniture and fixtures at Vemana Hospital-

KRJS, Marasur, Anekal Taluk with the following terms & conditions:

1. SCOPE: Vemana Hospital-KRJS, Marasur, Anekal Taluk is a 50 bed hospital with all modern medical,

surgical and investigative amenities. The Hospital consists of OPD, Emergency, Inpatient, ICU, OT

services, Referral Services, Blood storage, highly equipped CSSD &and Center for Clinical

Investigations, Radiology, Immunology. The Hospital has most of the clinical disciplines which include

Pediatrics, OBG Ophthalmology, ENT, General Surgery, General Medicine, Gastroenterology,

Dermatology, Orthopedics and many others. It has high potential daily turnout of patients.

Page 2: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

TABLE OF SECTIONS

Sl. No. SECTIONS

1. I – Invitation for Tenders (IFT)

2. II – Instruction to Tenderers (ITT)

3. III – General Condition of Contract (GCC)

4. IV – Special Condition of Contract (SCC)

5. V – Schedule of Requirements with Consignee list

6. VI – Technical Specification

7. VII – Qualification Criteria

8. VIII – Tender form and Price Schedule

9. IX – Details of Earnest Money Deposited

10. X – Contract Form

11. XI – Performance Security Form

12. XI / A – Comprehensive Maintenance security Bank Guarantee Form

13. XII – Proforma for Performance Statement Form

14. XII –Proforma for Qualification Criteria for the Manufacturer

15. XII A– Proforma for Qualification Criteria for the Authorized Agent

16. XIII- Manufacturers Authorization Form

17. XIV – Goods and Quality Control Form

18. XV – Document Verification Checklist

Page 3: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SEALED TENDERS ARE INVITED FOR THE SUPPLY OF HOSPITAL EQUIPMENT, FURNITURE AND

FIXTURES TO

VEMANA HOSPITAL-KRJS, MARASUR, ANEKAL TALUK

SECTION I. INVITATION FOR TENDERS (IFT)

1. The General Secretary, KRJS, Bangalore (Purchaser) invites sealed tenders from eligible tenderers for the supply of

Sr No.

Equipments Qty Total Unit

cost Total cost

1 Ultrasound/ Colour Doppler/echo/3D/4D/Abd/TV/TR/ volume probe 1

2 BMD machine screening 1 3 X-Ray RF System + DSA + Cr system + printer 1 4 X-Ray 300 mA Portable 1 5 X-Ray Portable - 100 MA UHF 1 6 ECG - 12 channel 1 7 TMT 1 8 Centrifuge with glass tube & angle head - table top 45x50x65 3 9 Urine Analyzer 1 10 VDRL Shaker 1 11 Hot Air Oven 1500 W digital PT sensor table top 50x50x50 1 12 Phlebo chair 1 13 Refrigerator 500lts see through floor mount 70x75x200 2 14 Binocular Microscopes tabel top 20*28*40 Olympus 3 15 Blood Cell counter -6 part 1 16 Blood Cell counter -3 part 17 ESR analyser 1 18 Coagulometer 1 19 Elisa reader & washer 1 20 Immuno assay Analyzer 1 21 Fully Automatic Analyzer 1 22 Semi Automatic Analyzer 1 23 Blood Gas Analyzer 1 24 Electrolyte Analyzer 1 25 water bath with digital display, table top 30x27x12 1 26 Ultrasonic Washer 1

Page 4: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep Freeze (-70 Degree) 1 30 Blood Bank Refrigerator 1 31 Tube Sealer 1 32 Insulated transport containers 2 33 Gynec Examination light 1 34 Gynec Chair 1 35 Colposcope 1 36 Labor cot 2 37 Continuous Passive Mobilization 1 38 Ergo cycle 1 39 Examination table OPD couch 1 40 Exercise mattress (6*4 feet) 1 41 Floor model UV IR combined unit 1 42 Foot placement ladder 2 43 Goniometer 360 degree 1 44 High speed wheelchairs 1 45 Hot Pack (8 pack) 1 46 IFT 1 47 Inversion/eversion exerciser 1 48 Medicine balls (set of 0.5 kg to 5 kg) 1 49 Muscle Stimulator 1 50 Newton suit (suspension suit worn on treadmill) 1 51 Nordic walking sticks 1 52 Paraffin Wax bath (16*12*10) 1 53 Parallel bar with mirror 1 54 Portable IR light 1 55 Portable UV light 1 56 Quadriceps Table 1 57 Short wave diathermy 2 58 Shoulder wheel (30' diameter) 1 59 Staircase corner style with Frankels mat 1 60 step stool, Single 4 61 Supination/pronation exerciser 1 62 Suspension frame with couch 1 63 Swiss ball (100 cm diameter) 1 64 TENS 1 65 Theraband (set of light medium and heavy resistance) 1 66 tilt table 1 67 Ultrasound 1

Page 5: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

68 Vibrator belt 1 69 Weight cuff (set of 1,2,5 kg) 1 70 Woble Board (18"*24"*6") 1 71 Nebulizer 8 72 Syringe pump 8 73 Infusion pump 16 74 Suction machine 8 75 ECG Machine - 3 channels 4 76 Oxygen cylinder 8 77 Multi-Parameter Monitor - 7 parameters 15 78 Multi-Parameter Monitor - 5 parameters 8 79 Ventilator 6 80 Ventilator (Portable) 1 81 Cpap 2 82 Defibrillator 8 83 Pulse oximeter - 5 parameter 8 84 volumetric Pump 4 85 Fluid warmer 6 86 Body Warmer 6 87 PCA pump 1 88 O.T Table (ortho + OBG+Gen surgery with fittings) 3 89 O.T Light (2 arms 1.2Lakhs + 80 K lux, LED) 3 90 Anesthesia Machine 3 91 Electrocautery 4 92 tourniquet 3 93 Pneumatic Drill Sets 2 94 Battery Operated Drill Sets 2 95 2 sets each -surgical sets (ortho, OBG & Gen surg) 6 96 X ray view box 4 97 C-arm with IITV 1 98 OT Pendant - (surgeon + anesthestist) 6 99 Laparoscopy Trolley with equipment 1 100 O.T Table ( for minor OT) 1 101 O.T Light ( minor OT) 1 102 Boyle Apparatus 1 103 Plaster Cutter 1 104 Flexible Endoscopy set 1 105 Endo table 1 106 Argon Cautery 1 107 Endoscope Cleaner 1 108 ultrasonic cleaner for endoscopy unit 1

Page 6: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

109 Autoclave-500 plus Lts Horizontal 1 110 Washer disinfector 1 111 ETO Sterilizer 1 112 Wash Sinks, counter tables, trolleys etc. 1 113 Ultrasonic instrument washer 1 114 Setting up Modular OT 20ftx20ft 1

Sr. No. Cost Head Unit unit rate Total in lakhs

1 Intensive Care Units Bed head panels 14

2 In Patient Units Bed head panels 36

3 Ambulance (High End) 1

4 Software (HMS,website, PACS) 1

5 Tool kits 1

6 Fire safety system 1

7 Water heater system 1

FURNITURE & others

Sr. no. Cost Head

No of units

unit price

total In lacs

Common Items

1 Laryngoscope (Adult & Paediatric) 1

2 BP apparatus 10

3 Stethoscope - Microtone 10

4 ECG trolley 1

5 Patient Roller 4

6 Adult Weighing Machine 10

7 Pediatic Weighing Machine 2

8 Kidney tray 15

9 Refrigerator (310 L) 4

10 Television set (29") 2

11 Television set (21") 12

Sr. No. Cost Head Unit unit rate Total in lakhs

1 Intensive Care Units Bed head panels 14

2 In Patient Units Bed head panels 36

3 Ambulance (High End) 1

4 Software (HMS,website, PACS) 1

5 Tool kits 1

6 Fire safety system 1

7 Water heater system 1

Page 7: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

12 Television set (52") 4

13 Hammer 4

14 Microwave 2

15 Scrub sink (single bay) 1

16 Scrub sink (Double bay) - SS pedal opreated 3

Patient Related Furniture

17 Fully Motorised Beds (Private and Suits) 12

18 Semi Motorised Beds (all others) 14

19 ICU Hi-Lo Beds 12

20 Manual double bend beds 12

21 Attendants Beds (Private and twin sharing) 12

22 Crash Cart 6

23 OPD couch 8

24 Doctor's Chairs 10

25 Visitors' Chairs 10

26 Bed side Locker 35

27 Overbed Table 30

28 Anesthetist Stool 3

29 Instrument Trolley 6

30 Dressing Trolley 2

31 Mayo's Table 3

32 Instrument Cabinet 4

33 Stretcher Trolley 2

34 Wheel Chair 4

35 Kick Bucket 2

36 IV Rods (ceiling trackers) 60

37 Linen Trolley 4

38 Single step 10

39 Oxygen Trolley 2

40 Office furniture

41 Executive Table 4

42 Executive Chairs 4

43 Workstations 8

44 Chairs 14

45 Filing Cabinets 6

Central Stores

46 MS Racks 3

47 Storage Cabinets 3

48 Compactors 2

Page 8: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Medical Records, Journals

49 Compactors 2

50 Cupboards 4

51 Table :4'*3.5' with side drawers 2

Tenderers are free to quote for any or all the schedules listed above

The evaluation of tender will be done on per item basis for the items listed in each

schedule

Page 9: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION II: INSTRUCTIONS TO TENDERERS

TABLE OF CLAUSES

Clause Topic Page

No. Number No.

A. Introduction

1. Eligible Tenderer 6

2. Cost of Tendering 6

B. Tender Documents

3. Contents of Tender Documents 6

4. Clarification of Tender Documents 6

5. Amendment of Tender Documents 6

C. Preparation of Tenders

6.. Language of Tender 7

7. Documents Constituting the Tender 7

8.. Tender Form 7

9. Tender Prices 7

10. Tender Currency 8

11. Documents Establishing Tenderer’s Eligibility and Qualifications 8

12. Documents Establishing Goods Eligibility and Conformity to Tender Documents 8

13. Earnest Money Deposit 9

14. Period of Validity of Tenders 9

15. Format and Signing of Tender 10

D. Submission of Tenders

16. Sealing and Marking of Tenders 10

17 Deadline for submission of Tenders 10

18. Late Tenders 10

19 Modification and Withdrawal of Tenders 10

E. Tender Opening and Evaluation of Tenders

20 Opening of Tenders by the Purchaser 10

21 Clarification of Tenders 11

22 Preliminary Examination 11

23 Evaluation and Comparison of Tenders 12

24 Contacting the Purchaser 13

F. Award of Contract

25 Post-qualification 13

26 Award Criteria 13

27 Purchaser’s Right to Vary Quantities at Time of Award 13

Page 10: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

28 Purchaser’s Right to accept any Tender and to reject any or all Tenders 13

29 Notification of Award 14

30 Signing of Contract 14

31 Performance Security 14

32 Corrupt and Fraudulent Practices 14

Page 11: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION II: INSTRUCTION TO TENDERERS

A. Introduction

1. Eligible Tenderers

1.1 Tenderers should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its

affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design,

specifications, and other documents to be used for the procurement of the equipment to be purchased under this Invitation

of Tenders.

1.2 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of

Karnataka

2. Cost of Tendering:

2.1 The Tenderer shall bear all costs associated with the preparation and submission of its tender, and Vemana hospital, KRJS,

Marasur, Anekal Taluk, hereinafter referred to as "the Purchaser", will in no case be responsible or liable for these costs,

regardless of the conduct or outcome of the tender process.

B. The Tender Documents

3. Contents of Tender Documents

3.1 The goods required, tendering procedures and contract terms are prescribed in the tender documents. In addition to the

Invitation for Tenders, the tender documents include:

(a) Instruction to Tenderers (ITT)

(b) General Conditions of Contract (GCC)

(c) Special Conditions of Contract (SCC)

(d) Schedule of requirements with consignee list

(e) Technical Specifications

(f) Tender Form and Price Schedules

(g) Earnest Money Deposit

(h) Contract Form

(i) Performance Security Form

(j) Performance Statement Form

(k) Manufacturer’s Authorization Form and

(l) Equipment and Quality Control Form

(m) Proof of Service Center in Karnataka

3.2 The Tenderer is expected to examine all instructions, forms, terms, and specifications in the tender documents. Failure to

furnish all information required by the tender documents or uploading of a tender not substantially responsive to the tender

documents in every respect will be at the Tenderer’s risk and may result in rejection of its tender.

4. Clarification of Tender Documents

4.1 A prospective Tenderer requiring any clarification of the tender documents may notify the Purchaser in writing to address

indicated in the Invitation for Tenders. The Purchaser will respond in writing to any query or request for clarification of the

tender documents which it receives with in the stipulated period.

5. Amendment of Tender Documents

5.1 At any time prior to the deadline for submission of tenders, the Purchaser may, for any reason, whether at its own initiative

or in response to a clarification requested by a prospective tenderer, modify the tender documents by amendment.

Page 12: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

5.2 Amendments, if any as per clause 5.1 above will be notified as Addendum/Corrigendum and the same will be binding on

all prospective Tenderers.

5.3 In order to allow prospective tenderers reasonable time in which to take the amendment into account in preparing their

tenders, the Purchaser, at its discretion, may extend the deadline for the uploading of tenders.

C. Preparation of Tenders

6. Language of Tender

6.1 The tender prepared by the Tenderer, as well as all correspondence and documents relating to the tender exchanged by the

Tenderer and the Purchaser, shall be written in English language. Supporting documents and printed literature furnished by

the Tenderer may be in another language provided they are accompanied by an accurate translation of the relevant passages

in the English language in which case, for purposes of interpretation of the Tender, the translation shall govern.

7. Documents Constituting the Tender

7.1 The sealed tender prepared by the Tenderer shall comprise the following components and shall be submitted in two covers

containing the documents as follows:

7.1.1 First Cover: (Technical Bid)

(a) Earnest money deposit details (as per the format SECTION-IX ) in accordance with ITT Clause 13, receipt of the

payment made to be submitted.

(b) Documentary evidence established in accordance with ITT Clause 11 that the Tenderer is eligible to tender and is

qualified to perform the contract if its tender is accepted;

(c) Documentary evidence established in accordance with ITT Clause 12 that the equipment and ancillary services to be

supplied by the Tenderer are eligible equipment and services and conform to the tender documents.

(d) VAT/Sales Registration Certificate with Latest commodity list.failing which the tenders shall be considered as

non-responsive.

(e) Sales Tax / VAT Clearance Certificate as per Annexure-I or in the valid format of the Commercial Tax

Department for preceding 3 financial years and Tax cleared up to 31-03-2014, 31-03-2015 & 31-03-2016 i.e. for

the years 2013-14, 2014-15 and 2015-16 issued by the concerned authorities is to be uploaded failing which the

tenders shall be considered as non-responsive..

(f) Annual Turnover statement for preceding three Financial years to 31-03-2014, 31-03-2015 & 31-03-2016 i.e. for

the years 2013-14, 2014-15 and 2015-16certified by Auditor / Chartered Accountant as per Annexure-II is to be

uploaded failing which the tenders shall be considered as non-responsive.. (IT returns will not be considered)

(g) Notarized copy of the Manufacturing license issued by the competent authority failing which the

tenders shall be considered as non-responsive.

(h) Performance of the manufacturer - 80% for preceding three financial years i.e. to 31-03-2014, 31-03-2015 & 31-

03-2016 i.e. for the years 2013-14, 2014-15 and 2015-16 to be submitted as per issued by Competent Authority as

per Section-XII is to be uploaded failing which the tenders shall be considered as non-responsive.

(i) Performance of the dealer- 30% is also to be uploaded as per Section-XII-A in case of tenderer is an

Agent/Dealer along with 80% manufacturer Performance failing which the tenders shall be considered as non-

responsive.

(j) The Certificate of incorporation signed by the Registrar of Companies (ROC) notarized is to be uploaded in case

Proprietor/Partnership Firm registration of firm and VAT registration.etc notorized copy should be uploaded failing

which the tenders shall be considered as non-responsive.

Page 13: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

(k) Tender Form with an undertaking to abide by the terms and conditions of the tender in the format as per Section-

VIII is to be submitted failing which the tenders shall be considered as non-responsive.

Page 14: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

(l) The Manufacturers Authorization Form, referred in Section-XIII, in original, and copy of manufacturing license

of the authorization issuing firm are also to be uploaded. The letter of authority should be issued to only one agent

irrespective of models for this particular IFT. If it is found that letter of authority issued to more than one firm, all

the bids for which the authorization is given will be considered Non responsive.

(m) Equipment and quality control Employed by manufacturer as per proforma given in Section- XIV; failing which the

tenders shall be considered as non-responsive.

(n) Attested copy of valid SSI certificate issued by Director of Industries Commerce, Government of Karnataka is to

be uploaded, by SSI units of Karnataka otherwise they will not treated as SSI units of Karnataka.

(o) Self declaration stating that the firm is not black listed by any Government / Quasi Government

/ any other organizations and will not supply refurbished Hospital Furniture and Fixtures /items failing which the

tenders shall be considered as non-responsive..

(q) The tenderer quoting for the ITEMS under import license shall produce all the above mentioned documents and also

has to produce the following documents as formalized as per the prevailing international norms or bilateral

agreements between India and the exporting country. Failing which the tenders shall be considered as non-responsive.

a) Valid import license.

(p) Documentary evidence established in accordance for Service Center in Karnataka with maintenance staff and

other details to be submitted otherwise will be considered as “Non-Responsive”.

(q) Notary attested photo copies of ISO and CE/FDA Certificates, is to be submitted, otherwise the products will not

be considered otherwise will be considered as “Non-Responsive”.

(r) List of EQUIPMENT & Furniture quoted along with country of origin and Model quoted by the tenderer should

be clearly furnished separately and should be submitted otherwise will be considered as “Non-Responsive”.

(s) The Original Technical specifications information complete Literature & Brochure of medical equipment, non-

medical equipment and Hospital Furniture & Fixtures quoted by the Tenderer is to be submitted otherwise will be

considered as “Non- Responsive”.

(t) Compliance for the Tender specifications and clarifications for deviations of the medical equipment, non-

medical equipment and Hospital Furniture & Fixtures quoted by the Tenderer is to be submitted otherwise will be

considered as “Non- Responsive”.

(u) Checklist as per format\ should be uploaded. (SECTION – XV)

(v) Proof of 80% performance (Supply orders copies) along with Performance of the manufacturer - 80%

for preceding three financial years, the supply order copies issued by end user should be submitted or otherwise will

be considered as “Non- Responsive”.

(w) Proof of 30% performance (Supply orders copies) for preceding three financial years, the supply order

copies issued by end user in case of tenderer is an Agent/Dealer should be submitted or otherwise will be

considered as “Non- Responsive”.

The tender document shall have signature on all pages including the annexure by the authorized signatory, The

documents / certificates should be under the name and address of the premises where items quoted are actually

manufactured. The Documents uploaded should be clearly visible failing which such documents shall not be

considered. The documents uploaded in general documents should be named individually.

Page 15: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Note: The originals of all the documents submitted under Technical Bid shall be produced for verification on the

day of opening of the Technical Bid or any day from the day of intimation from this office. The manufacturing

premises of all responsive bidders will be subjected to physical verification if required by KRJS or by an agency

authorized by the KRJS to ascertain as to whether the bidder has the required manufacturing capacity

commensurate with the bid quantity.

7.1.2 Second Cover: (Financial Bid)

7.1 Prices shall be mentioned in the format provided

7.2 The originals of all the documents submitted under Technical Bid shall be produced for verification on the day of

opening of the Technical Bid or any day from the day of intimation from this office failing which the tenders shall be

considered as non-responsive.

9. Tender Prices

9.1 The Tenderer shall indicate on the Price Schedule the unit prices and total tender prices of the item it proposes to supply

under the Contract. However, tenderers shall quote for the complete or partial requirements of Furniture and services

specified under each item on a single responsibility basis, failing which such tenders will not be taken into account for

evaluation and will not be considered for award.

9.2 Prices indicated on the Price Schedule shall be entered separately as below:

(i) The price of the equipment & furniture, quoted (ex-works, ex-factory, ex-showroom, ex-warehouse, or off-the-shelf,

as applicable), including all duties and sales taxes charges to be paid.

a. on components and raw material used in the manufacture or assembly of equipment quoted ex-

works or ex-factory; or

b. on the previously imported equipment of foreign origin quoted ex-showroom, ex-warehouse or

off-the-shelf.

(ii) Any duties, sales and other taxes which will be payable on the equipment if this Contract is awarded;

(iii) The price for inland transportation, insurance and other local costs incidental to delivery of the equipment to their

final destination; and

(iv) The price of other incidental services listed in Clause 4 of the Special Conditions of Contract.

(v) Towards year wise Comprehensive Maintenance Contract, the tenderer will be required to quote in the select

column provided as per section VIII B. The same will be duly signed by the contractor.

9.3 The Tenderer’s separation of the price components in accordance with ITT Clause 9.2 above will be solely for the purpose

of facilitating the comparison of tenders by the Purchaser and will not in any way limit the Purchaser's right to contract on

any of the terms offered.

9.4 Prices quoted by the Tenderer shall be fixed during the Tenderer’s performance of the Contract and not subject to

variation on any account. A tender uploaded with an adjustable price quotation will be treated as non-responsive and

rejected, pursuant to ITT Clause 22.

10. Tender Currency

Page 16: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

10.1 Prices shall be quoted in Indian Rupees only.

11. Documents Establishing Tenderer's Eligibility and Qualifications

11.1 Pursuant to ITT Clause 7, the Tenderer shall furnish, as part of its tender, documents establishing the Tenderer’s eligibility

to tender and its qualifications to perform the Contract if its tender is accepted

11.2 The documentary evidence of the Tenderer's qualifications to perform the Contract if its tender is accepted, shall establish

to the Purchaser's satisfaction:

(a) that, in the case of a Tenderer offering to supply equipment under the contract which the Tenderer did not

manufacture or otherwise produce, the Tenderer has been duly authorized (as per authorization form in Section XIII)

by the medcial equipment, non-medical equipment and Hospital Furnitures & Fixturs ' Manufacturer or producer to

supply the equipment in India.

(b) That the Tenderer has the financial, technical, and production capability necessary to perform the Contract and

meets the criteria outlined in the Qualification requirements specified in Section VII. To this end, all tenders

uploaded shall include the following information:

(i) The legal status, place of registration and principal place of business of the company or firm or partnership,

etc.

(ii) Details of experience and past performance of the tenderer on items offered and on those of similar nature

within the past three years and details of current contracts in hand and other commitments (suggested

proforma given in Section XII);

12. Documents Establishing Hospital equipment, Furniture & Fixtures' Eligibility and Conformity to Tender

Documents

12.1 Pursuant to ITT Clause 7, the Tenderer shall furnish, as part of its tender, documents establishing the eligibility and

conformity to the tender documents of all the medical equipment, non-medical equipment and Hospital Furniture &

Fixtures and services which the tenderer proposes to supply under the contract.

12.2 The documentary evidence of conformity of the equipment and services to the tender documents may be in the form of

literature, drawings and data, and shall consist of:

(a) A detailed description of the essential technical and performance characteristics of the medical equipment, non-

medical equipment and Hospital furniture & Fixtures.

(b) A visit giving full particulars, including available sources and current prices, of spare parts, special tools, etc.,

necessary for the proper and continuing functioning of the medical equipment, non-medical equipment and Hospital

furniture & Fixtures for a period of seven (3 years warranty +4 years CMC)(CMC only for the items listed in

Schedule-II) years, following commencement of the use of the goods by the Purchaser, wherever applicable; and

(c) An item-by-item commentary on the Purchaser's Technical Specifications demonstrating substantial responsiveness

of the equipment and services to those specifications or a statement of deviations and exceptions to the provisions of

the Technical Specifications.

12.3 For purposes of the commentary to be furnished pursuant to ITT Clause 12.2(c) above, the Tenderer shall note that

standards for workmanship, material and Hospital Furniture & Fixtures , and references to brand names or catalogue

numbers designated by the Purchaser in its Technical Specifications are intended to be descriptive only and not restrictive.

The Tenderer may substitute alternative standards, brand names and/or catalogue numbers in its tender, provided that it

demonstrates to the Purchaser's satisfaction that the substitutions ensure substantial equivalence to those designated in the

Technical Specifications.

Page 17: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

13. Earnest Money Deposit (EMD)

13.1 Pursuant to ITT Clause 7, the Tenderer shall furnish, as part of its tender, earnest money deposit as specified in Section-V

- Schedule of requirements.

13.2 The earnest money deposit is required to protect the Purchaser against the risk of Tenderer's conduct which would warrant

the security's forfeiture, pursuant to ITT Clause 13.7.

13.3 The earnest money deposit shall be denominated in Indian Rupees and shall be using the following payment modes:

- DD/BG

13.5 Unsuccessful Tenderer's earnest money deposit will be refunded as promptly as possible as but not later than 60 days after

the expiration of the period of tender validity prescribed by the Purchaser, pursuant to ITT Clause 14.

13.6 The successful Tenderer's earnest money deposit will be refunded upon the tenderer signing the Contract, pursuant to ITT

Clause 30, and furnishing the performance security, pursuant to ITT Clause 31.

13.7 The Earnest Money Deposit may be forfeited:

(a) If a Tenderer (i) withdraws its tender during the period of tender validity specified by the Tenderer on the Tender

Form; or

(b) In case of a successful Tenderer, if the Tenderer fails:

(i) To sign the Contract in accordance with ITT Clause 30; or

(ii) To furnish performance security in accordance with ITT Clause 31. Refund of EMD

The EMD money will be kept in common account until the tender is awarded to the successful bidder.

Based on the instructions of Tender Accepting Authority (TAA) the EMD amount of the unsuccessful bidders will be

refunded to the respective Bank a/c’s of the Contractor registered in the tender

14. Period of Validity of Tenders

14.1 Tenders shall remain valid for 180 days after the deadline for uploading of tenders prescribed by the Purchaser, pursuant

to ITT Clause 17. A tender valid for a shorter period shall be rejected by the Purchaser as non-responsive.

14.2 In exceptional circumstances, the Purchaser may solicit the Tenderer's consent to an extension of the period of validity.

The request and the responses thereto shall be made in writing (or by cable or telex or fax). The earnest money deposit

provided under ITT Clause 13 shall also be suitably extended. Tenderers may refuse the request without forfeiting its

earnest money deposit. Tenderers granting the request will not be required nor permitted to modify their tender.

15. Format and Signing of Tender

15.1 The Tenderer shall submit the tender along with all the requisite documents with signature on Technical and Financial

Bids.

15.2 Any interlineations, erasures or overwriting shall be valid only if they are initialed by the persons or persons signing the

tender.

15.3 The Tenderer shall furnish information as described in the Form of Tender on commissions or gratuities, if any, paid or to

be paid to agents relating to this Tender, and to contract execution if the Tenderer is awarded the contract.

Page 18: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

D. Submission of Tenders

16. Sealing and Marking of Tenders

16.1 The Tenderers shall submit the Tender through sealed tender only. No other mode of submission is permitted.

16.2 The Tender shall:

(a) Be addressed to the Purchaser at the following address:

The General Secretary,

KARNATAKA REDDYJANA SANGHA,

Head office, No.1, Mahayogi Vemana road 3rd block, Koramangala Bangalore-560034

16.3 In addition to the identification required in Sub Clause 16.2, the tenderer shall provide the name and address of the

Tenderer to make any further correspondence.

16.4 Telex, cable or facsimile tenders will be rejected.

17. Deadline for submission of Tenders

17.1 Tenders must be submitted by the Tenderers no later than the time and date specified in the Invitation for Tenders (Section

I)

17.2 The Purchaser may, at its discretion, extend this deadline for submiting of tenders by amending the tender documents in

accordance with ITT Clause 5, in which case all rights and obligations of the Purchaser and Tenderers previously subject

to the deadline will thereafter be subject to the deadline as extended.

19. Modification and Withdrawal of Tenders

19.1 The tenderer can view the bid for modification or withdrawal before the due date & time for submission.

E. Tender Opening and Evaluation of Tenders

20. Opening of Tenders by the Purchaser

20.1 Opening of First Cover of all Tenderers and evaluation to determine qualified Tenderers by the Purchaser:

20.1.1 The Purchaser will open/unlock the First Covers of all tenderers submitted, in the presence of Tenderers’ representatives

who choose to attend, as per tender schedule.

20.1.2 The purchaser will verify and confirm the receipt of EMD for all tenderers who have submitted the tenders. The

Tenderers’ names, the presence or absence of earnest money deposit (amount, format and validity) the uploading of

qualification information and such other details as the Purchaser, at its discretion, may consider appropriate will be

announced at the opening.

20.1.4 The Purchaser will evaluate and determine whether each tender (a) meets the eligibility criteria defined in ITT Clause 1.1,

11 and 12 (b) is accompanied by the required earnest money deposit as per stipulations in ITT Clause 13 and meets the

qualification criteria stipulated in Section VII. The Purchaser will draw out a list of Qualified Tenderers.

Page 19: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

20.2 Opening of Second Cover (Financial Bid) of Qualified Tenderers:

20.2.1 The Purchaser will inform all the Technically Qualified Tenderers, after decryption of their Financial bid by Tender

Acceptance Authority which could be viewed automatically by the respective technically qualified tenderers. In this regard

no separate intimation shall be made by the Purchaser.

21. Clarification of Tenders

21.1 During evaluation of tenders, the Purchaser may, at its discretion, ask the Tenderer for a clarification of its tender

including the breakdown of unit rates. The request for clarification and the response shall be in writing and no change in

prices or substance of the tender shall be sought, offered or permitted.

Page 20: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

22. Preliminary Examination

22.1 The Purchaser will examine the tenders to determine whether they are complete, whether any computational errors have

been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether

the tenders are generally in order. Tenders from Agents, without proper authorization from the manufacturer as per

Section XIII, shall be treated as non-responsive.

22.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total

price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be

corrected. If there is a discrepancy between words and figures, the lower of the two will prevail. If the supplier does not

accept the correction of errors, its tender will be rejected and its EMD may be forfeited.

22.3 The Purchaser may waive any minor informality or non-conformity or irregularity in a tender which does not constitute a

material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Tenderer.

22.4 Prior to the detailed evaluation, pursuant to ITT Clause 23, the Purchaser will determine the substantial responsiveness of

each tender to the tender documents. For purposes of these Clauses, a substantially responsive tender is one which

conforms to all the terms and conditions of the tender documents without material deviations. Deviations from or

objections or reservations to critical provisions such as those concerning Performance Security (GCC Clause 6), Warranty

(GCC Clause 14), Force Majeure (GCC Clause 24), Limitation of liability (GCC Clause 28), Applicable law (GCC Clause

30), and Taxes & Duties (GCC Clause 32) will be deemed to be a material deviation. The Purchaser's determination of a

tender's responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence.

22.5 If a tender is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made

responsive by the Tenderer by correction of the non-conformity.

23. Evaluation and Comparison of Tenders

23.1 The Purchaser's evaluation of a tender will exclude and not take into account:

(a) Any allowance for price adjustment during the period of execution of the Contract, if provided in the tender.

23.2 The Purchaser's evaluation of a tender will take into account, in addition to the tender price (Ex-factory/ex-warehouse/off-

the-shelf price of the goods offered from within India, such price to include all costs as well as duties and taxes paid or

payable on components and raw material incorporated or to be incorporated in the goods, and Excise duty on the finished

goods, if payable) and price of incidental services, the following factors, in the manner and to the extent indicated in ITT

Clause 23.4 and in the Technical Specifications:

For overseas bids in addition to the tender price (Ex-factory/ex-warehouse/off-the-shelf price of the goods offered up to

CIF/ CIP India, however taxes paid or payable on components and raw material incorporated or to be incorporated in the

goods, and Excise duty on the finished goods, if payable) and price of incidental services, the following factors, in the

manner and to the extent indicated in ITT Clause 23.4 and in the Technical Specifications:

(a) Cost of inland transportation, insurance and other costs within India incidental to the delivery of the goods to their

final destination;

(b) Delivery schedule offered in the tender;

(c) Deviations in payment schedule from that specified in the Special Conditions of Contract;

(d) The availability in India of spare parts and after-sales services for the equipment offered in the tender;

(e) Cost of Four years Comprehensive Maintenance Services after 36 months of warranty period. CMC charges shall

be considered during Price Evaluation.

Page 21: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

(f) The bidders are instructed to give demonstration at their own cost, if requested by the purchaser, failing which it will

be considered as Technically Non-Responsive.

23.4 Pursuant to ITT Clause 23.3, one or more of the following evaluation methods will be applied:

(a) Inland Transportation, Insurance and Incidentals:

(i) Inland transportation, insurance and other incidentals for delivery of equipment to the final destination as

stated in ITT Clause 9.2 (iii).

The above costs will be added to the tender price.

(b) Order & Delivery Schedule:

1. The Purchaser does not guarantee the quantity, which will be ordered. The quantity mentioned is only the tentative

requirement and may increase or decrease as per the actual requirement. No claims shall lie against the a representative

from KRJS or Tendering Authority in this regard. The rates quoted should not vary with the quantum of the order or the

destination.

2. The Purchaser reserves the right to order for only such quantity as may be necessary and the Contractor is bound to supply

the ordered quantity only. Quantities supplied in excess will not be paid for.

3. Supplies are to be made as per the delivery schedule and timings given by the purchaser.

4. The Purchaser requires that the Medcial equipment, non-medical equipment and Hospital Furniture & Fixtures under the

Invitation for Tenders shall be delivered within 30 days as specified in the Schedule of requirements. The estimated time

of arrival of the equipment at the project site should be calculated for each tender after allowing for reasonable

transportation time. Treating the date as per Schedule of requirements as the base, a delivery "adjustment" will be

calculated for other tenders at 2% of the ex-factory price including excise duty for each month of delay beyond the base

and this will be added to the tender price for evaluation. No credit will be given to earlier deliveries and tenders offering

delivery beyond 2 months of stipulated delivery period will be treated as non-responsive.

(c) Deviation in Payment Schedule:

The Special Conditions of Contract stipulate the payment schedule offered by the Purchaser. If a tender deviates

from the schedule and if such deviation is considered acceptable to the Purchaser, the tender will be evaluated by

calculating interest earned for any earlier payments involved in the terms outlined in the tender as compared to

those stipulated in this invitation, at a rate of 14 percent per annum.

(d) Spare Parts and After Sales Service Facilities in India:

The cost to the Purchaser of establishing the minimum service facilities and parts inventories, as outlined elsewhere

in the tender documents, if quoted separately, shall be added to the tender price.

(e) Cost of Four years Comprehensive Maintenance Services after 36 months of warranty period.

The cost of four years Comprehensive Maintenance Service Charges after warranty period shall be added to the

tender price of equipment after discounting to the net present value at a discount of 10 percent.

24. Contacting the Purchaser

24.1 Subject to ITT Clause 21, no Tenderer shall contact the Purchaser on any matter relating to its tender, from the time of the

tender opening to the time the Contract is awarded. If the tenderer wishes to bring additional information to the notice of

the purchaser, it should do so in writing.

Page 22: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

24.2 Any effort by a Tenderer to influence the Purchaser in its decisions on tender evaluation, tender comparison or contract

award may result in rejection of the Tenderer's tender.

Page 23: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

F. Award of Contract

25. Post qualification

25.1 In the absence of prequalification, the Purchaser will determine to its satisfaction whether the Tenderer that is selected as

having uploaded the lowest evaluated responsive tender meets the criteria specified in ITT Clause 11.2 (b) and is qualified

to perform the contract satisfactorily.

25.2 The determination will take into account the Tenderer's financial, technical and production capabilities. It will be based

upon an examination of the documentary evidence of the Tenderer's qualifications uploaded by the Tenderer, pursuant to

ITT Clause 11, as well as such other information as the Purchaser deems necessary and appropriate.

25.3 An affirmative determination will be a prerequisite for award of the Contract to the Tenderer. A negative determination

will result in rejection of the Tenderer's tender, in which event the Purchaser will proceed to the next lowest evaluated

tender to make a similar determination of that Tenderer's capabilities to perform the contract satisfactorily.

26. Award Criteria

26.1 Subject to ITT Clause 28, the Purchaser will award the Contract to the successful Tenderer whose tender has been

determined to be substantially responsive and has been determined as the lowest evaluated tender, provided further that the

Tenderer is determined to be qualified to perform the Contract satisfactorily.

27. Purchaser's right to vary Quantities at Time of Award

27.1 The Purchaser reserves the right at the time of Contract award to increase or decrease quantity of equipment and services

originally specified in the Schedule of requirements without any change in unit price or other terms and conditions.

28. Purchaser's Right to Accept Any Tender and to Reject Any or All Tenders

28.1 The Purchaser reserves the right to accept or reject any tender without assigning any reasons, and to annul the tendering

process and reject any one or all tenders at any time prior to contract award, without thereby incurring any liability to the

affected Tenderer or Tenderers.

29. Notification of Award

29.1 Prior to the expiration of the period of tender validity, the Purchaser will notify the successful tenderer in writing by

registered letter or by cable/telex or fax, to be confirmed in writing by registered letter, that its tender has been accepted.

29.2 The notification of award will constitute the formation of the Contract.

29.3 Upon the successful Tenderer's furnishing of performance security pursuant to ITT Clause 31, the Purchaser will promptly

notify the name of the awarded Tenderer to each unsuccessful Tenderer and will discharge its earnest money deposit,

pursuant to ITT Clause 13.

29.4 If, after notification of award, a Tenderer wish to ascertain the grounds on which it’s tender was not selected, it should

address its request to the Purchaser. The Purchaser will promptly respond in writing to the unsuccessful Tenderer.

30. Signing of Contract

30.1 At the same time as the Purchaser notifies the successful tenderer that its tender has been accepted, the Purchaser will send

the Tenderer the Contract Form provided in the tender documents, incorporating all agreements between the parties.

30.2 Within 07 days of receipt of the Contract Form, the successful Tenderer shall sign and date the Contract and return it to the

Purchaser.

Page 24: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

31. Performance Security

31.1 Within 07 days of the receipt of notification of award from the Purchaser, the successful Tenderer shall furnish the

performance security in accordance with the Conditions of Contract, in the Performance Security Form provided in the

tender documents or in another form acceptable to the Purchaser.

31.2 Failure of the successful Tenderer to comply with the requirement of ITT Clause 30.2 or ITT Clause 31.1 shall constitute

sufficient grounds for the annulment of the award and forfeiture of the earnest money deposit, in which event the

Purchaser may make the award to the next lowest evaluated Tenderer or call for new tenders.

32 Corrupt or Fraudulent Practices

32.1 The Government requires that Tenderers/ Suppliers/ Contractors observe the highest standard of ethics during the

procurement and execution of Government financed contracts. In pursuance of this policy, the Government:

(a) Defines, for the purposes of this provision, the terms set forth as follows:

(i) “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the

action of a public official in the procurement process or in contract execution; and

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the

execution of a contract to the detriment of the Government, and includes collusive practice among Tenderers

(prior to or after tender uploading) designed to establish tender prices at artificial non-competitive levels and

to deprive the Government of the benefits of free and open competition;

(b) will reject a proposal for award if it determines that the Tenderer recommended for award has engaged in corrupt

or fraudulent practices in competing for the contract in question;

(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Government

financed contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in

competing for, or in executing, a Government-financed contract.

32.2 Furthermore, Tenderers shall be aware of the provision stated in sub-clause 4.4 and sub-clause 23.1 of the General

Conditions of Contract.

Page 25: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION-III: GENERAL CONDITIONS OF CONTRACT

TABLE OF CLAUSES

Clause

Number Topic

1. Definitions

2. Application

3. Standards

4. Use of Contract Documents and Information; Inspection and Audit by

Government

5. Patent Rights

6. Performance Security

7. Inspection and Tests

8. Packing

9. Delivery and Documents

10. Insurance

11. Transportation

12. Incidental Services

13. Spare Parts

14. Warranty

15. Payment

16. Prices

17. Change Orders

18. Contract Amendments

19. Assignment

20. Subcontracts

21. Delays in Supplier's Performance

22. Liquidated Damages

23. Termination for Default

24. Force Majeure

25. Termination for Insolvency

26. Termination for Convenience

27. Settlement of Disputes

28. Limitation of Liability

29. Governing Language

30. Applicable Law

31. Notices

32. Taxes and Duties

Page 26: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION III – GENERAL CONDITIONS OF CONTRACT

General Conditions of Contract

1. Definitions

1.1 In this Contract, the following terms shall be interpreted as indicated:

(a) "The Contract" means the agreement entered into between the Purchaser and the Supplier, as recorded in the Contract

Form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by

reference therein;

(b) "The Contract Price" means the price payable to the Supplier under the Contract for the full and proper performance of

its contractual obligations;

(c) "The Goods" means all the equipment, machinery, and/or other materials which the Supplier is required to supply to

the Purchaser under the Contract;

(d) "Services" means services ancillary to the supply of the Goods, such as transportation and insurance, and any other

incidental services, such as installation, commissioning, provision of technical assistance, training and other

obligations of the Supplier covered under the Contract;

(e) “GCC” mean the General Conditions of Contract contained in this section.

(f) “SCC” means the Special Conditions of Contract.

(g) “The Purchaser” means the organization purchasing the Goods, as named in SCC.

(h) “The Purchaser’s country” is the country named in SCC.

(i) “The Supplier” means the individual or firm supplying the Goods and Services under this Contract.

(j) “The Government” means the Government of Karnataka State.

(k) “The Project Site”, where applicable, means the place or places named in SCC.

(l) “Day” means calendar day.

2. Application

2.1 These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract.

3. Standards

3.1 The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications, and,

when no applicable standard is mentioned, to the authoritative standard appropriate to the Goods' country of origin and such

standards shall be the latest issued by the concerned institution.

4. Use of Contract Documents and Information; Inspection and Audit by the Government

4.1 The Supplier shall not, without the Purchaser's prior written consent, disclose the Contract, or any provision thereof, or any

specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Purchaser in connection

therewith, to any person other than a person employed by the Supplier in performance of the Contract. Disclosure to any

such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such

performance.

Page 27: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

4.2 The Supplier shall not, without the Purchaser's prior written consent, make use of any document or information enumerated

in GCC Clause 4.1 except for purposes of performing the Contract.

4.3 Any document, other than the Contract itself, enumerated in GCC Clause 4.1 shall remain the property of the Purchaser and

shall be returned (in all copies) to the Purchaser on completion of the Supplier's performance under the Contract if so

required by the Purchaser.

5. Patent Rights

5.1 The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark or industrial

design rights arising from use of the Goods or any part thereof in India.

6. Performance Security

6.1 Within 07 days of receipt of the notification of contract award, the Supplier shall furnish Performance Security to the

Purchaser for an amount of 2.5% of the Contract Value, valid up to 60 days after the date of completion of performance

obligations including Warranty obligations. In the event of any correction of defects or replacement of defective material

during the Warranty period, the Warranty for the corrected/replaced material shall be extended to a further period of 12

months and the Performance Guarantee for proportionate value shall be extended 60 days over and above the initial

Warranty period.

6.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the

Supplier's failure to complete its obligations under the Contract.

6.3 The Performance Security shall be denominated in Indian Rupees and shall be in the following form:

(a) A cashier's check or Banker’s certified check, or crossed demand draft or pay order drawn at any Nationalized Bank

drawn in favour of the Purchaser (“Karnataka Reddyjana Sangha”)

6.4 The Performance Security will be discharged by the Purchaser and returned to the Supplier not later than 60 days following

the date of completion of the Supplier's performance obligations, including any Warranty obligations, under the Contract

and following receipt of a performance guarantee for 2.5% of the contract value excluding Comprehensive Maintenance

Services cost towards guarantee for Comprehensive Maintenance Services as stated in clause of SCC.

6.5 In the event of any contract amendment, the Supplier shall, within 20 days of receipt of such amendment, furnish the

amendment to the Performance Security, rendering the same valid for the duration of the Contract as amended for 60 days

after the completion of performance obligations including Warranty obligations.

7. Inspections and Tests

7.1 The Purchaser or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the

Contract specifications at no extra cost to the Purchaser. SCC and the Technical Specifications shall specify what

inspections and tests the Purchaser requires and where they are to be conducted. The Purchaser shall notify the Supplier in

writing in a timely manner of the identity of any representatives retained for these purposes.

7.2 The inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of delivery

and/or at the Goods final destination. If conducted on the premises of the Supplier or its subcontractor(s), all reasonable

facilities and assistance, including access to drawings and production data - shall be furnished to the inspectors at no charge

to the Purchaser.

7.3 Should any inspected or tested Goods fail to conform to the specifications, the Purchaser may reject the goods and the

Supplier shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of

cost to the Purchaser.

Page 28: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

7.4 The Purchaser's right to inspect, test and, where necessary, reject the Goods after the Goods' arrival at Project Site shall in

no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Purchaser

or its representative prior to the Goods shipment.

7.5 Nothing in GCC Clause 7 shall in any way release the Supplier from any warranty or other obligations under this Contract.

7.6 Supplier / manufacturer must meet all the technical specifications and produce the test Certificates if requested in

scheduled requirements “technical specifications”. The bidders are instructed to give demonstration at their own

cost, if requested by the purchaser, failing which it will be considered as Technically Non-Responsive.

7.7 Manuals and Drawings

7.7.1 Before the goods are taken over by the Purchaser, the Supplier shall supply operation and maintenance

manuals, circuit diagrams together with equipment. These shall be in such detail as will enable the Purchaser

to operate, maintain, adjust and repair all parts of the equipment as stated in the specifications.

7.7.2 The manuals and drawings shall be in the ruling language (English or Kannada) and in such form and numbers

as stated in the contract.

7.7.3 Unless and otherwise agreed, the goods shall not be considered to be completed for the purpose of taking over

until such manuals and drawings have been supplied to the Purchaser.

7.8 Acceptance certificates;

7.8.1 On successful completion of acceptability test, receipt of deliverables and after the Purchaser is satisfied with

the working of the equipment, the acceptance certificate signed by the supplier and the representative of

purchaser will be issued. The date on which such certificate is signed shall be deemed to be the date of

successful commissioning of the equipment.

7.8.2 The operational and maintenance training as per clause 4 of special condition of contract shall be conducted on

the dates mutually agreed.

8. Packing

8.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit

to their final destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough

handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage.

Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods' final

destination and the absence of heavy handling facilities at all points in transit.

8.2 The packing, marking and documentation within and outside the packages shall comply strictly with such special

requirements as shall be provided for in the Contract including additional requirements, if any, specified in SCC and in any

subsequent instructions ordered by the Purchaser.

8.3 Packing Instructions: The Supplier will be required to make separate packages for each Consignee. Each Package will be

marked on three sides with proper paint/indelible ink the following:

1) Suppliers Name

9. Delivery and Documents:

9.1 Delivery of the Goods shall be made within 60 days by the Supplier in accordance with the terms specified by the

Purchaser in the Notification of Award. The details of shipping and/or other documents to be furnished by the supplier are

Page 29: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

specified in SCC. The goods should be delivered, installed, demonstrated and get the working satisfactory certificate from

the end users and the same shall be submitted to this office.

10. Insurance

10.1 The Goods supplied under the Contract shall be fully insured in Indian Rupees, against loss or damage incidental to

manufacture or acquisition, transportation, storage and delivery. For delivery of goods at site, the insurance shall be

obtained by the Supplier in an amount equal to 110% of the value of the goods from “KRJS-Vemana Hospital” (final

destination) on “All Risks” basis including War risks and Strikes.

Page 30: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

11. Transportation

11.1 Where the Supplier is required under the Contract to transport the Goods to a specified place of destination within India

defined as Project site, transport to such place of destination in India including insurance, as shall be specified in the

Contract, shall be arranged by the Supplier, and the related cost shall be included in the Contract Price.

12. Incidental Services

12.1 The supplier shall be required to provide any or all of the following services, including additional services, if any, specified

in SCC:

(a) Performance or supervision of the on-site assembly and/or start-up of the supplied Goods;

(b) Furnishing of tools required for assembly and/or maintenance of the supplied Goods;

(c) Furnishing of detailed operations and maintenance manual for each appropriate unit of supplied Goods;

(d) Performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the

parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract; and

(e) Training of the Purchaser's personnel, at the Supplier's plant and/or on-site, in assembly, start-up, operation,

maintenance and/or repair of the supplied Goods.

12.2 Prices charged by the Supplier for incidental services, if not included in the Contract Price for the Goods, shall be agreed

upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar

services.

13. Spare Parts

13.1 As specified in the SCC, the Supplier may be required to provide any or all of the following materials, notifications, and

information pertaining to spare parts manufactured or distributed by the Supplier:

(a) such spare parts as the Purchaser may elect to purchase from the Supplier, providing that this election shall not relieve

the Supplier of any warranty obligations under the Contract; and

(b) In the event of termination of production of the spare parts:

(i) Advance notification to the Purchaser of the pending termination, in sufficient time to permit the

Purchaser to procure needed requirements; and

(ii) Following such termination, furnishing at no cost to the Purchaser, the blueprints, drawings and

specifications of the spare parts, if requested.

13.2 The Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares for the Goods, such as

gaskets, plugs, washers, belts etc. Other spare parts and components shall be supplied as promptly as possible but in any

case within 3 months of placement of order.

14. Warranty

14.1 The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most recent or current models

and those they incorporate all recent improvements in design and materials unless provided otherwise in the Contract.

The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design,

materials or workmanship (except when the design and/or material is required by the Purchaser's Specifications) or from

any act or omission of the Supplier, that may develop under normal use of the supplied Goods in the conditions

prevailing in the country of final destination.

Page 31: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

14.2 This warranty shall remain valid for 36 months after the Goods or any portion thereof as the case may be, have been

delivered to and accepted at the final destination indicated in the Contract, or for 39 months after the date of shipment

from the place of loading whichever period concludes earlier. The Supplier shall, in addition, comply with the

performance and/or consumption guarantees specified under the Contract. If for reasons attributable to the Supplier,

these guarantees are not attained in whole or in part, the Supplier shall at its discretion either:

(a) Make such changes, modifications, and/or additions to the Goods or any part thereof as may be necessary in order to

attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further

performance tests in accordance with SCC clause 4; OR

(b) Pay liquidated damages to the Purchaser with respect to the failure to meet the contractual guarantees. The rate of these

liquidated damages shall be as specified in the Technical Specifications.

14.3 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty.

14.4 Upon receipt of such notice, the Supplier shall, within the period of 2 days (excluding journey period) and with all

reasonable speed, repair or replace the defective Goods or parts thereof, free of cost at the ultimate destination. The

Supplier shall take over the replaced parts/goods at the time of their replacement. No claim whatsoever shall lie on the

Purchaser for the replaced parts/goods thereafter. In the event of any correction of defects or replacement of defective

material during the Warranty period, the Warranty for the corrected or replaced material shall be extended to a further

period of 36 months.

14.5 If the Supplier, having been notified, fails to remedy the major fault within 7 days, the Purchaser may proceed to take

such remedial action as may be necessary, at the Supplier's risk and expense and without prejudice to any other rights

which the Purchaser may have against the Supplier under the Contract.

14.6 The Supplier shall guarantee a 90% uptime of items Supplied.

14.7 If any Product gives continuous trouble, say two times in a month during the Warranty period, the Supplier shall

replace the system(s) with new system(s) without any additional cost to the Purchaser.

14.8 Maintenance Service:

(i) Details of Service Center in Karnataka and contract person for maintenance should be provided.

(ii) Free maintenance services shall be provided by the Supplier during the period of warranty. After warranty

period, for next four years, annual maintenance and repairs of the entire equipment including supply of spares

etc. will be done by the Supplier under CMC Contract. The comprehensive maintenance and repair cost (after

warranty period) shall be paid in three installments for the year i.e., once in 4 months period from the date of

completion of the warranty subject to satisfactory services rendered as specified in the bid document and the

resultant contract as per the rates quoted in the price schedule.

(iii) The maximum response time for maintenance complaint from any of the destinations specified in the Schedule

of requirements (i.e. time required for supplier’s maintenance engineer to report at the installation after a

request call/telegram is made or letter is written) shall not exceed 2 days (excluding journey period).

(iv) It is expected that the average downtime of the item of equipment will be less than half the maximum downtime

(i.e. defined as number of days for which an item of equipment is not usable because of inability of the supplier

to repair it) as mentioned in the form of technical details. In case an item is not usable beyond the stipulated

maximum downtime the supplier will be required to arrange for an immediate replacement of the same till it is

repaired. Failure to arrange for the immediate repair/replacement will be liable for a penalty of Rs 100 per day.

The amount of penalty will be recovered from the Performance Security guarantee during warranty period.

During comprehensive maintenance contract period, the penalty of Rs100 per day will be recovered from the

2.5% of Performance Security Guarantee charges.

Page 32: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

(v) The Purchaser reserves the right to terminate comprehensive maintenance and repairs contract, after warranty

period, at any time without assigning any reasons and the Supplier cannot claim any compensation in this

respect.

15. Payment

15.1 The payment will be made in Indian rupees against submission of acknowledgements, installation report and stock

certificates from the respective consignees.

15.2 The Supplier's request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as

appropriate, the Goods delivered and the Services performed, and by documents, uploaded pursuant to GCC Clause 9, and

upon fulfillment of other obligations stipulated in the contract.

15.3 Payments shall be made promptly by the Purchaser but in no case later than sixty (60) days after submission of the invoice

or claim by the Local (Indian) Supplier. The payment will be made in Indian Rupees for the Indian / overseas suppliers.

16. Prices

16.1 Prices payable to the supplier as stated in the contract shall be firm during the performance of the contract.

17. Change Orders

17.1 The Purchaser may at any time, by written order given to the Supplier pursuant to GCC Clause 31, make changes within the

general scope of the Contract in any one or more of the following:

(a) Drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically

manufactured for the Purchaser;

(b) The method of shipping or packing;

(c) The place of delivery; and/or

(d) The Services to be provided by the Supplier.

17.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier's performance of any

provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both,

and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be

asserted within thirty (30) days from the date of the Supplier's receipt of the Purchaser's change order.

18. Contract Amendments

18.1 Subject to GCC Clause 17, no variation in or modification of the terms of the Contract shall be made except by written

amendment signed by the parties.

19. Assignment

19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Purchaser's

prior written consent.

20. Subcontracts

20.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded under this Contract if not already specified in

the tender. Such notification, in his original tender or later, shall not relieve the Supplier from any liability or obligation

under the Contract. Sub-contracts shall be only for bought out items and sub-assemblies.

20.2 Subcontracts must comply with the provisions of GCC Clause 2.

21. Delays in the Supplier's Performance

21.1 Delivery of the Goods and performance of the Services shall be made by the Supplier in accordance with the time schedule

specified by the Purchaser in the Schedule of requirements.

Page 33: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

21.2 If at any time during performance of the Contract, the Supplier or its sub-contractor(s) should encounter conditions

impeding timely delivery of the Goods and performance of Services, the Supplier shall promptly notify the Purchaser in

writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s

notice, the Purchaser shall evaluate the situation and may, at its discretion, extend the Supplier’s time for performance with

or without liquidated damages, in which case the extension shall be ratified by the parties by amendment of the Contract.

21.3 Except as provided under GCC Clause 24, a delay by the Supplier in the performance of its delivery obligations shall render

the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 22, unless an extension of time is

agreed upon pursuant to GCC Clause 21.2 without the application of liquidated damages.

Page 34: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

22. Liquidated Damages

22.1 Subject to GCC Clause 24, if the Supplier fails to deliver any or all of the Goods or to perform the Services within the

period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct

from the Contract Price, as liquidated damages, a sum equivalent to 0.5% of the delivered price of the delayed Goods or

unperformed Services for each week or part thereof of delay until actual delivery (if delay is exceed more than 7 days it

will be considered as 2 weeks for calculation of penalty) or performance, up to a maximum deduction of 10% of the

Contract Price. Once the maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC

Clause 23.

23. Termination for Default

23.1 The Purchaser shall, without prejudice to any other remedy for breach of contract, by written notice of default sent to the

Supplier, terminate the Contract in whole or part:

(a) If the Supplier fails to deliver any or all of the Goods within the period(s) specified in the Contract, or within any

extension thereof granted by the Purchaser pursuant to GCC Clause 21; or

(b) If the Supplier fails to perform any other obligation(s) under the Contract.

(c) If the Supplier, in the judgement of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in

executing the Contract.

For the purpose of this Clause:

“Corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a

public official in the procurement process or in contract execution.

“fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution

of a contract to the detriment of the Borrower, and includes collusive practice among Bidders (prior to or after bid

uploading) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the

benefits of free and open competition.

23.2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 23.1, the Purchaser may

procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and

the Supplier shall be liable to the Purchaser for any excess costs for such similar Goods or Services. However, the Supplier

shall continue the performance of the Contract to the extent not terminated.

24. Force Majeure

24.1 Notwithstanding the provisions of GCC Clauses 21, 22, 23, the Supplier shall not be liable for forfeiture of its performance

security, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to

perform its obligations under the Contract is the result of an event of Force Majeure.

24.2 For purposes of this Clause, "Force Majeure" means an event beyond the control of the Supplier and not involving the

Supplier's fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of the Purchaser

either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and

freight embargoes.

24.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such conditions and the

cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations

under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not

prevented by the Force Majeure event.

25. Termination for Insolvency

25.1 The Purchaser shall at any time terminate the Contract by giving written notice to the Supplier, if the Supplier becomes

bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such

termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the

Purchaser.

Page 35: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

26. Termination for Convenience

26.1 The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for its

convenience. The notice of termination shall specify that termination is for the Purchaser's convenience, the extent to

which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes

effective.

26.2 The Goods that are complete and ready for shipment within 30 days after the Supplier's receipt of notice of termination

shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:

(a) To have any portion completed and delivered at the Contract terms and prices; and/or

(b) To cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and for materials

and parts previously procured by the Supplier.

27. Settlement of Disputes

27.1 The Purchaser and the supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement

or dispute arising between them under or in connection with the Contract.

27.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either

the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter

provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is

given.

27.2.1 Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be

finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract.

27.2.2 Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in the SCC.

27.3 Notwithstanding any reference to arbitration herein:

(a) The parties shall continue to perform their respective obligations under the Contract unless they otherwise agree;

and

(b) The Purchaser shall pay the Supplier any monies due the Supplier.

28. Limitation of Liability

28.1 Except in cases of criminal negligence or willful misconduct, and in the case of infringement pursuant to Clause 5,

(a) the Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or consequential

loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not

apply to any obligation of the Supplier to pay liquidated damages to the Purchaser; and

(b) The aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort or otherwise, shall not

exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing

defective equipment.

29. Governing Language

29.1 The contract shall be written in English language. Subject to GCC Clause 30, English language version of the Contract shall

govern its interpretation. All correspondence and other documents pertaining to the Contract which are exchanged by the

parties shall be written in the same language.

30. Applicable Law

30.1 The Contract shall be interpreted in accordance with the laws of the Union of India.

31. Notices

Page 36: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

31.1 Any notice given by one party to the other pursuant to this Contract shall be sent to other party in writing or by cable, telex

or facsimile and confirmed in writing to the other Party’s address specified in SCC.

31.2 A notice shall be effective when delivered or on the notice's effective date, whichever is later.

32. Taxes and Duties

32.2 Indian manufacturer/ suppliers shall be entirely responsible for all taxes, duties, license fees, octroi, road permits, etc.,

incurred until delivery of the contracted Goods to the Purchaser.\

32.3 Bidders from overseas countries shall be entirely responsible for all taxes, license fees, octroi, road permits, etc., incurred

until delivery of the contracted Goods to the Purchaser.

Page 37: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION - IV: SPECIAL CONDITIONS OF CONTRACT

TABLE OF CLAUSES

Item No. Topic

1. Definitions (GCC Clause 1)

2. Inspection and Tests (GCC Clause 7)

3. Delivery and Documents (GCC Clause 9)

4. Incidental Services (GCC Clause 12)

5. Payment (GCC Clause 15)

6. Settlement of Disputes (GCC Clause 27)

7. Notices (GCC Clause 31)

8. Progress of Supply

9. Right to use defective equipment

10 Supplier Integrity

11 Supplier’s Obligation

12 Patent Rights

13 Site Preparation and Installation

14 Equipment Installation

15 Equipment Maintenance

16 Training

17 Technical Documentation

Page 38: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Section: IV- Special Conditions of Contract

The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a

conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause

number of the General Conditions is indicated in parentheses.

1. Definitions (GCC Clause 1).

a) The Purchaser is KRJS.

b) The Supplier is individual or firm supplying .Goods and Services under this contract.

2. Inspection and Tests (GCC Clause 7).

The following inspection procedures and tests are required by the Purchaser:

1) Demonstration of the equipment at Manufacturing unit or wherever the tenderer intends to show in

working condition or as the place decided by a representative from KRJS, as already mentioned in ITT clause 23.3 (f).

2) Inspection by a hospital end user and team of experts appointed by a representative from KRJS,

Bangalore on site or any place decided by a representative from KRJS r as per specifications.

3.Delivery and Documents (GCC Clause 9) Upon delivery of the Goods, the supplier shall notify the purchaser and the

insurance company by cable/telex/fax the full details of the shipment including contract number, railway receipt number

and date, description of goods, quantity, name of the consignee etc. The supplier shall submit the following documents

to the purchaser with a copy to the insurance company:

(i) Four Copies of the Supplier invoice showing contract number, goods' description, quantity, unit price,

Total amount along with acknowledgement and stock certificate from the respective consignees.

(ii) Railway receipt/acknowledgment of receipt of goods from the consignee(s).

(iii) Four Copies of packing list identifying the contents of each package.

(iv) Insurance Certificate

(v) Manufacturer's/Supplier's warranty certificate.

(vi) Inspection Certificate issued by the nominated inspection agency, end user and the Supplier's factory

Inspection report, and

(vii) Copy of Bill of entry or Bill of landing for imported equipments

The above documents shall be received by the Purchaser before arrival of the Goods (except where the Goods

have been delivered directly to the Consignee with all documents) and, if not received, the Supplier will be

responsible for any consequent expenses.

4. Incidental Services (GCC Clause 12)

The following services shall be furnished and the cost shall be included in the contract price:

(a) Unloading, safe storage and handling of the consignment at site.

(b) Performance of the on-site assembly, commissioning and start-up of the equipment.

(c) Furnishing the detailed operation and maintenance manuals for each items of supply at each location.

(d) Training of the Purchaser’s personnel at the installation site.

(e) Maintenance and repair of the Hospital Furniture and Fixtures at each location during the warranty period of three

years including supply of all spares. This shall not relieve the supplier of any warranty obligations under this

contract.

(f) Comprehensive Maintenance and/or repairs of the supplied goods for a period of four years after the end of the

warranty period.

(g) The Comprehensive Maintenance Contract (CMC) will be comprehensive and will cover the cost of all the spare

parts required for replacement/repair the equipment except consumable items. The CMC may be on regular basis

to ensure the minimum downtime of the system. In other words CMC should assure 90%

uptime of all

equipments.

(h) Three years warranty and Four years Comprehensive Maintenance Services includes both preventive and

emergency breakdown service call.

Page 39: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

(i) Preventive Maintenance Services call: It include cleaning, inspection, lubrication, repairs and any other

service as required by the consignee/hospital/institution authority to achieve the following objective.

- To minimize break down of equipment;

- To identify the condition of parts which may lead to break down of equipment?

- To repair/rectify such part at initial stage only to avoid major break down of equipment.

- To provide greater safety to the technician.

- Number of visits per year: six, once in two months.

(ii) Emergency Maintenance Service call:

Number of visits: As and when break down calls received from time to time. The service is to be conducted

within 2 days (excluding journey time) after receiving the call. After inspection of the fault, if it is minor in

nature (means that the equipment is working but needs some minor repairs), the equipment has to be repaired

with available spare parts /to be attended in a period of minimum 2 days. If the fault is major (means the

equipment is not working as per requirement and needs some major repairs requiring bringing in spare parts)

has to be attended with in a period of maximum 7 days.

5. Payment (GCC Clause 15)

(a) For equipments:

(i) 100% of the contract price shall be paid on receipt of equipment and upon submission of the stock certificates and

after successful delivery, installation and commissioning of the equipment at the respective institutions / hospitals

from the respective consignees as specified in SCC Clause 3 above; and

6. Settlement of Disputes (Clause 27)

The dispute settlement mechanism to be applied pursuant to GCC Clause 27.2.2 shall be as follows:

(a) In case of Dispute or difference arising between the Purchaser and a domestic supplier relating to any matter

arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the

Arbitration and Conciliation Act, 1996, by a Sole Arbitrator. The Sole Arbitrator shall be appointed by agreement

between the parties; failing such agreement, by the appointing authority namely the President of the Institution of

Engineers (India). A certified copy of the appointment Order shall be supplied to each of the Parties.

(b) Arbitration proceedings shall be held at Bangalore Karnataka, and the language of the arbitration proceedings and

that of all documents and communications between the parties shall be English.

(c) The decision of the arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration

proceedings will be paid as determined by the Arbitrator. However, the expenses incurred by each party in

connection with the preparation, presentation etc. of its proceedings shall be borne by each party itself.

. Notices (Clause 31)

For the purpose of all notices, the following shall be the address of the Purchaser and Supplier.

Purchaser: as mentioned above

Supplier: (To be filled in at the time of Contract signature)

.............................................

.............................................

.............................................

8. Progress of Supply:

Supplier shall regularly intimate progress of supply, in writing, to the Purchaser as under:

- Quantity offered for inspection and date;

- Quantity accepted/rejected by inspecting agency and date;

- Quantity dispatched/delivered to consignees and date;

Page 40: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

- Quantity where incidental services have been satisfactorily completed with date;

- Quantity where rectification/repair/replacement effected/completed on receipt of any communication from

consignee/Purchaser with date;

- Date of completion of entire Contract including incidental services, if any; and

- Date of receipt of entire payments under the Contract

(In case of stage-wise inspection, details required may also be specified).

Page 41: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

9. Right to use defective equipment:

If after delivery, acceptance and installation and within the guarantee and warranty period, the operation or use of the

equipment proves to be unsatisfactory, the Purchase shall have the right to continue to operate or use such equipment until

rectifications of defects, errors or omissions by repair or by partial or complete replacement is made without interfering

with the Purchaser’s operation.

10. Supplier Integrity:

The supplier is responsible for and obliged to conduct all contracted activities in accordance with the Contract using state-

of-the-art methods and economic principles and exercising all means available to achieve the performance specified in the

Contract.

11. Supplier’s Obligations:

The Supplier is obliged to work closely with the Purchaser’s staff, act within its own authority and abide by directives

issued by the Purchaser and implementation activities.

The Supplier will abide by the job safety measures prevalent in India and will free the Purchaser from all demands or

responsibilities arising from accidents or loss of life the cause of which is the Supplier’s negligence. The Supplier will pay

all indemnities arising from such incidents and will not hold the Purchaser responsible or obligated.

The Supplier is responsible for managing the activities of its personnel or sub-contracted personnel and will hold itself

responsible for any misdemeanors.

The Supplier will treat as confidential all data and information about the Purchaser, obtained in the execution of his

responsibilities, in strict confidence and will not reveal such information to any other party without the prior written

approval of the Purchaser.

12. Patent Rights:

In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial design

rights arising from the use of the Goods or any part thereof in the Purchaser’s country, the supplier shall act expeditiously

to extinguish such claim. If the supplier fails to comply and the Purchaser is required to pay compensation to a third party

resulting from such infringement, the supplier shall be responsible for the compensation including all expenses, court

costs and lawyer fees. The Purchaser will give notice to the supplier of such claim, if it is made, without delay.

13. Site Preparation and Installation:

The purchaser / consignee will designate the installation sites before the scheduled installation date to allow supplier to

perform a site inspection to verify the appropriateness of the sites before the installation of the equipments.

14. Furniture Installation:

The supplier is responsible for all unpacking, assembling, wiring, installation, cabling between Furniture and power

supply. The supplier will test all Furniture operations and accomplish all adjustments necessary for successful and

continuous operation of the Furniture at all installation sites.

15. Furniture Maintenance:

The supplier will accomplish preventive and breakdown maintenance activities as detailed in SCC Clause 4 (h) above to

ensure that all Furniture perform without defect or interruption for at least 85% of up-time for 24 hours a day, 7 days a

week of operation of the Furniture worked out on quarterly basis.

If any critical component of the Furniture is out of service for more than 7 days, the supplier shall either immediately

replace the defective unit or replace the equipment at its own cost.

16. Training:

Page 42: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

For each unit of Furniture installed, the supplier is required to train designated purchaser’s / consignee’s technical and end

user personnel to enable them to effective operate the Furniture. The training schedule will be agreed by both purchaser

and consignees and the supplier during the performance of the contract.

17. Technical Documentation:

The technical documentation involving detailed operation and maintenance shall be delivered with every unit supplied.

The language of the documentation shall be in English.

Note: 1. Note: The EMD’s shall be submitted through electronic transfer as per ITT clause –13 (page -10) on

or before the due date for submission of tender, as per Tender Schedule.

2. The quantities may increase / decrease at the time of issue of supply order.

Delivery Schedule: Supply and commissioning at the site within 60 days of from the receipt of Supply

Order. The list of Hospital equipment, furniture & fixture as mentioned above

Page 43: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION – VI TECHNICAL SPECIFICATIONS

Specification for Casualty/Clinical Monitor

1. The monitor should have features suitable for all patient categories, i.e. Neonate, Pediatrics & Adult

patients.

2. Monitor must have bright, minimum 10’’ or more Color LCD/TFT display with full touch screen

facility.

3. Monitor should be compact, lightweight with weight less than 5 kg including battery.

4. Monitor must have the facility of displaying at least 5 waveforms along with related numerical

parameters on single screen.

5. Monitors should have facility to monitor ECG, SpO2, NIBP, Respiration and temperature.

6. The monitor should have facility of displaying large numerical and should have multiple layout of

screen.

7. Monitors should have ST segment calculations with all latest advanced arrhythmia detection.

8. VPC count and ST level reading should be displayed continuously on the screen.

9. Should display perfusion index (PI %) from SpO2 as an indication of pulse strength at the sensor site.

SpO2 probe must be durable.

10. Monitor should have facility to detect and take NIBP measurement on its own in case of sudden

blood pressure changes.

11. Should have facility of tourniquet from NIBP cuff for doing venous puncture procedure.

12. Monitors should have facility to review last 120 hours or more graphical and numerical trends

having options to select the items to be displayed in trend table.

13. Should have facility to store ECG waveform of last 120 hours as standard feature.

14. Should have facility to detect advance arrhythmias (at least 15 different types) and should show no

of arrhythmias occurred with ECG waveform for last 120 hours.

15. Monitor should have graded audio/visual alarm color coding & should be visible from a distance.

16. Alarm limit status (ON/OFF) must be indicated on-screen for each parameter and actual parameter

alarm settings must be displayed on-screen when alarms are on.

17. Should have facility to change the priority of alarms of various parameters and arrhythmia. It should

have feature of escalating technical alarms to higher priority in case user miss them.

18. Waveform color changing should be user configurable.

19. Should have internal rechargeable battery for 3 hours or more operation along with battery charge

indicator.

20. Patient monitoring network shall use standard TCP/IP protocol and be capable of residing on

hospital’s network infra-structure.

21. Should be compatible with HIS and should be HL7 compliant.

Page 44: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

22. Monitor should have onscreen guide function to assist user in finding solution for various technical

alarms associated with parameters.

23. Monitor should have ESU & Defibrillation protection.

24. Monitor should be CE or FDA approved.

25. Each monitor to be supplied with following:

a. 3 Lead ECG electrode cable with connection cord - 01. No

b. Adult SpO2 finger sensor with connection cable - 01 no.

c. NIBP Air hose with cuff for Adult (13 cm) - 1 No

d. Temp Probe rectal – 01 No.

Page 45: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Specification for Multipara ICU Monitor – 12 No.s

1. The monitor should have features suitable for all patient categories, i.e. Neonate, Pediatrics & Adult

patients.

2. Monitor must have bright, minimum 10’’ or more Color LCD/TFT display with full touch screen

facility.

3. Monitor should be compact, lightweight with weight less than 5 kg including battery.

4. Monitor must have the facility of displaying at least 5 waveforms along with related numerical

parameters on single screen.

5. Monitors should have facility to monitor ECG, SpO2, NIBP, Respiration and temperature.

6. Monitor should be ready to connect IBP or mainstream EtCO2. (price to be quoted separately)

7. The monitor should have facility of displaying large numerical and should have multiple layout of

screen.

8. Monitors should have ST segment calculations with all latest advanced arrhythmia detection.

9. VPC count and ST level reading should be displayed continuously on the screen.

10. Should display perfusion index (PI %) from SpO2 as an indication of pulse strength at the sensor site.

SpO2 probe must be durable.

11. Monitor should have facility to detect and take NIBP measurement on its own in case of sudden

blood pressure changes.

12. Should have facility of tourniquet from NIBP cuff for doing venous puncture procedure.

13. Monitor should be upgradeable to mainstream EtCO2 sensor that should work on both intubated

and non-intubated patients.

14. Monitors should have facility to review last 120 hours or more graphical and numerical trends

having options to select the items to be displayed in trend table.

15. Should have facility to store ECG waveform of last 120 hours as standard feature.

16. Should have facility to detect advance arrhythmias (at least 15 different types) and should show no

of arrhythmias occurred with ECG waveform for last 120 hours.

17. Monitor should have graded audio/visual alarm color coding & should be visible from a distance.

18. Alarm limit status (ON/OFF) must be indicated on-screen for each parameter and actual parameter

alarm settings must be displayed on-screen when alarms are on.

19. Should have facility to change the priority of alarms of various parameters and arrhythmia. It should

have feature of escalating technical alarms to higher priority in case user miss them.

20. Waveform color changing should be user configurable.

21. Should have internal rechargeable battery for 3 hours or more operation along with battery charge

indicator.

Page 46: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

22. Patient monitoring network shall use standard TCP/IP protocol and be capable of residing on

hospital’s network infra-structure.

23. Should be compatible with HIS and should be HL7 compliant.

24. Monitor should have onscreen guide function to assist user in finding solution for various technical

alarms associated with parameters.

25. Monitor should have ESU & Defibrillation protection.

26. Monitor should be CE or FDA approved.

27. Each monitor to be supplied with following:

a. 3 Lead ECG electrode cable with connection cord - 01. No

b. Adult SpO2 finger sensor with connection cable - 01 no.

c. NIBP Air hose with cuff for Adult (13 cm) - 1 No

d. Temp Probe rectal – 01 No.

28. Price of following optional parameters should be quoted separately –

a. IBP cable.

b. Mainstream EtCO2 sensor.

Specification for O.T. High End Multipara patient monitor – 3 no.s

Page 47: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

1. Patient monitor system should be advanced modular type and capable of monitoring adult, pediatric &

Neonatal patients.

2. Monitor should have 15” TFT/LCD display with full touch screen user interface.

3. Should be capable of display 14 or more waveforms.

4. Monitor must be capable of simultaneously monitoring the following parameters which should be

present as standard: ECG, NIBP, SpO2, Respiration, Dual IBP, Dual temperatures, EtCO2

(mainstream) and BIS (BI spectral Index)

5. Should be upgradeable to Invasive Blood pressure (upto 4 simultaneously), Invasive Cardiac output,

Continuous Cardiac Output (Non- invasive/ minimal invasive), EEG – 4 channel or more, BIS and

Multi gas (AGM).

6. Should have capability for 3, 5 and 10 lead ECG monitoring and should have Inbuilt ST segment

analysis.

7. Should have facility to detect advanced arrhythmias and should show no of arrhythmias occurred with

ECG waveform of last 72 hours.

8. Should have SpO2 technology that works well in low perfusion.

9. Should display perfusion index (PI %) from SpO2 as an indication of pulse strength at the sensor site.

10. Should be upgradeable to non-invasive continuous cardiac output which can be measure to basic

parameters like ECG, SpO2 and NIBP/IBP, there should be no need of dedicated sensor or catheter for

its measurement.

11. Monitor should have facility to take blood pressure measurement automatically in case of sudden blood

pressure change in between periodic measurements of blood pressure.

12. Monitor should have facility to measure dynamic preload parameter such as Pulse pressure variation, or

Systolic pressure variation.

13. Monitor should have mainstream EtCO2 sensor, which should be lightweight and small in size and can

be use on both intubated and non-intubated patients.

14. Machine must have facility for alarm escalation in case nursing staff miss the alarm.

15. Must have minimum 72 hours review data including graphical & tabular trends

16. Must be able to store & display the 72 hours beat by beat waveforms for 4 or more selected parameter

by the user.

17. Monitor must be upgradeable to Hemodynamic Graphs to view hemodynamics parameters based on

Frank starling principle and EGDT protocol view to monitor patient’s hemodynamics condition.

18. Monitor should have the capability to interact with alarms at remote bedsides monitor.

19. Monitor should have the capability to receive and display real-time waveforms, alarm status from other

bedside on the patient monitoring network.

20. Alarm limit status (ON/OFF) must be indicated on-screen for each parameter and actual parameter

alarm settings must be displayed on-screen when alarms are on.

21. Waveform color changing should be user configurable.

22. Hemodynamic and drug dose calculations should be available.

23. Monitor shall permit the optional ability to receive and display information from other patient devices

such as ventilators & other standalone devices.

Page 48: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

24. All modules should be compatible with all monitors quoted.

25. Monitor must have inbuilt rechargeable battery with minimum backup of 60 minutes or more.

26. Bed to bed communication between the monitors should be possible without a central station.

27. Patient monitoring network shall use standard TCP/IP protocol and be capable of residing on hospital’s

network infra-structure.

28. Should be compatible with HIS and should be HL7 compliant.

29. Monitor should provide remote viewing of real time waveforms through internet (Price to quoted as

optional).

30. The equipment should be CE/US FDA Approved

31. Should be supplied with following accessories.

I. ECG / respiration: 5 or 6 lead ECG cable set -01

II. NIBP: Adult - 01 No.

III. SpO2 Sensor: Adult sensor - 01 No.

IV. Temperature: Skin and rectal probes - 01 each

32. Price to quoted as option -

Invasive Blood Pressure (2 more) , ETCO2 Mains Stream Sensor & BIS Module & Sensor

TECHNICAL SPECIFICATION FOR HIGHER END ANESTHESIA WORKSTATION WITH HEMODYNAMIC

MONITOR WITH DESFLURANE VAPORIZER

Anesthesia workstation which contains: complete anesthesia gas

delivery system, circle absorber, precision vaporizer for

Desflurane; Anesthesia ventilator, monitoring system to monitor

anesthesia gases, ECG,Etco2,SPO2 and airway pressure, NIBP, Dual

IBP, Rectal/skin temp probes, BIS and CO.

Gas Anesthesia delivery system with pipeline connection for

O2,N2O and Air with reserve cylinder yokes PIN INDEXED for

O2 and N2O. Should have latest Electronic flow meters for O2,N2O or Air, with a

back up tube for emergency. Should have two vaporizer connectivity with inter locking

facility.

Should have a top shelf and retractable work surface. Should have a LED light which illuminates all work surface.

Should have three drawers of minimum 350 mm depth. Should have big casters with individual locking brakes.

Should have APL valve with a range of 1 to 75cm H2O.

Should have O2 flush of 35 to 75l/min.

Page 49: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Should have electronically controlled –pneumatically-driven

ventilator, either mechanically ventilate or spontaneously

support for a wide variety of patients. Should have Switching auxiliary common gas outlet.

Should have automatic compliance and fresh gas compensation

maintains accurate tidal volumes with a wide range of fresh

gas flows and breathing circuits. Should be specific in low flow anesthesia. Should have inbuilt battery backup of minimum 120 minutes for the

complete system.

Should have ventilator display of minimum 15” color TFT touch

screen.

Should have multi selectable ventilator display like single, dual

waveform and large font. Should have smart alarm management.

Must have built in caster guard design to clears away cables and

hoses.

Should have ventilation modes: PCV and VCV and optional SIMV and

PSV. Should have volume controlled ventilation of 20-1500ml,with tidal

volume compensation Should have electronic PEEP. Must have a peak gas flow of 110l/min.

Should have spirometry PV loop and FV loops.

Should have airway pressure monitoring facility. Should have RR range of 4 to 100bpm.

Must have HL7 interface architecture. Should have

minimum two USB ports for data communication. Should have integrated minimum four power auxiliary outlets in

the system.Circle absorber System :

Should have adjustable pressure limiting valve, breathing circuit

pressure monitoring device. Should have bag/ventilator selecting valve integrated onto

absorber.

Page 50: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Should have facility to attach O2 sensor.

Should have CO2 absorbent chamber canister. Must have Auxiliary O2 outlet.

Provision for suction and gas scavenging

Selectatec Block for easy mounting of vaporizers, open / close

circuit change over switch and 22/15 mm Common Gas Outlet

Magill circuit (one no), Standard Baines circuit including

breathing Bag and APL Relief Valve (one no), Circle absorber must be autoclavable at 134 degree and nature

latex free. Vaporizer

- Design facility to install Maximum 2 No of vaporizers

simultaneously. Should Provide latest

technology one No. of Temp/Pressure/Flow compensated agent specific

vaporizers Desflurane with keyed filling

Modular Multi Parameter Monitor - Should have a latest technology/infrared modular Monitoring

Equipment with 12” color TFT touch Screen and following modules,.

A) ECG – 3&5 lead ECG, Adjustable gain, ST Segment and arrhythmia analysis. Heart rates range 2-255 bpm.

B) NIBP-Automatic oscillometric showing SYS./DIA/Mean pressure

with manual / Auto/ stat (5min).Measured in mmhg/Kpa scale.

Adult Range 0-255 mm hg/child Range 0-135mmhg C) Two Invasive pressure monitoring D) SPO2- Digital read out of SpO2 with Plethysmographic Pulse wave

form Spo2 Rang 0-100%

E) Temp- 2 channels with display of T1,T2 and Delta T, with

provision to monitor both surface and core body temperature.

F) Anesthesia Gas monitor(AGM): Flow analyzer, gas analyzer

(O2,N2,N20,inhalational agent and EtCO2)

- Should have ISO , CE and FDA approval for the products/ components .

Should have service center in Karnataka and quoted firm should have installation of similar equipment’s in any of the government hospitals in Karnataka .

Must have facility to connect hospitals existing patient monitor

modules to this system. Anesthesia workstation, ventilator and

modular monitor must be from the same manufacture ,products

quoted from different manufacturer will be rejected.

Must quote prices for suitable pendent for Anesthesia

workstations. Should supply with

- Circle absorber-01 no. - Integrated Ventillator-01 - Vaporizers of Desflurane-01 No. - Adult and pediatric autoclavable silicon breathing circuits-01no each - Reusable IBP transducer-01no each. - Temparature skin /rectal probes-01no each.

Page 51: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

- Anesthesia gas agents (RGM)accessories-01set each - Diposable adult&paediatric circuits-01 nos each. - Modular multipara monitor with ECG, SPO2, NIBP,TEMP,RR,Dual IBP,,AGM with EtCO2 Modules and accessories

O2,N2O,Air hoses for pipeline-01each Mounting arm for patient monitor-01 each

TECHNICAL SPECIFICATION OF HIGHER

END VENTILLATOR • Should be a microprocessor controlled ventilator with 10” colour TFT touch screen integrated graphics and easy to use rotary knob operation providing support to infant/neonatal patient range to Adult/pediatric;

Must be product with FDA approval.

Should have Air supply integrated ultra-quiet turbine

technology. *Should have tidal volume of 2ml to 2000ml

Should be based on reliable flow measuring technology, preferably proximal flow sensor which ensures

the most precise flow and pressure measurements for better patient assessment.

Should have standard Ventilator modes: Assist / Control Mandatory Ventilation (A/C); SIMV; CPAP; Pressure Support Ventilation (PSV); APRV, DuoPAP / BiPAP / BiPhasic; Combination / Dual modes like PRVC/NAVA or ASV or PAV+;Apnea Back-up and any other mode for safe ventilations offering both volume guarantee & lung protective strategies like volume limit etc.

Should have enhanced Invasive as well as Non-Invasive Ventilation (NIV / NPPV/ nCPAP) modes with facility of effective leak compensation.

Should have Tidal volume minimum 2 ml to 2000 ml in Volume Control Mode or better. Respiratory rates 4 to 150 BPM or better, Peak flow setting from 0 to 240 lpm or better Trigger sensitivity: - Flow 0.1 to 20 l/min PEEP: 0 to 35 cm H2O or better. FiO2: 21 to 100 %. I:E ratio 1:9 to 4:1 (DuoPAP/BiPAP/BiPhasic 1:599 to 149:1) Inspiratory time (TI) 0.1 to 12 s Pressure control 3 to 60 cmH2O, added to PEEP/CPAP Pressure support 0 to 60 cmH2O, added to PEEP/CPAP Pressure ramp 0 to 2000 ms Expiratory trigger sensitivity (ETS) 5 to 80 % of inspiratory peak flow.

Should have facility of Manual breath, O2 enrichment, standby, screen-lock, apnea backup

ventilation, inspiratory hold, screen-shot, suctioning tool, dimmable screen, configurable Quickstart-Settings, start-up over body height and IBW.

Should have facility to permanently deactivate the O2 alarm, if the O2 cell is depleted or defective.

Page 52: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Should have integrated nebulizer synchronized with inspiratory cycle.

Should have Alarms of : low/high Minute Volume , Low/high Pressure, Low/high tidal volume, low/high Rate , Apnea time,low/high oxygen, Oxygen concentration, disconnection, loss of PEEP, exhalation obstruction, flow sensor,power supply, batteries, gas supply.

Page 53: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

•Should have Display of: Should have Real-time visualization of the lungs with representations of tidal volume, lung compliance, resistance, and patient activity.

Should have a Visual representation of ventilator dependency, grouped into oxygenation, CO2 elimination, and patient activity.

Should have Graphic display of target and actual parameters for tidal volume, frequency, pressure, and minute ventilation.

Should have Real-time Waveforms Paw, Flow, Volume, Ptrachea,

Should have facility to show at least 1 Loops: P-V, V-Flow, P-Flow

Should have both graphical & tabular trends for minimum of 1h, 6h, 12h, 24h with 1 minute resolution.

Should display 40 monitoring parameters including Exhaled tidal volume, Breath rate, I:E ratio, FiO2, Peak

Pressure, Mean Airway Pressure, etc.

Source input pressure of oxygen : 40 to 60 psi. Facility to also input low pressure O2 is also desirable.

Should work with double limb and single limb non-proprietary patient circuit both reusable & disposable

Complete with Humidifier with 2 Pediatric / Adult jars; Reusable Silicon Breathing circuits (2 Nos. each ) for

Pediatrics & Adult; & Expiratory valve assembly complete ( 2 nos ). The complete unit must be mounted on a pedestal stand / for easy movement of the complete ventilator within hospital.

Internal rechargeable battery with minimum operating time of at least 3 hours for complete Ventilator.

Ventilator should also be upgradable to inbuilt ETCO2 and Nurse Call system.

Should have optional Interface connectors USB, RS-232 as standard.

Should have service center in Karnataka.

Should have ISO, CE and FDA approvals. Product without FDA approval will be rejected.

Should have warranty of two years.

Should quote with trolley.

Should submit end user performance certificate from any two leading hospitals in India.

Technical demonstration is a must.

Biochemistry Fully Auto Analyzer

Specifications

Page 54: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

1. It should be Random Access Fully Automatic Analyzer for clinical chemistry and turbidimetry.

2. It should have minimum Throughput of 150 test/hour. 3. System should be based on rack technology for sample and reagent positions. 4. It should have minimum number of samples on board 24 to maximum of 72

samples at a time with continue sample-loading and reagent-loading facility.

5. It should have minimum number of reagents on board 10 to maximum of 30 reagent bottles in racks.

6. It should have 20 and 50 ml reagent bottles. 7. Primary tubes and pediatric cups can be used as sample containers. 8. It should have Unlimited STAT capabilities. Run at any time 9. It should have Programming of serum, plasma, urine, CSF and supernatant/Whole

blood.

10. It should have Reusable methacrylate Reaction wells.

11. It should have Minimum reading volume of 200 L

12. It should have Filter configuration 340,405,505,535,560,600,635,670 nm.

13. It should have measurement range from –0.05A to 2.5A.

14. Sample volume range should be 3mcro liter to 40 micro liter.

15. Reagent volume range should be 10micro liter to 440 micro liter.

16. It should be Open System

17. Result available test wise, patient wise, calculated test (BUN, C/P ratio

etc) also.

18. It should have pre and post dilution.

19. It should have Alarm messages and remark.

20. It should have Real time monitoring of the work list.

21. It should have Sample status change.

22. It should have Alarm management screen.

23. Single test or profiles can be performed.

24. It should have unlimited Patient data base (result) storage.

25. It should have Low water consumption. It should be less than 1L/hrs.

26. It should have Bi Directional, LIMS with connectivity.

27. Built in on line external quality control with Levey –Jennings graphics.

28. Manufacturer should have operations based in India.

URINE CHEMISTRY ANALYSER. '

l. Semi-Automatic Analyser Designed for One-by-One Test.

2. Built-in Printer and Wide LCD Monitor.

3. Easy and Convenient Operation with Shortcut Buttons.

4. Compatible with Various Parameters of Strips.

5. Accessible to Laboratory Information System (LIS) by pC protocol.

6. Type: Reflectance Photometer.

7. Power Supply : l2Y DC l2A.

8. Printer: Thermal Printer.

Page 55: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

9. Throughput : 45 Test / hour (Max 120 Tests/hour).

lO.Interface : RS232C

I l. ID Input: via ExtemalKeyboard.

12.Memory: 2,000 Tests.

13. Compatible Strips: 10, I l, 2AC, IOAC etc.

Semi Automated COAGULATION ANALYSER

Single Channel System

• 1 Reagent position

• 4 cuvette incubation position

Measuring Principle : Turbo – densitometry

Test volume : Total minimum required 150 ul .

Maximum allowable 300 ul.

Assays : PT, APTT, Fibrinogen, TT

Open-Programmable systems with low reagent volume requirements.

Biochemistry Semi Auto Analyzer

Specifications

1. Semi Auto Analyzer for Bio-Chemistry & Turbidimetry.

2. LED based technology(light source LED). 3. Mono /bichromatic reading. 4. A Comprehensive Test Panel capable of

storing over 2000 results,

5. 150 pre-programmed techniques, quality control tracking and straightforward a

software.

6. Inbuilt USB flash drive port. 7. Photometric range from 0-3.5 Abs for all

wavelengths.

8. Spectral range from 340-670. 9. Filter of 9 positions (8 filters included).

Page 56: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

10. Flow cuvette, common cuvettes (macro,

semi-micro and micro),or round test tubes

(12mm diameter x 75mm length ).

11. Peristalic system with flow-thru

cuvette,18 uL.

12. LCD graphic display (320x240pixels)

13. 2 level Internal quality control

program with option of L-J graph

preparation .

14. Calibration by factor, single

calibrator, or calibration curve.

15. Power failure system - Battery backup

of 2 hrs.(optional).

16. Online graph preparation by instrument

for kinetic procedures.

17. Built in on line external quality control

with Levey –Jennings graphics.

18. Manufacturer should have operations based

in India.

19. Service engg. Should be based at

Bangalore/Karnataka.

20. It should not be manufactured/OEM/imported

from china.

SPECIFICATIONS OF Electrolyte Analyser

Sample : Whole heparin blood, Serum, Plasma,

Cerebrospinal fluid & Diluted Urine

Sample size : 150 micro liters of Whole heparin blood, Serum,

Cerebrospinal fluid, Plasma & 500 micro liters

of diluted (1:5) Urine

Method : Direct Measurement by Ion Selective Electrode

(ISE)

Detection Range : Blood

Na+ : 20.0 – 250.0 mmol/L

K+ : 0.2 – 40.0 mmol/L

iCa++ : 0 – 10.0 mmol/L

Cl- : 20 – 200.0 mmol/L

Li+ : 0 – 5.0 mmol/L

pH : 5.0 – 9.0

Urine

Na+ : 35 - 1000 mmol/L

Page 57: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

K+ : 50 - 200 mmol/L Cl- : 25 - 500 mmol/L

Serum and Plasma

Na+ : 20.0 – 250.0 mmol/L

K+ : 0.2 – 40.0 mmol/L iCa++ : 0 – 10.0 mmol/L

Cl- : 20 – 200.0 mmol/L

Li+ : 0 – 5.0 mmol/L

pH : 5.0 – 9.0

If iCa unit is in mg/dL, then the measurement range is 0-40 mg/dL.

Reproducibility (serum) Performed according to a modified NCCLS protocol EP5-T2

Reproducibility (expected)

Day to day (n=20)

C.V. <1% C.V. <2% C.V. <2% C.V. <2%

C.V. <2.5% C.V. < +_0.03 C.V. <+-3 C.V. <5%

URINE Reproducibility Na+ : 35 – 1000 mmol/L

(Urine STD.) K+ : 50 – 200 mmol/L

Cl- : 25 – 500 mmol/L

Reproducibility (expected)

Day to day (n=20) C.V<5% C.V<5% C.V<5%

Analysis Time : 65 sec. (Blood) / 80 sec. (Urine)

Data Storage : 1 Lakh Patient results, 25000 Urine results,

and 100 QC results.

Calibration : Automatic or on Demand.

Output : 128x64 Graphics Display With Y/N

Numeric Keypad 24 column thermal printer

Ambient Conditions : 10-37°C (60-90°F), <85% humidity.

Power : 100/115~VAC, 50-60 Hz, or 220~VAC.

Size & Weight : 15” W X 12” H X 7.0” D, 10kg.

Immuno – Assay Analyser

Page 58: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

The system is fully automated walkway Immunoassay analyzer based on ELFA technology. The system is independent sample processing section with each section of having minimum six tests at a time.

The system is based on disposable single dose concept with ready to use reagent strips & solid phase receptacle (SPR).

The System is free from any tubing for mixing of reagents.

The system uses dry calibration card, which is provided with each kit.

The kits has maximum pack size of 60 tests with all the reagents including calibrator & control provided inside – no additional reagents for

running the test.

The test kit has Thyroid, Fertility, Infectious Diseases, Drug Assays( Digoxin) & some emergency tests like Troponin I, Myoglobin, CK-MB,

HIV – 4th Gen.& D-Dimer Exclusion, also Toxoplasma & CMV Avidity & Hepatitis markers.

Calibration has stability for 2 to 3 weeks.

All reagents are bar coded.

CellCounter Analyzer Open-Tube model.

1. Simple menu driven system with user prompts.

2. Fully automatic analysis on whole blood.

3. Patented “membrane valve” fluidic technology.

4. 60 samples per hour.

5. 18 essential parameters + 3 histograms.

6. Eosinophil proportional flag.

7. Programable start-up and cleaning cycles.

8. Automatic calibration capability.

9. 10µl micro-sampling of whole blood eliminates need for

pre-dilution in pediatric samples.

10.External printer allows reports on letterheads.

11.Patient normal limits printed on reports.

12.Alpha-numeric patient identification permits patient name

on each report.

13.RS232 computer interface output including graphics.

14.Long-life LED light source for Hgb measurement.]

Technical Specifications for Cell Counter- 6 part Differential Hematology

Analyzer It’s a compact 6 part Hematology Analyzer with color LCD touch screen display havinginbuilt

compartment for accommodating most of the reagents

Requires only two reagents(Namely Diluent & Whitediff) for sample Analysis

Provides 6 part differential report which includes the Large Immature cells count & Percentile with

27 parameter reporting with RBC & Platelet Histogram along with LMBNE differentiation using

Patented technology

Gives complete Platelet indices including the P-LCC & P-LCR

As throughput of 50 samples per hour

As capability for sample analysis with 20ul sample volume.

As facility for Barcode reading of Samples and Reagents

As capability to run the samples in CBC mode and CBC+Differential mode

Minimum 10000 results storage capacity with graphs

As the technology of Cytochemistry & Cytometry with impedance method for counting the cells

involving Patented technology of DHSS( Double Hydrodynamic Sequential System)

As artificial intelligence system which enable the customer to program the instrument for Auto

startup & shut down at specific timings

Page 59: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

As the facility for having user login with password

As the facility of automatic cleaning for sample probe cleaning

Cyanide free reagent for Hb analysis

As the facility for having used defined flagging limits

As facility for interfacing with LIS

Facility of Levey-Jennings, XB graphics& Radar graphs for QC management

Technical specification for blood gas analyser

1. Uses Disposable multi use cartridge

2. No other consumable should be required

3. Cartridge should contain ( sensor, solution, gases, pump tubing, waste container and sampler.

4. Different combination of Cartridge should be available ( BG, BG+Electrolyte, BG+Electrolyte+Metabolites)

5. Different test size Cartridge should be available (75T,150T,300T,450T,600T)

6. It should have intelligent quality management systems.

7. Colour touch screen

8. Should be easy and simple to operate.

TECHNICAL SPECIFICATION FOR PEDIATRIC TO ADULT VENTILLATOR

Neonatal /adult ventilators to provide artificial respiration support to paediatrics and adult in ICU/Wards. The adult and paediatric ventilator should be easy to operate and should incorporate safety alarms and

backup ventilation. Microprocessor controlled integrated suitable for adult and child ventilation with inbuilt turbine/compressor. Should have not less than 8” colored TFT touch screen for monitoring of the ventilation parameters, curves and loops.

System must have a inbuilt battery back up of minimum 2 hours including the compressor/turbine. Should be light weight and weight should be less than 10 Kg including air compressor. Must have proximal flow sensor for better accuracy and flow sensor should be reusable and autoclavable.

Should have the facilities for the following settings for adult to New born:

Tidal Volume : 20 – 2000ml ..Should be in a position to upgrade onsite neonatal mode with minimum tiday volume of 02ml.

Flow pattern : square and descending

Inspiration Plateau : 0.0 to 2.0 sec

Pressure ramp : 0 to 2000ms

SIMV Rate : 1 to 150 bpm

CPAP/ PEEP : 0 – 35 cm H2O

Pressure support

FiO2 : 21 – 100% Base flow : Automatic Should have the capability of monitoring of the following parameters

Airway pressure

Page 60: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Expired tidal volume Minute volume Spontaneous minute volume Total frequency FiO2 A real time lung visualization on screen. Auto Peep Plateau Pressure Inspiratory and Expiratory Resistance Static compliance Imposed work of Breathing Peak, Plateau and mean airway pressure, Plateau pressure. Should have the alarm(user selector) for all the measured and monitored

parameters. Should have the following modes of ventilations:

Volume

controlled

Pressure

controlled

Pressure

support SIMV (Pressure control and volume) with pressure support

Page 61: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

PEEP(0-50cm)automode Optional BiPAP/DuoPAP/APRV

Should have inbuilt turbine based medical compressor.

- Peak output flow should be minimum 210 LPM - Air quality should comply with ISO compressed air purity class

Replacement of internal filters should be performed without

removing the compressor Should have washable air filter

Should have facility to visualize lung

on ventilator screen . Must have US FDA

approval.

Should be an imported product with CE and FDA approval. Product

without FDA approval wont be considered.

System configuration, Accessories, Spares and consumables

- Adult and paediatric ventilator – 01 - Air Hose -01 - Paediatric disposable breathing circuit -01 - Reusable flow sensor -01 No.

Environmental Factors; a) Shall meet IEC-60601-1-1-2:2001(or Equivalent BIS). General Requirements of safety for electron, agnetic compatibility. b) The unit should be capable of operating continuously in ambient temperature of 10-40 deg C c) And relative humidity of 15-90% d) The unit should be capable of being stored continuously in ambient temperature of 0 -50 deg C

Power supply: a) Power input to be 220-240 VAC, 50 Hz fitted with India Plug

b) Resettable over current breaker shall be fitted for protection

Standards, Safety and training a) Certified to be compliant with ANS/IEC60601.2.12-01 Medical Electrical Equipment- part2-12

b) Particular requirement for the safety of Lung Ventilators-Critical care Ventilators

c) Must be FDA and CE approved product. FDA approval is a must and products without FDA

will not be considered.

d) Manufacture should have ISO certificate for Quality Standards

Page 62: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 62

TECHNICAL SPECIFICATION FOR 12 CHANNEL ECG

MACHINE Portable 12 lead ECG machine with 10 lead wires.

Should be light weight.

Should have facility to print in thermal paper.

Should have inbuilt thermal printer of minimum 210mmX216mm paper size

Should have bigger Color LCD touch screen display of minimum 8”.

Should have alphabetic keyboard for patient information.

Should have built in rechargeable Li-on battery with minimum 3hrs operation.

Should save at least 800 ECG records internally.

Should have facility to connect USB for offline ECG storage.

Should have real time heart rate display.

Should have segment measurement facility.

Should have computer connectivity.

Should have option for upgrading barcode scanner.

Should have auto and manual modes of operation.

Should have facility to store data through USB key.

Should have facility to store patient data.

Should have ISO ,CE/FDA certification .

Should have service center in Karnataka.

TECHNICAL SPECIFICATION FOR THREE CHANNEL ECG

MACHINE

Should have high resolution 5” colour screen.

Start-up time should be less than 5 Sec.

Should be light weight and weight should not be more than 1.5Kg.

Should have facility to print in thermal paper.

Should have digital sampling rate of 1000samples/second/channel.

Pacer detection sampling rate :16000 samples/sec/channel.

Should have inbuilt thermal printer with facility to use rolling paper and Z fold paper.

Should have ECG interpretation as standard feature.

Should have built in rechargeable Li-on battery for 6 hours’ continuous use or minimum

500 ECGs.

Should have facility to store 700 ECGs.

Display should indicate Patient ID, Gender, Age, HR, Clock, Battery power indicator,

waveforms, lead labels, Speed, Gain, Filter settings, warning messages etc.

Should have computer connectivity.

Should have auto and manual modes of operation.

Should have facility to store data through USB key.

Should have facility to store patient data.

AC input voltage 100 to 240VAC.

Should have ISO and CE certification .

Should have service center in Karnataka.

Page 63: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 63

Should supply with ECG Patient cable with banana plugs, Limp Electrodes, Chest

Electrodes.

SPECIFICATIONS FOR SYRINGE PUMP

It should be a safe, accurate & cost effective Syringe pump.

It should use any standard Syringe set or can calibrate any other set.

It should have colour LCD display for easy reading of settings and monitored

data.

It should be able to detect he syringe automatically.

It should be able o infuse setting the flow rate directly with volume

restrictions.

It should have the capability to set the flow rate based on Soultion Volume +

Time or, Solution Volume + Drug Mass + Patient Weight + Time or Dose.

It should have flow range from 0.1 to 1800 ml/h.

It should have a resolusion of 0.1 ml.

It should have Set Voulme Range from 1 to 999.9 ml.

It should have Volume Measurement Range from 1 to 999.9 ml.

It should have Occlusion level High/Medium/Low

It should have purge of upto 999 ml/h.

It should have the following Safety Features

o Multi Coloured Occlusion alarms (3 Levels)

o KVO Mode 1ml/h

o Alarms for Syringe Near Empty, Syringe Empty, Volume Completed,

Syringe Improperly Fixed.

It should have inbuilt battery back up of a minimum of 10 Hours

Should have service center in Karnataka.

Should have ISO and CE certificate.

SPECIFICATIONS FOR INFUSION PUMP

It should be a safe, accurate & cost effective Infusion pump.

It should use any standard IV set or can calibrate any other IV set.

It should have LCD display for easy reading of settings and monitored data.

It should be able to infuse using drops/min or flow rate.

It should have drop monitoring feature

It should have flow range from 1 to 1200 ml/h

Page 64: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 64

It should have a flow precision of +/- 5%

It should have Set Volume Range from 1 to 9999 ml

It should have a Volume Measurement Range of 1 – 9999 ml

It should have Occlusion level High / Medium / Low

It should have purge > 300 ml/h.

It should have the following Safety Features

o Multi Coloured Occlusion alarms (3 Levels)

o KVO Mode

o Full Complement of Alarms.

It should have inbuilt battery backup of a minimum of 10 Hours.

Should have service center in Karnataka.

Should have ISO and CE certification.

TECHNICAL SPECIFICATION BIPHASIC DEFIBRILLATOR WITH ECG MONITOR

Should be a latest technology, advanced biphasic

waveform defibrillator with atleast 7” colour TFT

display. Should have energy level of 360 Joules .

Should be compact, easy to carry and easy to operate.

Should have minimum 3 waveforms for easy ECG and vital

sign viewing. Should have facility for monitoring leads I,II,III.

Should have facility to upgrade to Pacer, SpO2 and RESP. Should have facility of monitoring, manual defib,AED and

optional pacer.

Should have inbuilt AED as a standard(without

accessories). Should have facility of escalating dose from 1J to 360J to

maximize defibrillation success. Weight should not be more than 7kg

Should have facility for powerful data storage including

100 patients profile,1000 events for each patient and 24

hour consecutive ECG waveform storage. Should have both adult and pediatric paddles.

Must be an imported model and should have installation of

same/equivalent unit in any of the government hospitals

in Karnataka. Should meet safety standards of EN/IEC 60601-1

Should have built in thermal recorder. Defib

mode : minimum100 times (360J discharge at

intervals of 1 minute ) Pacer mode : 5 hours

Should have data management software for review of patient data, events and ECG waveforms, edit the

patient data and print reports on a PC .

Page 65: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 65

Should have multiplex power supply, AC,DC,12V DC input

for ambulance battery.

System should work in battery without main supply.

Defibrillator with energy less than 360J will not be

considered. Should be water proof as per IP44 norms and dust proof. Should have service center in Karnataka. Should have ISO, CE/FDA approval.

Should supply with

Reusable Defibrillator paddles adult & Pediatric -01 each

ECG cable-01no.

Power cord-01no. Gel bottle-01

Main unit with battery

Should have a gel holder and bed rail hook. Battery :Monitoring-5 hours

S.No Name of the Furniture Products Description

1 Five Function Bed Motorised ICU Bed

1. 60 mm × 30 mm CRCA tubular frame work. 2. Four section perforated CRCA sheet top. 3. Height adjustment, Trendelenburg, Reverse Trendelenburg, Backrest and Kneerest electrically operated by handset. 4. Removable polymer head and foot boards. 5. Split type Polymer railing (set of 4). 6. Four side corner buffers. 7. Four heavy duty swivel castor of 125mm Dia (two with brake). 8. Pretreated and epoxy power coated 9. S.S Telescopic Saline rod with two locations. Dimensions: 1. Overall dimension: 2230 (L) × 1050 (W) in mm 2. Suitable for mattress : 1980 (L) x 880 (W) in mm 3. Minimum Height : 450mm (without mattress) 4. Maximun Height : 800mm (without mattress) Optional Features: 1. CPR function. 2. Castors Wheel with Central & Directional locking system. 3. Infusion pump Rod with telescopic I.V. Rod. 4. PU Foam Mattress 5. Urine Bag Holder

Page 66: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 66

2 Three Function Motorised ICU Bed

1. 60mm x 30mm CRCA tubular frame work. 2. Four section perforated CRCA sheet top. 3. Height adjustment, Backrest & Kneerest is electrically operated with Handset. 4. Removable Polymer Head and Foot Board. 5. Split type Polymer Railings (set of 4) 6. S.S. Telescopic Saline Rod with two locations. 7. Four heavy duty swivel castors of 125mm Dia (two with brake). 8. Four side corner buffers. 9. Pretreated and Epoxy powder coated. Dimensions: 1. Overall Dimension : 2410mm (L) x 1050mm (W) 2. Suitable for mattress : 2030mm (L) x 880mm (W) 3. Minimum Height : 450mm (without mattress) 4. Maximun Height : 800mm (without mattress) Optional Features: 1. Nursing Control Panel 2. CPR function. 3. Castor Wheel with Central & Directional locking system. 4. Infusion pump Rod with telescopic I.V. Rod. 5. PU Foam Mattress 6. Urine Bag Holder

3 Advanced ICU Bed - Height Adjustable with Split Type Side Rails

1. 60mm x 30mm CRCA tubular frame work.2. Four section perforated CRCA sheet top. Backrest, Kneerest, Trendelenburg, Reverse Trendelenburg & Height Adjustment operated by screw and lever mechanism with four separate attatched S.S.folding handles.3. Polymer moulded Head and Foot Board. 4. Split type polymer moulded side rails (set of 4)5. S.S. Telescopic Saline Rod with two locations.6. Four heavy duty swivel castor of 125mm (two with brake)7. Four side corner buffers.8. Pretreated and Epoxy powder coated.Dimensions:1.Overall Size: 2300mm (L) x 1050mm (W) x Ht. adj. from 550mm to 800mm.2. Suitable size for mattress : 1980mm (L) x 900mm (W)Optional Features:1. Castors with Central & Directional locking.2. Infusion pump rod with telescopic IV Rod. 3. Four section PU foam Mattress.4. Urine Bag Holder.

Page 67: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 67

4 ICU BED - with Polymer Railings (Set of two)

1. 60mm x 30mm CRCA tubular frame work. 2. Four section perforated CRCA sheet top. 3. Height Adjustment Backrest, Kneerest, Trendelenburg & Reverse Trendelenburg operated by screw and lever mechanism with four separate attatched S.S.folding handles. 4. Polymer moulded Head and Foot Board. 5. Split type polymer moulded side rails (set of 2) 6. S.S. Telescopic Saline Rod with two locations. 7. Four heavy duty swivel castor of 125mm (two with brake) 8. Four side corner buffers. 9. Pretreated and Epoxy powder coated. Dimensions: 1. Overall Size: 2300mm (L) x 1050mm (W) x Ht. adj. from 550mm to 800mm. 2. Suitable size for mattress : 1930mm (L) x 900mm (W). Optional Features: 1. Castors with Central & Directional locking. 2. Infusion pump rod with IV Rod. 3. Four section PU foam Mattress. 4. Urine Bag Holder.

5 Advanced ICU Bed Height Adjustable with New Design Collapsible Railings

1.60mm x 30mm CRCA tubular frame work. 2.Four section perforated CRCA sheet top. Backrest, Kneerest, Trendelenburg, Reverse Trendelenburg & Height adjustment operated by screw and lever mechanism with four separate 3. S.S.folding handles. 4. Polymer moulded Head and Foot Board. 5. A pair of new design collapsible railings (1320 mm long) 6. S.S. Telescopic Saline Rod with four locations. 7. Four heavy duty swivel castor of 125mm (two with brake) 8. Four side corner buffer. 9. Pretreated and Epoxy powder coated. Dimensions: 1. Overall Size: 2300mm (L) x 1050mm (W) x Ht. adj. from 550mm to 800mm. 2. Suitable size for mattress : 1980mm (L) x 890mm (W) Optional Features: 1. Castors with Central & Directional locking. 2. Infusion pump rod with telescopic IV Rod. 3. Four section PU foam Mattress. 4. Urine Bag Holder

Page 68: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 68

6 Advanced ICU Bed Fixed Height with New Design Collapsible Side Railings

1. 60mm x 30mm CRCA tubular frame work.2. Four section perforated CRCA sheet top.3. Backrest, Kneerest, Trendelenberg & Reverse Trendelenberg operated by screw and lever mechanism with three separate attatched S.S folding handles.4. Polymer Head and Foot Board.5. A pair of New Design Collapsible side rails (1320 mm length).6. S.S. Telescopic Saline Rod with four locations.7. Four heavy duty swivel castor of 125mm Dia (two with brake).8. Four side Corner buffers9. Pretreated and Epoxy powder coated.Dimensions:1. Overall Size: 2410mm (L) x 1020mm (W) x 590mm (H).2. Suitable size for mattress : 1980mm (L) x 900mm (W)Optional Features:1. Castor Wheel with Central & Directional locking system. 2. Infusion pump rod with telescopic IV Rod.3. PU Foam Mattress.4. Urine bag holder.

7 Recovery Bed (Deluxe)

1. 60mm x 30mm CRCA tubular frame work. 2. Two section perforated CRCA sheet top. 3. Backrest, Trendelenberg and Reverse Trendelenberg operated by screw and lever mechanism with attatched S.S. folding handles. 4. 32mm Dia Stainless Steel bows with coloured metal panel. 5. Four locations for I.V.Rod. 6. Pretreated and Epoxy powder coated. Dimensions: 1.Overall Size a) : 2060mm (L) x 925mm (W) x 590mm (H). 2. Suitable size for mattress : 1905mm (L) x 890mm (W) 3. Overall Size b) : 1985mm (L) x 850mm (W) x 590mm (H). 4. Suitable size for mattress : 1830mm (L) x 810mm (W) Optional Features: 1. Castors (set of four) two with brake 2. Saline Rod 3. A pair of Side railings 4. PU foam mattress

Page 69: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 69

8 Recovering Bed Railing with Caster

1. 60mm x 30mm CRCA tubular frame work. 2.Two section perforated CRCA sheet top. 3. Backrest, Trendelenberg and Reverse Trendelenberg Operated by screw and lever mechanism with attached S.S folding handles. 4.32mm Dia. stainless steel bows with colored metal panel. 5.A pair of swing away side railings. 6.Four locations for I.V rod. 7.Four heavy duty swivel castors of 125mm Dia (two with brake). 8.Pretreated and Epoxy powder coated. Dimensions: 1. Overall Dimension a) : 2250mm (L) x 1020mm (W) x 590mm (H). 2. Suitable size for mattress : 1905mm (L) x 890mm (W) 3. Overall Dimension b) : 2170mm (L) x 930mm (W) x 590mm (H). 4. Suitable size for mattress : 1830mm (L) x 810mm (W) Optional Features: 1. Saline rod. 2. PU foam Mattress.

9 ICU Bed Height Adjustable with Full Length Collapsible Type Railing

1. 60mm x 30mm CRCA tubular frame work. 2. Four section perforated CRCA sheet top. 3. Height adjustment, Backrest, Kneerest, Trendelenburg , Reverse Trendelenburg & Height adjustment operated by screw and lever mechanism with four separate S.S. folding handles.4. 32mm Dia Stainless Steel bows with coloured metal panel 5. A pair of Full Length collapsible side rails. 6. S.S. Telescopic Saline Rod with four location. 7. Four heavy duty swivel castors of 125mm Dia. (two with brake). 8. Four side corner buffers 9. Pretreated and Epoxy powder coated Dimensions:1. Overall Size: 2350mm (L) x 1020mm (W) x Ht Adj from 550mm to 800mm.2. Suitable size for mattress : 1980mm (L) x 890mm (W)3. Overall Size: 2250mm (L) x 930mm (W) x Ht Adj from 550mm to 800mm.4. Suitable size for mattress : 1905mm (L) x 890mm (W)Optional Features:1. Infusion pump rod with telescopic IV Rod. 2. PU Foam Mattress 3. Urine bag holder.

Page 70: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 70

10 Height Adjustable ICU Bed with New Design Collapsible Type Railings

1. 60mm x 30mm CRCA tubular frame work. 2. Four section perforated CRCA sheet top. 3. Backrest, Kneerest, Trendelenburg, Reverse Trendelenburg & Height Adjustable operated by screw and lever with four separate S.S folding handle. 4.32mm Dia Stainless Steel bows with coloured metal panel. 5. New Design Collapsible Railings (1320 mm length). 6. S.S. Telescopic Saline Rod with four locations. 7. Four heavy duty swivel castors of 125mm Dia.(two with break) 8. Four side Corner Buffers 9. Pretreated and Epoxy powder coated. Dimensions: 1. Overall Size: 2350mm (L) x 1020mm (W) x Ht Adj from 550mm to 800mm. 2. Suitable size for mattress : 1980mm (L) x 890mm (W) 3. Overall Size: 2250mm (L) x 930mm (W) x Ht Adj from 550mm to 800mm. 4. Suitable size for mattress : 1905mm (L) x 810mm (W) Optional Features: 1. nfusion pump rod with telescopic IV Rod. 2.PU Foam Mattress 3. Urine bag holder

Page 71: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 71

11 ICU Bed Fixed Height with Swing Away Railings

1. 60mm x 30mm CRCA tubular frame work. 2. Four section perforated CRCA sheet top.3. Backrest, Kneerest, Trendelenberg & Reverse Trendelenberg operated by screw and lever mechanism with three separate attached S.S folding handles.4. 32mm Dia stainless steel bows with coloured metal panel. 5. S.S. Telescopic Saline Rod with four locations.6. A pair of Stainless Steel Swing away side railings.7. Four heavy duty swivel castor of 125mm Dia (two with brake).8. Four side corner buffers.9. Pretreated and Epoxy powder coated.Dimensions:1. Overall Size: 2350mm (L) x 1020mm (W) x 590mm (H).2. Suitable size for mattress : 1980mm (L) x 890mm (W).3. Overall Size: 2250mm (L) x 930mm (W) x 590mm (H).4. Suitable size for mattress : 1905mm (L) x 810mm (W)Optional Features:1. Infusion pump rod with telescopic I.V Rod.2. PU Foam Mattress3. Urine Bag Holder

Page 72: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 72

12 ICU Bed Fixed Height with Full Length Collapsible Railings

1. 60mm x 30mm CRCA tubular frame work. 2. Four section perforated CRCA sheet top. 3.Backrest, Kneerest, Trendelenberg & Reverse Trendelenberg operated by screw and lever mechanism with three separate S.S folding handles. 4. 32mm Dia Stainless Steel bows with coloured metal panel. 5. S.S. Telescopic Saline Rod with four locations. 6. A pair of Full Length Collapsible side railings 7. Four heavy duty swivel castor of 125mm Dia (two with break). 8. Four Side Corner buffer. 9. Pretreated and Epoxy powder coated. Dimensions: 1. Overall Size: 2350mm (L) x 1020mm (W) x 590mm (H). 2. Suitable size for mattress : 1980mm (L) x 890mm (W) 3. Overall Size: 2250mm (L) x 930mm (W) x 590mm (H). 4. Suitable size for mattress : 1905mm (L) x 810mm (W) Optional Features: 1. Infusion pump rod with telescopic IV Rod. 2. PU Foam Mattress. 3. Urine Bag Holder.

13 ICU Bed Fixed Height with New Design Collapsible Side Railings

1. 60mm x 30mm CRCA tubular frame work. 2. Four section perforated CRCA sheet top. 3.Backrest, Kneerest, Trendelenberg & Reverse Trendelenberg operated by screw and lever mechanism with three separate S.S folding handles. 4. 32mm Dia Stainless Steel bows with coloured metal panel. 5. S.S. Telescopic Saline Rod with four locations. 6. A pair of Full Length Collapsible side railings 7. Four heavy duty swivel castor of 125mm Dia (two with break). 8. Four Side Corner buffer. 9. Pretreated and Epoxy powder coated. Dimensions: 1. Overall Size: 2350mm (L) x 1020mm (W) x 590mm (H). 2. Suitable size for mattress : 1980mm (L) x 890mm (W) 3. Overall Size: 2250mm (L) x 930mm (W) x 590mm (H). 4. Suitable size for mattress : 1905mm (L) x 810mm (W) Optional Features: 1. Infusion pump rod with telescopic IV Rod. 2. PU Foam Mattress. 3. Urine Bag Holder.

Page 73: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 73

14 Advanced Fowler Bed

1. 60mm x 30mm CRCA tubular frame work.2. Four section perforated CRCA sheet top.3. Backrest and Kneerest operated by screw and lever mechanism with S.S. folding handle.4. Polymer Moulded Head and Foot Board5. A pair of New Design Collapsible side railings (1320mm long)6. Four heavy duty swivel castors of 125mm Dia. two with break7. Four side corner buffers.8. Four locations for I.V. Rod.9. Pretreated and Epoxy powder coated.Dimensions:1. Overall Size 1) : 2200mm (L) x 1050mm (W) x 590mm (H).2. Suitable size for mattress : 1980mm (L) x 890mm (W)Optional Features:1. Saline rod

15 Advanced Semi Fowler Bed

1. 60mm x 30mm CRCA tubular frame work. 2. Two section Perforated CRCA sheet top. 3. Polymer moulded Head & Foot Board. 4. A pair of new design collapsible railings (1320mm long) 5. Four heavy duty swivel castors of 125mm Dia two with break 6. Four side corner buffer. 7. Four locations for I.V. Rod. 8. Pretreated and Epoxy powder coated. Dimensions: 1. Overall Size: 2200mm (L) x 1050mm (W) x 590mm (H). 2. Suitable size for mattress : 1980mm (L) x 890mm (W) Optional Features: 1. Saline rod 2. Urine bag holder

Page 74: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 74

16 Fowler Bed

1. 60mm x 30mm CRCA tubular frame work. 2. Four section perforated CRCA sheet top. 3. Backrest and Kneerest operated by screw and lever mechanism with attatched S.S. folding handles. 4. 32mm Dia Stainless Steel bows with coloured metal panel. 5. Four side corners buffers. 6. Four locations for I.V.Rod. 7. Pretreated and Epoxy powder coated. Dimensions: 1. Overall Size: 2160mm (L) x 925mm (W) x 590mm (H). 2. Suitable size for mattress : 1980mm (L) x 890mm (W) 3. Overall Size: 2060mm (L) x 850mm (W) x 590mm (H). 4. Suitable size for mattress : 1905mm (L) x 810mm (W) Optional Features: 1. Castors (set of four) two with brake 2. Saline Rod 3. A pair of Side railings

17 Semi Fowler Bed

1. 60mm x 30mm CRCA tubular frame work.2. Two section perforated CRCA sheet top.3. Backrest operated by screw and lever mechanism with attached S.S. folding handle.4. 32mm Dia Stainless Steel bows.5. Four locations for IV Rod.6. Pretreated and epoxy powder coated.7. Sizes available as per users need.Dimensions:1. Overall Size: 2060mm (L) x 925mm (W) x 590mm (H).2. Suitable size for mattress : 1905mm (L) x 890mm (W)3. Overall Size: 1985mm (L) x 850mm (W) x 590mm (H).4. Suitable size for mattress : 1830mm (L) x 810mm (W)Optional Features:1. Castors (set of four) two with brake2. Saline Rod3. Side railings4. Crib attachment5. Coloured Metal Panel

Page 75: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 75

18 Plain Hospital Bed (Deluxe)

1. 60mm x 30mm CRCA tubular frame work. 2. Perforated CRCA sheet top. 3. 32mm dia Stainless Steel bows. 4. Four locations for I.V.Rod. 5. Pretreated and Epoxy powder coated. 6. Sizes available as per users need. Dimensions: 1. Overall Size: 2010mm (L) x 925mm (W) x 590mm (H). 2. Suitable size for mattress : 1905mm (L) x 890mm (W) 3. Overall Size: 1935mm (L) x 850mm (W) x 590mm (H). 4. Suitable size for mattress : 1830mm (L) x 810mm (W) Optional Features: 1. Castors (set of four) two with brake 2. Saline Rod 3. A pair of side railings 4. Urine bag holder 5. Crib attachment 6. Coloured metal bow panel

19 Manual Backrest Bed (Deluxe)

1. 60mm x 30mm CRCA tubular frame work. 2. Two section perforated CRCA sheet top. 3. Manually operated six position backrest on ratchet. 4. 32mm dia Stainless Steel bows. 5. Four locations for I.V.Rod. 6. Pretreated and epoxy powder coated. 7. Sizes available as per users need. Dimensions: 1. Overall Size: 2010mm (L) x 925mm (W) x 590mm (H). 2. Suitable size for mattress : 1905mm (L) x 890mm (W) 3. Overall Size: 1935mm (L) x 850mm (W) x 590mm (H). 4. Suitable size for mattress : 1830mm (L) x 810mm (W) Optional Features: 1. Castors (set of four) with two brake 2. Saline Rod 3. A pair of side railings 4. Crib attachment 5. Coloured metal bow panel

Page 76: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 76

20 Attendent Bed (Collapsible) 1. Sliding with folding mattress2. Pretreated and Epoxy powder coatedDimensions:1. Overall Approx Size Open : 1830mm (L) x 560mm (W) x 390mm (H)2. Overall Approx Size Closed : 940mm (L) x 560mm (W) x 390mm (H)

21 Attendent Bed

1. Two locations for I.V. Rod. 2. Pretreated and Epoxy powder coated Dimensions: 1. Overall Approx Size : 1830mm (L) x 560mm (W) x 470mm (H) 2. 50mm x 25mm CRCA rectangular tubular frame work.

22 Peadiatric Bed with Drop Side Railings

1. Two locations for I.V. Rod 2. Perforated CRCA Sheet Top 3. Full length drop side Railings. 4. Pretrated & Epoxy powder coated. Dimensions: 1. Overall size : L 1480mm x W 840 mm x H 590mm

23 Reclining Chair Dimensions: 1. Overall Approx Size : 1730mm (L) x 558 mm (W) 2. Chair Position: 780mm (L) x 558mm (W)

24 Bed Side Locker (Standard) 1. Two Stainless Steel tops with three side raised & front side down. 2. Railings on three sides above main cabinet. 3. Handle & magnetic latch on door. 4. CRCA sheet box mounted on 20mm x 20mm CRCA tubes frames. 5. Pre treated & epoxy powder coated. Dimensions: 1. Overall approx Size : W 370 mm x D 305 mm x H 760 mm

Page 77: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 77

25 Bed Side Locker (Deluxe)

1. CRCA Sheet main cabinet and a drawer. 2. Mounted on 50 mm Dia castors. 3. Stainless Steel top with three sides raised & front side down. 4. Buffers at rear side 5. Pretreated & Epoxy powder coated. Dimensions: 1. Overall Approx Size : W 395 mm x D 370 mm x H 805 mm

26 Bed Side Stand Full S.S

1. Three Stainless Steel Shelves. 2. Mounted on Stainless Steel tubular frame. Dimensions: 1. Overall Approx Size : W 390mm x D 360 mm x H 760 mm Optional Features: 1. 50 mm Dia Castors

27 Monitor Trolley ( For Scopy) 1. Adjustables 5 shelves2. Mounted on 125mm Dia3. Heavy duty castors 2 with brakes.4. Eight point electrical board with socket & switch5. Co2 Cylinder cage6. Available in Stainless Steel / Powder CoatedDimensions:1. Overall size : W 660mm x D 660mm x H 1498mm

28 Instrument Cabinet

1. Rectangular tubular structure. 2. Sheet Panel on back side. 3. Five shelves, door & two side of 5mm thick fine glass. 4. Available in Stainless Steel / Powder coated Dimensions: 1. Overall Size : W 610mm x D 355mm x H 1535mm

29 Crash Cart

1. Six drawer modular system 2. Upper Two drawer with medicine containers. 3. Detachable plastic bins. 4. Cage for oxygen cylinder. 5. Top tray for monitor & pulse oxymeter. 6. Electric lamp, S.S. I.V. Rod & cardiac massage board. 7. System mounted on 100 mm Dia castors two with brake. 8. Available in Stainless Steel / Powder coated frame with S.S. top. Dimensions: 1. Overall approx. Size : W 970mm x D 490mm x H 1630mm

Page 78: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 78

30 Food Trolley

1. Stainless Steel top 2. Height adjustable by bevel gear mechanism 3. Mounted on 50mm Dia. castors 4. Pretreated & Epoxy powder coated Dimensions: 1. Overall approx. Size : L 760mm x W 360mm x Ht Adjustable from 740 mm to 1040 mm Optional Features: 1. Height adjustment by gas spring

31 Wall Mounting Monitor Stand 1. Pre-treated & Epoxy powder coated. Dimensions: 1. Tray Size : W 270mm x D 380mm

32 Operation Table (All Function)

1. Stainless Steel top and Stainless Steel base. 2. Kidney bridge. 3. Removable & folding foot end with drainage S.S. tray. 4. Height adjustment and Head low/up (T & RT) position by screw & lever mechanism. 5. Lateral Tilt Position. 6. Lithotomy crutches. 7. Gear type angular arrangement for lithotomy bars. 8. Mattress, Stepping Stool & Arm boards. 9. Stainless Steel removable side railings. Dimensions: 1. Overall approx. size: L 1830 mm x W 710 mm x Ht. Adjustable from 735 mm to 970 mm.

33 Operation Table (Height Adjustable)

1. Stainless Steel top with Stainless Steel base.2. Kidney bridge.3. Removable & folding foot end with drainage S.S. tray.4. Height adjustment and Head low/up (T & RT) position by screw & lever mechanism5. Lateral Tilt Position6. Lithotomy pad, Gear type angular arrangement for lithotomy bars.7. Arm Board8. Accessories : Mattress, Stepping StoolDimensions:1. Overall approx. size: L 1820 mm x W 640 mm x Ht. Adjustable from 700 mm to 920 mm

Page 79: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 79

34 Operation Table Simple

1. Stainless steel top, Powder Coated Base 2. Removable & folding foot end with drainage S.S. tray. 3. Head low/up (T & RT) position by screw & lever mechanism. 4. Accessories : Mattress, Stepping Stool, Lithotomy 5. Bars, Stirrups & Arm Boards 6. Also available in Complete Stainless Steel Dimensions: 1. Overall approx. size: L 1820 mm x W 640mm x Ht810mm

35 Operation Table Opthalmic

1. Stainless steel Top, Stainless Steel Base. 2. Adjustable head rest. 3. Head low/up (T & RT) position by screw & lever mechanism. 4. Accessories : Mattress & Stepping Stool. Dimensions: 1. Overall approx size : L 1820 mm x W 640mm x Hgt. adj. from 700mm to 900 mm

36 Labour Table (Telescopic)

1. Three Section Stainless Steel top, Stainless Steel Base 2. Back rest on ratchet 3. Head low/up (T & RT) by screw mechanism 4. Middle section having ‘U’cut with bowl. 5. Siding foot end. 6. Railing on three sides 7. Accessories :- Lithotomy bars, Stirrups, Step Stool & Mattress Dimensions: 1. Overall approx. Size : L 1830mm x W 870mm x H 800mm 2. Frame : 50mm x 25mm, Rectangular Stainless Steel Tube.

37 Labour Table (Foot End Folding)

1. Two Section Stainless Steel top & base with head low/up (T & RT) by screw mechanism 2. Removable & folding foot end 3. ‘U’cut with drainage tray 4. Accessories :- Lithotomy bars, Stirrups, Step Stool & Mattress 5. Available in full Stainless Steel / Stainless Steel top & Epoxy powder coated base. Dimensions: 1. Overall approx. Size : L1830mm X W 870mm x H 800mm 2. Frame : 50mm x 25mm, Rectangular Stainless Steel Tube.

Page 80: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 80

39 Emergency & Recovery trolley (Casualty Trolley)

1) Manually height adjustable patient trolley2) Two sections removable & X-Ray stretcher top3) X-ray cassette holder4) Height adjustment & Trendelenburg / Reverse trendelenberg position by screw & lever mechanism5) Oxygen cylinder cage6) I.V. rod7) S.S. swing away type side railings8) Buffer at four corners9) Four heavy duty swivel castors of 125mm Dia. two with brakes10) Pretreted & Epoxy powder coatedDimensions:1) Overall dimension: 1980 (L) × 710 (W) in mm2) Height adjustment: 700 - 890 mm

40 Emergency & Recovery trolley

1) Height adjustment by foot operated hydraulic pump 2) Two sections removable & X-Ray permeable stretcher top 3) X-ray cassette holder 4) Gas spring assisted Trendelenburg / Reverse trendelenberg positions 5) Oxygen cylinder cage 6) I.V. rod 7) S.S. swing away type side railings 8) Buffer at four corners 9) Four heavy duty swivel castors of 125mm Dia. two with brakes 10) Pretreted & Epoxy powder coated Dimensions: 1) Overall dimension: 1980 (L) × 710 (W) in mm 2) Height adjustment: 660 - 910 mm

41 Stretcher trolley (Folding)

1) Both folding Stainless steel top fixed on CRCA tube frame 2) Base Frame : 50 mm x 25 mm CRCA Tube 3) Mounted on 150 mm dia heavy duty wheels 4) Also available in Stainless Steel & Stainless Steel Base 5) Pretreted & Epoxy powder coated Dimensions: 1) Overall approx size: 1830 (L) × 570 (W) × 800 (H) in mm 2) Folding approx size: 1000 (L) × 570 (W) × 800 (H) in mm

Page 81: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 81

42 Stretcher trolley

1) Removable Stainless steel top fixed on CRCA tube frame 2) Base Frame : 50 mm x 25 mm CRCA Tube 3) Mounted on 150 mm dia heavy duty castors 4) Also available in Stainless Steel 5) Pretreted & Epoxy powder coated Dimensions: 1) Overall approx size: 2030 (L) × 610 (W) × 870 (H) in mm

43 Examination couch with gas spring assisted backrest

1) Frame : CRCA Rectangular Tubes, CRCA sheet cabinets 2) Backrest operated by gas spring mechanism 3) Three drawers & three cabinets One cabinet & One drawer with lock 4) Sliding stepping stool 5) 100 mm thick reversible foam mattress 6) Pretreted & Epoxy powder coated 7) B.P. Apparatus stand Dimensions: 1) Overall approx size: 1830 (L) × 575 (W) × 850 (H) in mm Optional Feature at Extra Cost: 1) Lock facility for remaining drawers and cabinets

44 Examination couch

1) Frame : CRCA Rectangular Tubes, CRCA sheet cabinets2) Four cabinets - one with lock & one drawer with lock3) Sliding stepping stool & writing pad4) 100 mm thick reversible foam mattress 5) Pretreted & Epoxy powder coatedDimensions:1) Overall approx size: 1830 (L) × 575 (W) × 850 (H) in mmOptional Feature at Extra Cost:1) Lock facility for remaining cabinets

45 Gynaec Examination couch

1) Frame : CRCA Rectangular Tubes, CRCA sheet cabinets 2) Three cabinets one with lock and one drawer with lock 3) Sliding stepping stool & writing pad 4) 100 mm thick reversible foam mattress with "U" cut 5) Pretreted & Epoxy powder coated Dimensions: 1) Overall approx size: 1830 (L) × 575 (W) × 850 (H) in mm Optional Feature at Extra Cost: 1) Lock facility for remaining cabinets

Page 82: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 82

46 Standard Examination couch

1) Frame : CRCA Rectangular Tubes, CRCA sheet cabinets 2) One cabinet and one drawer with lock 3) Stepping stool & writing pad 4) 100 mm thick reversible foam mattress with "U" cut 5) Pretreted & Epoxy powder coated Dimensions: 1) Overall approx size: 1830 (L) × 575 (W) × 850 (H) in mm

47 Gynaec Examination table

1) Frame: Press bend CRCA sheet Top with backrest adjustable on ratchet 2) CRCA tubular legs 3) Perinial "U" cut at foot end 4) Stepping stool & mattress 5) Lithotomy bars with Stirrups 6) Pretreted & Epoxy powder coated Dimensions: 1) Overall approx size: 1820 (L) × 560 (W) × 815 (H) in mm

48 Plain Examination table

1) Frame: Press bend CRCA sheet Top with backrest adjustable on ratchet 2) CRCA tubular legs 3) Stepping stool & mattress 4) Pretreted & Epoxy powder coated Dimensions: 1) Overall approx size: 1820 (L) × 560 (W) × 815 (H) in mm

49 Instrument Trolley

1) Stainless steel square tubes 2) Stainless steel top & bottom shelves with 3 side railing on top shelf 3) Trolley mounted on 100 mm diameter castors 4) Available in full SS/ powder coated frame 5) Also available in round tube frame Dimensions: Size 1: Overall approx size: 710 (L) × 460 (B) × 850 (H) in mm Size 2: Overall approx size: 965 (L) × 460 (B) × 850 (H) in mm

50 Mayo Trolley - Single bar

1) Stainless steel square and rectangular tubes 2) Trolley mounted on 50 mm diameter castors 3) Available in full SS/ powder coated frame with SS tray Dimensions: Size 1: Overall approx size: 555 (L) × 420 (B) in mm Height adjustment: 845 - 1300 (H) in mm

Page 83: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 83

51 Mayo Trolley - Double bar

1) Stainless steel square and rectangular tubes2) Trolley mounted on 50 mm diameter castors3) Available in full SS/ powder coated frame with SS trayDimensions:Size 1: Overall approx size: 770 (L) × 510 (B) in mmHeight adjustment: 845 - 1300 (H) in mm

52 Wall Mounted Scrub

1) Full Stainless Steel scrub 2) Length as per requirement 3) Provided with instrument washing tray Dimensions: 1) Overall approx size: 482 (W) × 457 (D) in mm Optional Feature at Extra Cost: 1) Stainless steel sleeper stand 2) Long handle tap

53 Foot Operated Scrub

1) Full Stainless Steel scrub 2) Length as per requirement 3) Provided with instrument washing tray Dimensions: 1) Overall approx size: 558 (W) × 457 (D) × 1245 (H) in mm Optional Feature at Extra Cost: 1) Stainless steel sleeper stand 2) Long handle tap

54 Drug Trolley

1) 3 trays & 50 mm diameter castors 2) Pretreated & epoxy powder coated 3) Available in Stainless steel/ epoxy powder coated Dimensions: Size 1) Overall approx size: 490 (W) × 580 (D) × 1040 (H) in mm - 4 trays and 100 mm castors Size 2) Overall approx size: 355 (W) × 480 (D) × 665 (H) in mm - 3 trays

Page 84: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 84

55 Baby Resuscitation Trolley

1) Stainless steel tray in head low position. 2) Three drawer modular system 3) Adjustable I. V. rod 4) Oxygen cylinder cage 5) Adjustable Examination Lamp 6) Bottom tray for mounting suction apparatus. 7) Trolley mounted on 100 mm dia castors 8) Pre-treated & Epoxy powder coated 9) Available in stainless steel / Powder coated Dimensions: 1) Overall approx size: 390 (W) × 800 (D) × 1080 (H) in mm

56 Dressing Trolley with Bowl & Bucket

1) Stainless steel square tubes of 25 × 25 mm 2) Two Stainless Steel shelves with railing on top 3) Stainless steel bowl diameter 345 mm, bucket diameter 360 mm 4) Trolley mounted on 100 mm diameter castors 5) Available in stainless steel / Powder coated with stainless steel shelves & railings Dimensions: 1) Overall approx size: 1080 (L) × 460 (D) × 850 (H) in mm

57 Revolving stool

A) Stainless steel top & epoxy powder coated base B) Stainless steel top & stainless steel base C) Stainless steel top & stainless steel base with backrest; height adjustment by gas spring and cushin for seat & backrest are optional features at extra cost Dimensions: 1) Overall approx size: Top 300 mm diameter 2) Height adjustable: 465 to 7100 (H) in mm

58 Soiled Linen Trolley

A) Trolley mounted on 100 mm diameter three castorsB) Available in stainless steel/ epoxy powder coatedDimensions:1) Linen bag size: 510 dia × 780 (H) in mm

59 Oxygen Cylinder Trolley A) Pull type with three castors - 50 mm diameter B) Push type with three castors - 100 mm diameter C) Jumbo oxygen trolley with two castors - 125 mm diameter

60 ECG Machine Trolley

1) 3 trays, 50 mm diameter castors and cable hanger 2) Pre treated & epoxy powder coated 3) Available in Stainless steel frame with SS top Dimensions: Overall approx size: 355 (W) × 480 (D) × 780 (H) in mm

Page 85: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 85

1) Executive Chairs High Back

Executive chairs (revolving mode) with arms

61 Two Tier Bowl Stand

1) Two stainless steel bowls diameter 360 mm each 2) Epoxy powder coated 3) Available in Stainless steel Dimensions: Overall approx size: 405 (W) × 405 (D) × 840 (H) in mm

62 Kick Bucket

1) One stainless steel bowl diameter 360 mm each 2) Epoxy powder coated 3) Available in Stainless steel Dimensions: Overall approx size: 365 (W) × 365 (D) × 330 (H) in mm

63 Food table SS

1) Stainless steel frame and Stainless steel top Dimensions: Overall approx size: 680 (L) × 360 (W) × 310 (H) in mm

64 Bedside screen

1) CRCA tubular structure mounted on 50 mm diameter castors, two sides sliding Dimensions: Overall approx size open: 2360 (L) in mm Overall approx size closed: 1200 (L) × 550 (W) × 1730 (H) in mm

65 Multipurpose stool

1) Stainless steel top & epoxy powder coated base 2) Also available in stainless steel & stainless steel base 3) Frame: 25 × 25 mm, CRCA square tube Dimensions: Overall approx size: 280 (L) × 280 (W) × 445 (H) in mm

66 Saline stand 1) Available in Stainless steel & epoxy powder coated stand 2) Stainless saline rod 3) Frame: 25 × 25 mm, CRCA square tube Dimensions: Height adjustment size: 1370 - 2435 (H) in mm

67 Reception counters and wall cabinets 1) Available in multi colours and designs 2) Sizes are available as per site measurement

68 Doctor's consulting table 1) Available in multi colours and designs 2) Sizes are available as per site measurement

Page 86: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 86

Approx. dimensions seat depth - 480-500 mm

Seat width - 480-500 mm

Back height with foam seat - 500-520 mm

Total height of chair with height adjustment - 950-1050 mm

5 star gravity alluminium die cast, base made from high quality material confirming to I.S.

6051/1970. Base should have 5 Nos. specially designed twin wheel castors (castors to be

abrasive resistant and resistant free movement on carpets). Manual seat height adjustment and

lockable at any suitable height.

The chair should have tilting mechanism. The structure of the mechanism is manufactured out

of CRC steel sheet. The seating structure is made of ERW tubular structure upholstery to be

made of polyurethane foam of 55 density thickness 37 mm backed by 1” Kurl on.

Arms of the chair are to be made of moulded polyurethane arm with steel insert for long life.

2) Executive Chairs Medium

Executive chairs (revolving mode) with arms

Approx. dimensions seat depth - 480-500 mm

Seat width - 480-500 mm

Back height with foam seat - 380-450 mm

5 star gravity alluminium die cast, base made from high quality material confirming to I.S.

6051/1970. Base should have 5 Nos. specially designed twin wheel castors (castors to be

abrasive resistant and resistant free movement on carpets). Manual seat height adjustment and

lockable at any suitable height.

The chair should have tilting mechanism. The structure of the mechanism is manufactured out

of CRC steel sheet. The seating structure is made of ERW tubular structure upholstery to be

made of polyurethane foam of 55 density thickness 37 mm backed by 1” Kurl on.

Arms of the chair are to be made of moulded skin polyurethane arm with steel insert for long

life.

3) Office Table

Size of the Top : 6’x3’

Made out of pre-laminated particle board with special top surface, 3 nos. drawers on either

side slides smoothly on roller bearings. Flush drawers have single key locking facility for 3

drawers.

Table legs are made out of ERW steel tube, rectangular or size 4 X 3 cm of 14 gauges. And

top frame of size 3 cm. Frames welded by mig welding process. Frames are powder coated

with minimum thickness of 50 microns. Tabletop is 25mm thick phenol bonded particleboard

mounted on 1mm thick laminate. Top Backing sheet 0.5 mm thick to glued below the tabletop

using good adhesive. All exposed edges are bonded Using EVA hot melt glue at 200oc on the

machine with PVC tapes. Hardware of good quality, height to the table is 0.76meter.

4) Office Table

Size of the Top : 5’x3’

Made out of pre-laminated particleboard with special top surface, 3 nos. drawers on either side

slides smoothly on roller bearings. Flush drawers have single key locking facility for 3 drawers.

Table legs are made out of ERW steel tube, rectangular or size 4 X 3 cm of 14 gauges. And top

frame of size 3 cm. Frames welded by mig welding process. Frames are powder coated with

Page 87: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 87

minimum thickness of 50 microns. Tabletop is 25mm thick phenol bonded particleboard mounted

on 1mm thick laminate. Top Backing sheet 0.5 mm thick to glued below the tabletop using good

adhesive. All exposed edges are bonded Using EVA hot melt glue at 200oc on the machine with

PVC tapes. Hardware of good quality, height to the table is 0.76meter.

5) Office Table

Size of the Top : 4’x3’

Made out of pre-laminated particleboard with special top surface, 3 nos. drawers on either side

slides smoothly on roller bearings. Flush drawers have single key locking facility for 3 drawers.

Table legs are made out of ERW steel tube, rectangular or size 4 X 3 cm of 14 gauges. And top

frame of size 3 cm. Frames welded by mig welding process. Frames are powder coated with

minimum thickness of 50 microns. Tabletop is 25mm thick phenol bonded particleboard mounted

on 1mm thick laminate. Top Backing sheet 0.5 mm thick to glued below the tabletop using good

adhesive. All exposed edges are bonded Using EVA hot melt glue at 200oc on the machine with

PVC tapes. Hardware of good quality, height to the table is 0.76meter.

6) Visitor Chairs 3 Seater Stainless Steel Perforated

A unit of three seater perforated sheet type visitor chairs within built arm to be supplied as

follows.

Frame made out of M.S. Square 35x35 mm 16 gauges.

Two Nos of vertical supports of 35x35 mm 16 gauge square on each side to be provided

interconnected by a cross member of same dimension.

Two Nos. of horizontal supports of M.S. 35x35 mm 16 gauge 40 cm length to be provided at

the bottom.

Three chairs to be mounted on the frame with suitable bolts. Provision of suitable moulded

studs to be incorporated at the bottom of seats for rigid mounting.

Dimensions of seat is as follows.

Seat weight - 30-40cm

Seat length - 37-40cm

Seat width - 58-60cm

7) Cushion Chairs

Size seat depth : 480-500 mm

Seat width : 580-500 mm

Back height foam seat : 380-400mm

Cushion chairs are made with moulded ply wood frame work for seat and back polyurethane

foam with arms. Upholstered with desired colour of fabric

8) Almirah

Size 78” x 36” x 19” with 4 shelves to be fixed having 5 compartments, double door

with three way locking device with duplicate keys, made out of CRCA sheet of 18 gauge with

derusted Powder Coated Siemens gray colour paint. The edges of doors and shelves should

be properly bent to U shape neatly and finished.

Page 88: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 88

Sl. No. DESCRIPTION UNIT QTY Rate Amount Rate Amount

1 DOUBLE SKIN AIR HANDLING UNIT FOR OT

Supply,Installtion and commissioning of

1. Double skin air handling unit of precoated preplastised sheet as external skin and

internal skin as 0.63 GI sheet

2.Total thickness of the casing to be not less than 40+/-3 mm thick with puff of

40kg/m3 as infill and core material. profiles of the casing will be thermalbreak or

puff filled.

3. Centrifugal blower with 125 static pressure backward curve blower with motor of

suitable capacity and direct driven system with vfd drive

4. cooling coil shall have copper tubes for the refrigerant and alluminium fins not

less than 6 row deep and 12fpi with two distributors. capacity of the cooling coil

will be not less than 11tr. The face velocity should not exceed more than 500fpm.

condensation tray to be in ss 304 with proper slope and the acculumation of water

to be minium. drain pipes to be incorporated up to the suitable location

5.THREE filteration stages, 20 micron as fresh air filter, 10 micron bag type with a

good dust holding capacity as prefilter,3 micron

6. Low leakage aerofoil design dampers for fresh air, return air,supply air is

required.

7. service doors, view glass,limit switch, service light si required.

8. Necessary heaters in the supply planum are required to controll relative

humidity.

9 humidstat, thermostat, airstat are required 10.

fresh air intake by the system should 30%and recirculated air to be 70% of the total

volume of air supplied to the modular operation theatre 11. The unit shall be

capable of generating positive pressure of 15-20pa

NOS 1

AHU 4500 CFM WITH 125 MM OF WG AND 6 ROW DEEP COOLING COIL

2 AIR COOLED CONDENSING UNITS

Air cooled Condensor with scroll compressor,coil,fan HP-LP cutout & acce, & Piping

and Insulation. (Make: Hitachi) with a capacity of 8.75tr double compressor with

necessary copper piping,insulation,dryer,expansion valve,sightglass,Bmvalve

11 Tr Condensing Unit ( Make - Hitachi ) Nos 1

3 DUCTING

alluminiumDucting complete with supports, nut-bolts,flange, neoprene gaskets duly

installed as per SMACNA STDS

A 24GUAGE sqmtr 150.00

B 22GUAGE sqmtr 50.00

Duct insulation with Polyethele XPLE with one side Alumunium embeded.

C 19mm for supply duct sqmtr 115.00

D 13mm for return air duct sqmtr 115.00

4 validations and documentation

Filter integrity test

A particle count test

B class recovery test

C Airflow pattern test

D velocity, pressure ,RH,air changes test and documentation(DQ,IQ,OQ,PQ) lot 1.00

Total

Grand Total

BOQ for HVAC WORKS FOR MODULAR OT

Supply Installation

Page 89: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 89

MODULAR OT ENVELOPE

Sl. No. DESCRIPTION UNIT QTY Rate Amount Rate Amount

LAMINAR FLOW STATION

1

Laminar flow station of capacity handling 4500CFM with mini pleat

hepa filters of grade MERV14 (0.3 micron down to 99.997%

arrestance capacity in the filtration area not less than 45 sqft with

output velocity of 90 to 120FPM with 4inch of pvc curtain all

around).the internal skin of laf to be SS304 and external GI powder

coated puf filled and thickness of 25mm.

A LAF DIMENSION;8FTX8FTX1FT Nos 1.00

2 MODULAR OPERATION THEATRE ENVELOPE

A

Double skin 80MM puf demountable wall paneling system, internal

skin as SS 304 smooth 1MM mm thick GI powder coated and external

skin 0.55mm thick as PCGI sheet of 60 to 80 micron powder coating,

puf of density of 40kg/m3 with load bearing capacity of 100to 150

kg/sqmtr with floor track and GI inter connecting profiles and self

standing iso build strecture, food grade seleants are used in order to

provide seamless and airtight finish

sqft 850.00

B

Double skin 50MM PUF demountable ceiling paneling system,

internal skin as 0.8 mm thick SS 304 and external skin as 0.55mm

PCGI sheet of 60 to 80 micron powder coating, PUF density of

16kg/m3 with load bearing capacity of 40 to 80 kg/sqmtr with floor

track and GI inter connecting profiles and self standing iso build

strecture, food grade seleants are used in order to provide seamless

and airtight finish

sqft 450.00

CInbuilt risers and bottom extracts with ,damper and SS304 perforated

sheet in the bottom air extract nos 6.00

D

aluminium extruded powder coated R50 covings near the inter section

of wall to wall and wall to ceiling system in order to avoid dust

accumulation and CFU'S

rmt 40.00

3 FLOORING

A

Epoxy floor should be made from two component resin in three

different layer consisting of primer, self leveling and top layer. Top

layer should be treated chemically to harden the surface for longer

durability and for ease of cleaning and disinfection Thickness of the

floor shall be not less than 6mm with anti scratch coating on the top

sqft 450.00

BEpoxy covings near the inter section of flooringl to wall in order to

avoid dust accumulation and CFU'Srmt 30.00

4 CONVENTIONAL SWING DOORS

A

SS 304 powder coated 40mm thick unequal shutter door infill as

paper honey comb, view glass, ss D-handle lock, tower bolt, door

closer, push plate SIZE of the DOOR; 1500*2100

nos 1.00

- Total

Grand Total

Supply Installation

Sl. No. DESCRIPTION UNIT QTY Rate Amount Rate Amount

1 ELECTRICAL WORKS

1. mccb panel for Ahu, condensing unit, heaters,

thermostat, humidistat, airstat

2. Necessary dol staters, Star-delta starters,

indication klambs, over load relays, interlocking

facility, single phase preventer, 3. Digital volt

meter, ammeter WITH VFD

Nos 1.00

2 POWER AND CONTROL CABLES

1.3core 10 sqmm alu cable

2. 3core 6 sqmm alu cable

3. 3core 1.5 sqmm cu cable

lot 1.00

3

ELECTRICAL SOCKETS of 5amps and 15 amps

and LED FUXTURES OF 6NOS of size 2ft x 2ft

and uv light fixture of 2nos with uv tubes

lot 1.00

- -

- Grand Total

Page 90: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 90

MODULAR OT EQUIPMENTS

Sl. No. DESCRIPTION UNIT QTY Rate Amount Rate Amount

1 X - RAY VIEW BOX

Twin plate x-ray viewing screen which should have following features

- Should be designed to provide a high level of control luminance

- Should have dimming range 3 - 100% flicker free illuminated by 4

pieces of high frequency fluorescent lamps.

Nos 1.00

2 WRITING BOARD

Operating writing list board to be used by surgeon / Anesthesist

should be made of high grade G.P. Sheet or powder coated CRC

material of size 1000 mm x 700 mm x 60 mm having magnetic

properties.

No. 1.00

3 Surgeon Control PanelMembrane type operation control panel should have following facility

a) Should be mounted flush in the theatre wall

b) Should have 1 number day time digital clock.

c) Should have 1 number elapsed time digital clock.

d) Should have 1 number hands free telephone.

e) Should have medical gas alarm which should indicate high, normal

and low gas pressure for each gas service present in the operating

room.

f) Should have temperature and humidity display

g) Should have Peripheral light controller

No. 1.00

4 ANESTHESIA PENDANT and surgeon pendant

Single arm with 4 gas outlets, 8 nos electrical sockets 15A, 1 no IV

stand and 1 no utility basket.Nos 2.00

- Total

Grand Total

Supply Installation

Note:

1) All The Products should be CE/FDA Certified. 2) The above product should conform to applicable ISI Standards in respect of

materials, welding process, tests and performance. 3) The above items must conform to the relevant quality and safety standards

such as IEC 601-1 and BS 5724 and the Indian equivalent. 4) Manufacture Name should be mentioned on the Furniture & fixtures

Page 91: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 91

SECTION - VII : QUALIFICATION CRITERIA

1. (a) The tenderer should be a manufacturer who must have manufactured, tested and

supplied the equipment (s) similar to the type specified in the ‘Schedule of

requirements’ up to at least 80% of the quantity required in any one or cumulative of

the last 3 years as per Section-XII. The equipment offered for supply must be of the

most recent models incorporating the latest improvements in design. The similar

equipment should have been released and model offered should have been in

satisfactory operation for at least 12 months as on date of tender opening.

(b) In case of the tenderer quoting as authorized representative of a manufacturer,

meeting with the above requirement in full, can also be considered provided:

(i) The manufacturer furnishes authorization in the prescribed format assuring

full guarantee and warranty obligations as per GCC and SCC; and

(ii) The tenderer as authorized dealer shall also obtain the detailed qualification

criteria of the manufacturer as cited at 1 (a) above and upload the same along

with his own Qualification Criteria as stipulated in 1 b (iii).

(iii) The tenderer, as authorized representative, has supplied, installed and

commissioned satisfactorily at least 30% of the tendered quantity similar to

the type specified in the Schedule of Requirements in any one or cumulative

of the last three years as per Section XII A which must be in satisfactory

operation for at least 12 months on the date of tender opening.

2. The tenderer should furnish the information on all past supplies and satisfactory performance

for both (a) and (b) above, in proforma under Section XII by uploading all the documents.

3. The following routine test (final test) needs to be done on all products, which are ready to

dispatch. The test report should be made available for inspecting authorities for random

checking, if the item is not IEC certified OR IEC class not specified on the product catalogue.

High voltage Test (for 5 seconds), Earth and patient leakage current test and Earth bond test.

Page 92: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 92

SECTION – VIII

TENDER FORM

Date :........................................

To:

The General Secretary,

Karnataka Reddyjana Sangha,

Koramangala, Bangalore.

Gentlemen/ Ladies:

Having examined the tender documents in connection with the Supply of below medical & non-

medical equipment, Hospital Furniture & Fixtures called in this tender to your department for the year 2016-

2017 called by you, I / We, the undersigned offer to supply and deliver the above said items in conformity with

the terms and conditions of the tender at the rates quoted in the price bid if the contract is awarded in my / our

favour.

Sl.

No. Name of the Equipment

Model / Mfg

Name Remarks

I / We understand that the quotation offered shall be valid for not more than 12 months from the date of

award of tender. I / We undertake if our quotation is accepted, I / We will enter into contract to deliver the

goods in accordance with the delivery schedule. I / We agree to abide by this tender for the specified period.

I / We undertake to deposit Security Deposit amount in accordance with the terms and conditions of the

tender if our offer is accepted. I / We understand that you are not bound to accept the lowest or any quotations

you may receive. We undertake, if our tender is accepted, to deliver the goods in accordance with the delivery

schedule specified in the Schedule of requirements.

If our tender is accepted, we will obtain DD towards performance security guarantee of a bank a sum

equivalent to (2.5%) five percent of the Contract Price for the due performance of the Contract, in the form

prescribed by the Purchaser. We agree to abide by this tender for the Tender validity period specified in Clause

14.1 of the ITT and it shall remain binding upon us and may be accepted at any time before the expiration of

that period.

Until a formal contract is prepared and executed, this tender, together with your written acceptance

thereof and your notification of award, shall constitute a binding Contract between us. We undertake that, in

competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the

laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

We understand that you are not bound to accept the lowest or any tender you may receive.

We clarify/confirm that we comply with the eligibility requirements as per ITT Clause 1 of the tender

documents.

Dated this ....... day of ............................ 2016.

_______________________________ ___________________________________

(Signature)

(In the capacity of)

Affix the

photograph of the

person signing the

document attested

by a Gazeted

Officer/Notary

Page 93: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION – X

PRICE SCHEDULE Name of the Firm:

Price for each unit

1 2 3 4 5 6 7 8 9 10 11 12 13 14

Item

No.

Item

description &

specifications

Country of

origin

Quantity

of unit

Ex-factory

Ex-

warehouse/

Ex-

showroom

off the shelf

Excise

duty if

any

Packin

g &

forwar

ding

Inland transportation

Insurance and

other local cost

incidental to

delivery

Other

incidental

charges

Sales and

other taxes

payable if

contract is

awarded

Unit price

(a+b+c+d+e

+f)

Total Price per

schedule for

delivery at final

destinations( 4x11)

Delivery

period Remarks

(a) (b) (c) (d) (e) (f)

1

2.

Rs.______________

II. Other costs if any on turnkey basis (Details) Rs.

( Additional Accessories & Civil Works etc.) Rs._______________

III. Grand Total –

Rs._______________

Signature of the Bidder with seal________________________________________________________

Name______________________________________________________________________

Business Address____________________________________________________________

Note: In case of discrepancy between unit price and total price the unit price shall prevail. And in case of words and figures, the lowest shall be considered.

a) The bidder shall give list of spares for two years operation separately indicating description. Quantity, Unit Price and total price in the above format for those items whose scope of

Supplies include spare parts as per technical Specifications. (Given in Section – VI)

Page 94: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

PRICE SCHEDULE

Format - VIII/B

Comprehensive Maintenance and Repairs cost for Four Years after Warranty period of

(CMC price to be quoted as per clause 4 SCC) A B C D

Item

No.

Brief Description of

items mentioned in

Schedule-II

Quantity Annual Maintenance & Repair Cost for each unit after warranty period

Rupees

D1 D2 D3 D4

1st Year 2nd Year 3rd Year 4th Year

1

2

3

Note : Comprehensive Maintenance and Repairs cost for Four Years after Warranty

period of Three Years should be quoted

Place:

_________________

Signature of Tenderer

Date: Name_____________

Note: To be submitted as part of financial bid (Second Cover) as in attachment provided

SECTION-IX DETAILS OF EARNEST MONEY DEPOSITED

Page 95: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 95

From: (Tenderer)

………………………………….

………………………………….

…………………………………..

To:

The General Secretary,

Karnataka Reddyjana Sangha,

Koramangala, Bangalore.

Sir,

1. We have deposited Earnest Money Deposit of Rs…………………………

(Rupees………………………………………………… only) at -------------- to KRJS, the

details of which are as follows:

1. ----------------- Bank (Name of the branch) ………………………….

2. Method of remittance and its details ……………………

3. DD for Rs. bearing no. of

2. We agree that the EMD may be forfeited by the purchaser if we:

(a) Withdraw our tender during the period of tender validity specified by us in the Tender

Form (Section VIII);

(b) Do not accept the correction of the Tender Price Pursuant to Clause 22.2 of I.T.T

(c) Do not sign the Agreement within the specified time limit in case we are successful and

notification of award has been communicated;

(d) Do not furnish the required Performance Security deposit as required ITT Clause 31.

_____________________________________________

Name of Tenderer

Page 96: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

Page 96

SECTION - X: CONTRACT FORM

THIS AGREEMENT made on the .......day of.................................. 2016 between..........................

(Name of purchaser) of.............. (Country of Purchaser) Hereinafter called "the Purchaser” of the one part

and..................... (Name of Supplier) of......................... (City and Country of Supplier) (Hereinafter called "the

Supplier") of the other part:

WHEREAS the Purchaser is desirous that certain Goods and ancillary services

viz……………………… (Brief Description of Goods and Services) and has accepted a tender by the Supplier

for the supply of those goods and services in the sum of.............................. (Contract Price in Words and

Figure), hereinafter called “the Contract Price".

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them

in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz:

(a) The Tender Form and the Price Schedule uploaded by the Tenderer;

(b) The Schedule of requirements;

(c) The Technical Specifications;

(d) The General Conditions of Contract;

(e) The Special Conditions of Contract; and

(f) The Purchaser's Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the

Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein

in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and

services and the remedying of defects therein, the Contract Price or such other sum as may become payable

under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Brief particulars of the goods and services which will be supplied/ provided by the Supplier are as under:

SL.

NO.

BRIEF DESCRIPTION

OF EQUIPMENTS & SERVICES

QUANTITY TO

BE SUPPLIED

UNIT

PRICE

Total

Price

Sales

tax if

any

Grand

Total

DELIVERY

TERMS

TOTAL VALUE:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with

their respective laws the day and year first above written.

Signed, Sealed and Delivered by the

Said..................................................... (For the

Purchaser)

In the presence of: …………………………

Signed, Sealed and Delivered by the

Said..................................................... (For the

Supplier)

In the presence of: ...........................................

Page 97: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION - XI .

PERFORMANCE SECURITY FORM

To:

The General Secretary,

Karnataka Reddyjana Sangha,

Koramangala, Bangalore.

WHEREAS................................................................... (Name of Supplier) hereinafter

called "the Supplier" has undertaken, in pursuance of Contract No............................. dated, / /

to supply of ……………………………..(Description of Goods and Services) hereinafter called

"the Contract".

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier

shall furnish you with a Demand Draft as Performance Security by a recognized bank for the sum

specified therein as security for compliance with the Supplier's performance obligations in

accordance with the Contract.

WE have hereby enclosed Demand Draft for total amount of...................................

......(Amount of the Demand Draft Words and Figures) and we undertake to permit you to encash

the Demand Draft on default under the Contract and without cavil or argument, without your

needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This Performance Security is valid until the ........day of...................2016 (Warranty

period + CMC period + 60 days).

Signature &Name of the bidder

Date......................2016

Address:

................................

...............................

Page 98: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION - XI / A

COMPREHENSIVE MAINTENANCE SECURITY BANK GUARANTEE FORM

(To be stamped in accordance with Stamp Act if any, of the Country of the Issuing Bank)

Bank Guarantee No.: .................................................... Date: …/…. /……..

To:

.......................................................... (Name of the Purchaser)

Whereas......................................... (Name of the Purchaser) hereinafter called "the Supplier" has

undertaken, in pursuance of contract No................... dated............. 2016 to

supply.......................................................... (Description of Goods and Services) hereinafter called

"the Contract".

AND WHEREAS it has been stipulated by you in the said contract that the Supplier shall furnish you

with a Bank Guarantee by a recognised Bank for the sum specified therein as security for compliance

with the Supplier's performance obligations under the contract for Annual Maintenance and Repairs

(comprehensive) of the entire system including cost of spares after warranty period of 3 years for next

four years. AND it has been agreed that the gives Supplier gives a Guarantee.

THEREFORE WE hereby affirm that we are Guarantors and responsible to you on behalf of the

Supplier, up to a total of Rs........................ (Amount of guarantee in words and figures) being 2.5% of

the total cost of equipment and we undertake to pay you, upon your first written demand declaring the

Supplier to be in default under the contract and without cavil or argument, any sum or sums within the

limit of Rs ....... (Amount of guarantee) as aforesaid, without your needing to prove or to show

grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until ............... day of ................ 2016.

Signature and Seal of Guarantors

.................................

.................................

Date: ............. 2013.

NOTE:

1. SUPPLIERS SHOULD ENSURE THAT SEAL AND CODE No. OF THE SIGNATORY IS PUT BY

THE BANKERS, BEFORE SUBMITING OF THE BANK GUARANTEES.

Page 99: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION –XII

(Please refer Section VII Para 1(a) )

Proforma for Qualification Criteria for the manufacturer to the extent of 80%

in any one of the last three years

Name of the Manufacturer: ……………………………………………………………………………………..

Orders placed

by (Full address

of Purchaser)

Order No and

Date

Description and

Quantity of

Goods ordered

Value of Order

Date of

Completion of

Delivery

As per contract/

Actual

Remarks

indicating

reasons for late

delivery, if any

1 2 3 4 5 6

Note: 1. The manufacturer should furnish the information in the above said format for having supplied 80% of

the requirement and the relevant order copies.

Original certificates issued recently should be submitted.

Signature and Seal of the Tenderer: -----------------------------------------------------------------------------

Page 100: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION –XII A

(Please refer Section VII of 1(b)-iii )

Proforma for Qualification Criteria for the Authorized Agents to the extent of

30% in any one of the last three years

Name of the Authorized Agent: ……………………………………………………………………………..

Orders

placed by (Full

address of

Purchaser)

Order No

and Date

Description

and

Quantity of

Goods

ordered

Value

of

Order

Date of

Completion of

Delivery

As per

contract/

Actual

Remarks

indicating

reasons for

late

delivery, if

any

Has the goods/

equipment been

satisfactorily

functioning. (Attach a

Certificate from the

Purchaser) *

1 2 3 4 5 6 7

Note : 1.The Authorized Agent should furnish the information in the above said format for having supplied 30%

of the requirement and the relevant order copies shall also be submitted along with Users Satisfactory

Certificate.

Original certificates issued recently should be uploaded.

Signature and Seal of the Tenderer: -----------------------------------------------------------------------------

Page 101: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION - XIII

MANUFACTURERS' AUTHORIZATION FORM (Please see Clause 11.2(a) of Instructions to Tenderers)

Date:

To

Dear Sir:

We who are established and reputable manufacturers of

(name and description of goods offered) having factories at (address of factory) do hereby authorize

M/s (Name and address of Agent) to submit a tender, and sign the contract with you for

the goods manufactured by us against the above IFT.

We hereby extend our full guarantee and warranty as per Clause 14 of the General Conditions of

Contract for the goods and services offered for supply by the above firm against this IFT.

Yours faithfully,

(Name)

(Name of manufacturers)

Note: 1. This letter of authority should be on the letterhead of the manufacturer and should be signed by a

person competent and having the power of attorney to legally bind the manufacturer. It should be

included by the Tenderer in its tender.

2. This letter of authority should be issued to only one agent irrespective of models for this particular

IFT. If it is found that letter of authority issued to more than one firm, all the bids for which the

authorization is given will be considered Non responsive.

Page 102: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION - XIV

PROFORMA FOR EQUIPMENT AND QUALITY CONTROL EMPLOYED BY THE

MANUFACTURER

NAME OF THE TENDERER: .........................................................................................................................

(Note: All details should relate to the manufacturer for the items offered for supply)

1. Name & full address of the Manufacturer

2. (a) Telephone & Fax No Office/Factory/Works

(b) Telex No. Office/Factory/Works

(c) Telegraphic address:

3. Location of the manufacturing factory.

4. Details of Industrial License, wherever required as per statutory regulations.

5. Details of important Plant & Machinery functioning in each dept. (Monographs & description

pamphlets be supplied if available).

6. Details of the process of manufacture in the factory.

7. Details & stocks of raw materials held.

8. Production capacity of item(s) quoted for, with the existing Plant & Machinery

8.1 Normal

8.2 Maximum

9. Details of arrangement for quality control of products such as laboratory, testing equipment etc.

10. Details of staff:

10.1 Details of technical supervisory staff in charge of production & quality control.

10.2 Skilled labour employed.

10.3 Unskilled labour employed.

10.4 Maximum No. of workers (skilled & unskilled) employed on any day during the 18 months

preceding the date of Tender.

11. Whether Goods are tested to any standard specification? If so, copies of original test certificates should

be uploaded in triplicate.

12. Is the Manufacturer registered with the Directorate General of Supplies and Disposals, New Delhi 110

001, India? If so, furnish full particulars of registration, period of currency etc. with a copy of the

certificate of registration.

...............................................................

Signature and seal of the Manufacturer

Page 103: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

SECTION - XV - Document Verification Check list

Tender For:

To be uploaded by the bidder with page numbers as per the tender document requirement in the following

pattern

Sl. No. Details Uploaded Page No.

1 List of Items Quoted

2 EMD details

3 VAT registration No.

4 Sales tax / VAT clearance certificate for the Three

Years

5 Annual Turnover for the Three Year

8 Certificate of Incorporation

9 Tender offer form

10 Self Declaration

11 Attested copy of SSI issued by Industrial Commerce

Department Government of Karnataka

12 Import License (if quoted for imported goods)

13 Manufacturing License of Manufacturer

14 Authorization by Manufacturer

15 80% Performance Statement

16 Proof of 80% performance (Supply orders copies)

17 30% Performance statement

18 Proof of 30% performance (Supply orders copies)

19 Equipment & Quality control certificate

20 Original Technical Specification information

literatures / Brouchers

21 Technical Compliance statements with deviations

22 Valid ISO/CE and/or FDA Certificates and any other

certificates required as per the tender document

23 Documentary evidence for having service centers in

karnataka.

Page 104: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

ANNEXURE – I

SALES TAX CLEARANCE CERTIFICATE

This is to certify that M/s ………………………………………………………who is a registered

dealer under VAT Act with regarding …………………………… having VAT TIN

NO.…………………………& CST TIN NO. ………………………………has fixed Sales Tax return and

tax cleared for the year 2013-14, 2014-15 and 2015-16 and no dues are outstanding for the said period.

Signature & Seal

of the Commercial Tax Authority.

Page 105: Tender for hospital equipment, furniture and fixtures for ...reddyjanasangha.org/pdf/hospital-equ-fur-fix...27 Platelet incubator and shaker 1 28 Deep Freeze (-35 Degree) 1 29 Deep

ANNEXURE -II

Annual Turnover Statement

The Annual Turnover of M/s. ________________________________________

for the past three years are given below and certified that the statement is true and correct.

_____________________________________________________________

Sl.No. Financial years Turnover in Lakhs (Rs)

_____________________________________________________________

2013 – 2014 (31-03-2014) -

2014- 2015 (31-03-2015) -

2015 – 2016 (31-03-2016) -

_________________________________________________________

Total - Rs. _________________ Lakhs.

__________________________________________________________

Date:

Signature of Chartered Accountant

Seal:

(Name in Capital)