Tender. For. Equipments required for Department of Pulmonary Medicine

Size: px
Start display at page:

Download "Tender. For. Equipments required for Department of Pulmonary Medicine"

Transcription

1 Tender For Equipments required for Department of Pulmonary Medicine At All India Institute of Medical Sciences, Jodhpur NIT Issue Date : September 02, 2013 Pre-Bid Meeting Last Date of Submission : September 12, 2013 at 03:00 PM. : September 26, 2013 at 03:00 PM. All India Institute of Medical Sciences, Jodhpur Basni Phase - II, Jodhpur, Rajasthan Telephone: , aoadmin@aiimsjodhpur.edu.in

2 All India Institute of Medical Sciences (AIIMS), Jodhpur, Rajasthan, an apex healthcare institute being established by Parliament of India under aegis of Ministry of Health & Family Welfare, Government of India, invites sealed tenders for supply & installation of the following items at the institute. You are requested to quote your best offer along with the complete details of specifications, terms & conditions. ANNEXURE A S.No NIT No. Qty 1. Admin/General/166/2013-AIIMS.JDH Quotation should be sealed and superscribed with tender number and address to: Administrative Officer All India Institute of Medical Sciences, Jodhpur Basni, Phase-II Jodhpur , Rajasthan. The sealed quotations should reach the Institute, latest by September 26, 2013 at 03:00 PM and it will be opened on same day at 04:30 PM in the Project Cell, Resident Complex, AIIMS, Jodhpur of the Institute in the presence of the bidder(s) or their authorized representative(s), who will present at the scheduled date and time. Terms & Conditions: EMD (in Rs.) 1 55,000 Item Description Computerised Pulmonary function test Machine with Body Plethysmography 2. Admin/General/170/2013-AIIMS.JDH 1 35,000 Semirigid Video Thoracoscope 3. Admin/General/169/2013-AIIMS.JDH 1 16,000 Fiber optic Bronchoscope (Adult) 4. Admin/General/167/2013-AIIMS.JDH 3 15,000 BIPAP/NIV MACHINE 5. Admin/General/168/2013-AIIMS.JDH 1 1,04,000 ADULT VIDEOBRONCHOSCOPE (Refer Specifications Details as per Annexure- B ) 1. Earnest Money Deposit: The bidder shall be required to submit refundable amount as Earnest Money Deposit (EMD) and a non-refundable tender fee for an amount of 1,000/-(Rupees One Thousand only) for each NIT by way of demand drafts only as mentioned in Annexure A. The demand drafts shall be drawn in favour of All India Institute of Medical Sciences, Jodhpur. The demand drafts for earnest money deposit must be enclosed in the envelope containing the technical bid. The EMD of the successful bidder shall be returned after the successful completion of contract / order and for unsuccessful bidder(s) it would be returned after award of the contract. Bid(s) received without demand drafts of EMD shall be liable for rejection. The firms who are registered with National Small Industries Corporation (NSIC) / OR Small Scale Industrial (SSI) are exempted to submit the EMD (Copy of registration must be provided alongwith). 2. Rate: Rates should be quoted in Indian Rupees (INR) on DOOR Delivery Basis at AIIMS, Jodhpur, Rajasthan, Inclusive of all the Charges, with break-ups as: AIIMS-Jodhpur Page 2

3 Basic Cost. VAT /CST as applicable. Total Cost (F.O.R at AIIMS Jodhpur). 3. Validity: The quoted rates must be valid for a period for 120 days from the date of closing of the tender. The overall offer for the assignment and bidder(s) quoted price shall remain unchanged during the period of validity. If the bidder quoted the validity shorter than the required period, the same will be treated as unresponsive and it may be rejected. In case the tenderer withdraws, modifies or change his offer during the validity period, bid is liable to be rejected and the earnest money deposit shall be forfeited without assigning any reason thereof. The tenderer should also be ready to extend the validity, if required, without changing any terms, conditions etc. of their original tender. 4. Delivery & Installation: The items shall be delivered within 30 days of issue of supply order at AIIMS, Jodhpur. Satisfactory installation / commissioning and handover of the items will be completed within two weeks from the date of receipt of the goods at the AIIMS, Jodhpur premises. The successful tenderer will also provide required training for supplied items at AIIMS-Jodhpur. The goods should be manufactured after adoption of latest technology. 5. Sample: AIIMS Jodhpur reserves the right to ask the tenderers for submitting the sample of each item for which rates have been quoted, Technically Qualified Bidders may be asked to submit samples along with their quoted items nos. and their firm name without indicating any prices before opening of Financial Bid to AIIMS, Jodhpur for Inspection. 6. Guarantee / Warrantee Period: For the equipment value upto Rs. 5 Lakh: The Tenderers must quote for 2 years comprehensive warranty (Including all Spares, Accessories and Labour) from the date of completion of the satisfactory installation. The warranty charges shall not be quoted separately otherwise the offer shall be summarily rejected. Also the bidders are requested to submit their quote (Rates) for subsequent 3 years Comprehensive Maintenance Contract (CMC) (Including All Spares, Accessories and Labour). Failure to comply this condition will entail the rejection of the bids. The price comparison shall be taking into account on basic price and post warranty CMC. CMC Charges will be payable separately at the time of start of CMC. 7. Guarantee / Warrantee Period: For the equipment value above Rs. 5 Lakh: The Tenderers must quote for 5 years comprehensive warranty (Including all Spares, Accessories and Labour) from the date of completion of the satisfactory installation. The warranty charges shall not be quoted separately otherwise the offer shall be summarily rejected. Also the bidders are requested to submit their quote (Rates) for subsequent 5 years Comprehensive Maintenance Contract (CMC) (Including All Spares, Accessories and Labour). Failure to comply this condition will entail the rejection of the bids. The price comparison shall be taking into account on basic price and post warranty CMC. AIIMS-Jodhpur Page 3

4 8. Performance Security: The supplier shall require to submit the performance security in the form of irrevocable Bank Guarantee (BG) / or Fixed Deposit Receipt (FDR) issued by any Nationalised Bank for an amount of which is equal to the 10% of the order value and should be kept valid for a period of 60 day beyond completion of all the contractual obligation including CMC period. 9. Payment Term: 90% payment of the total order value shall be released after the successful installation/ commissioning of the ordered goods against the submission of the test report. Balance 10% of the order value shall be released after the submission of the performance security. 10. Bidder shall submit a copy of the tender document and addenda thereto, if any, with each page of this document should be signed and stamped to confirm the acceptance of the entire terms & conditions as mentioned in the tender enquiry document. 11. Signed & stamped compliance sheet of the technical specification of the goods with technical printed literature must be enclosed with the bid. 12. After due evaluation of the bid(s) Institute will award the contract to the lowest evaluated responsive tenderer. 13. Conditional bid will be treated as unresponsive and it may be rejected. 14. The Institute reserves the right to accept in part or in full or reject any or more quotation(s) without assigning any reasons or cancel the tendering process and reject all quotations at any time prior to award of contract, without incurring any liability, whatsoever to the affected bidder or bidder(s). 15. Quantity: The quantity of item given in the tender is tentative, which may be increased or decreased as per the institute s requirement. 16. Applicable Law: The contract shall be governed by the laws and procedures established by Govt. of India, within the framework of applicable legislation and enactment made from time to time concerning such Commercial dealings / processing. Any disputes are subject to exclusive jurisdiction of Competent Court and Forum in Jodhpur, Rajasthan, India only. The Arbitration shall be held in accordance with the provisions of the Arbitration and Conciliation Act, 1996 and the venue of arbitration shall be at Jodhpur. The decision of the Arbitrator shall be final and binding on both the partied. Force Majeure: Any delay due to Force Majeure will not be attributable to the supplier. "PRE BID Meeting" with the intending bidders shall be held on 12th Sep 2013 from 03:00 P.M. onwards at AIIMS, Jodhpur. AIIMS-Jodhpur Page 4

5 Specifications Annexure B S.No Tender Name Specification QTY 1. Computerised Pulmonary function test Machine with Body Plethysmography Body Plethysmograph System with facilities to measure the following parameters: a) Spirometry including bronchial challenge test b) Thoracic gas volumes c) Airway Resistance and conductance d) Single Breath Diffusion Capacity of Lungs (DLCO-sb) with helium trace gas e) Maximum inspiratory and expiratory pressures 1 Nos. The body box should be standard Aluminum/Acrylic. It should be transparent with visibility from inside as well as from outside, operable from both sides, equipped with intercom. Should have a multiuse heated screen/lily/fleisch Pneumotachograph/ with range, linearity, resistance and accuracy meeting or exceeding American Thoracic Society-European Respiratory Society standards Resistance/conductance studies by both panting and tidal breathing, software should allow manual fitting of slope to the data Dosimeter/Aerosol generation system controlled by software for challenge Test Gas analysers should meet the American Thoracic Society- European Respiratory Society standards for stability, linearity, response time and accuracy Calibration and test gases: Gas mixtures for calibration and 500 tests; Cylinders should be supplied with double stage pressure regulators Should be supplied complete with Calibration Syringe, Trolley, Software, Manual and Standard Accessories, Pulmonary Filters (100 Nos); reusable mouth pieces (100), nose clips (10), and adaptors for mouth pieces, additional screens (3) (for screen pneumotachs only) Should be supplied with compatible branded computer - Intel Core i5, 3.1 GHz, 8 Gb RAM, 21" TFT Colour Monitor, CDR/W-DVD Drive, Keyboard, Mouse, Hard Disc Drive (1Tb SATA) USB Ports, Windows 7, PC Trolley PC and printer Trolley Laser printer Online UPS 1 KVA with 1 hour battery back-up Should have US-FDA or European CE certification. Only manufacturers or their authorized representatives are eligible to bid for the tender. In case of authorized representatives, it is mandatory to attach authorization certificate from manufacturer for sale and servicing. AIIMS-Jodhpur Page 5

6 2. Semirigid Video Thoracoscope 3. Fiber optic Bronchoscope (Adult) Item Description Field of view : at least 120 Depth of field : 3-100mm Distal end outer diameter : 6.5mm or more Insertion tube outer diameter: 6.5mm or more Working length : 270mm or more Channel Inner Diameter : 2.8mm or more High frequency compatibility Laser compatibility : Nd-YAG Angulation range : Up 160, Down 130 Total length : 520mm or more USFDA approved / European CE certified Accessories to be supplied with Machine Biopsy Forceps 5 Flexible Trocar (5Pcs/set) - 5 packets Channel Clearing Brush 04 Channel Opening Clearing Brush 04 Biopsy Valve 10 Suction valve 10 Suction cleaning adapter 05 Spray Catheter 03 Coagulation probe 01 Water resistant cap 01 Cytology Brush 03 Compact, Ergonomic Trolley with Scope pole and holder rubber 01 Compatible Video processor and Light source 01 minimum 15 inch Flat Monitor compatible with device Field of View should be 120 degree or more 2. Depth of field should be 3 50 mm or better 3. Distal end diameter should be 6 mm or less 4. Insertion tube diameter should be 5.0 mm or less 5. Channel diameter should be 2.8 mm or more 6. Should be light weight and easy to use 7. Working length should be 600 mm or more 8. Total length should be atleast 890 mm 9. UP and DOWN Angulation should be 180 degree and 130 degree 10. Should have telescopic eye piece 11. Can be fully immersed in disinfectant solution and water 12. Should have autoclavable suction valve to avoid cross-contamination risk. 13. Should have facility to check leakage by automatic pressure regulated leak tester. 14. Should be compatible halogen light source. 15. Must have USFDA/ European CE certification. 16. Should have 5 years warranty and 5 years CMC subsequently. Specification for Halogen Light Source 1. Should be compatible with semi automatic leakage tester 2. Unit should be compact and light weight. 3. Light source minimum 150 watt halogen. 1 Nos 1 Nos AIIMS-Jodhpur Page 6

7 4. Should have Inbuilt air pump. Essential Accessories Five cup type biopsy forceps Five alligator type biopsy forceps Five transbronchial aspiration needles Ten suction valves Two cytology brush sets All necessary cables and adapters 4. BIPAP/NIV MACHINE 1 It should be suitable for Adult and Paediatric patients over 13 Kg of body weight. 2 It should use a high performance turbine flow generator for better pneumatic performance. 3 It should have an LCD monitor. 4 It should have monitoring facility for Tidal Volume, RR, Minute ventilation, I:E ratio, Leakage. 5 Should have Assured Tidal volume delivery using pressure-support. 6 Technical Specifications: a Operating pressure range. 4 to 30 cm H2O b c Pressure measurement tolerance MODES: - S, ST, T,PC, Volume Assured Pressure Support (to ensure Alveolar ventilation) +0.5cm H20 + 4% of the measured reading IPAP - 4 to atleast 30 cm H20 (measured at the mask) 3 Nos. d CPAP mode 4 to 20cm H20 (measured at the mask) e Sensitivity Should have different trigger & cycle settings(automatic/manual) settings. f Backup Respiratory rate 5 to 30 BPM adjustable g Ti Control Ti Max seconds. h Weight < 1.5 Kg ( Weight can be relaxed for machine with an in-built battery for i Peak flow capacity backup) >150 LPM at 20 cm H2O. j Alarms Range of Alarms k RAMP Feature 0-45 minutes 7 Should be provided with a easy to carry travel bag. 8 Accessories: Power cord, silicon Reusable (Autoclavable) 2 small size Full face masks, 2 medium size Full face masks, 1 large size Full face mask and 2 medium size nasal masks. 9 Should be USFDA approved. 10 It should be supplied with integrated Heated Humidifier. 11 Upgradeable to SpO2 Module & Data Module. 12 Should have a provision to download data via cable or SD card. 13 Automatic leak detection and compensation for atleast 30 Litres. 14.Supplied with a set of patient tubings, mains leads and carry bag. The filter should be washable and reusable. The tubes should be preferably heating tubes. AIIMS-Jodhpur Page 7

8 15. Operating voltage v, 50 HZ. 16. Two-years comprehensive warranty. 17.Comprehensive AMC for 3 years after completion of warranty for spare parts /accessories used during maintenance 18.In case of malfunction/breakdown, the company should provide temporary back-up support within 48 hrs of registering the complaint till the time machine is repaired and returned. 19. The company should give the certificate that the model quoted is the latest and not obsolete; and spares will be easily available for next 5-7 years. 5. ADULT VIDEOBRONCHOSCOPE 1. It should have Superior HDTV image quality with crisp, clear images and true-to life Colour. 2. Should have facility for leakage testing. 3. Scope should have minimum three user programmable remote switches to improve operability. 4. Should have Narrow Band/ I-SCAN/ FICE Imaging facility. 5. Insertion Outer diameter should be 6.0mm or less. 6. Channel diameter should be 2.8 mm or more. 7. Insertion tube length should be 600mm or more. 8. Field of view should be 120 degree or more. 9. Depth of Field should be 3-50mm or better. 10. Angulation UP-180 degree, Down-130 degree or better. 11. Minimum visible distance should be 3mm or less. 12. Should be compatible with laser and electrocautery. 13. Should have scope ID function. 14.The equipment/system should be USFDA approved. 15.It should be supplied with all the standard accessories which must include the following: A) Video Processor : -Should be compatible with Analog, HD-SDI and DVI output & 16:9 & 16:10 output for a HDTV monitor should be available. -Should contain the electronics to operate dual focus for clear visibility of near & far objects - Equipped with high resolution HDTV Imaging capacity. - Compact, light weight (10-11 kg) and ergonomically designed - NBI/FICE or I-scan capacity for compatibility with NBI/FICE or I-Scan Videoscopes. - Recording of both still & moving images - In-built/Portable Memory & USB Slot for image recording - Automatic IRIS control & automatic white balance - Picture in Picture display & Index functionability - Electronic Zoom atleast upto 1.5X. -Equipped with memory back up. -Should have pre freeze function for image stabilization -It should be compatible with EBUS (Endobronchial ultrasound) scope. 1 Nos. AIIMS-Jodhpur Page 8

9 B)Light Source (Xenon short arc Ozone free 300 Watt lamp) : -Xenon light with scope compatibility having lamp life of atleast 500 hours - Emergency halogen/led light for backup. C)High Definition LCD Monitor : -Atleast 21 inch full HD LCD monitor with high resolution 1920X1080 (WXGA) - Lower Power consumption - Aspect ratio 16 : 10 - Should have Picture-in-Picture and Picture-out-Picture for viewing side-by-side split screen images. D)Compact Trolley - Should be made of Stainless steel capable of carrying the weight of all the equipments - Should have multiple shelves to keep accessories mentioned. E)Essential Accessories FORCEPS (Reusable) i) Foreign Body Forceps - Rubber Tip - Alligator Jaw/crocodile - Retrieval basket ii) Biopsy Forceps 8 B) Cytology brushes with sheath 10 C) TBNA Needles with sheath 2 sets D) Biopsy valves(reusable) 2 E) Suction valves(reusable) 2 F) Cleaning brushes(reusable) 2 G) Bite block(reusable) 2 H) Leakage tester 1 I) Cleaning and maintenance kit 1 F)Computer and accessories- Atleast 3 rd generation Intel Core i7 processor, 8 GB RAM, TFT Color Monitor DVD R/W, Keyboard, Mouse, Windows 7/8, Hard Disc Drive (Atleast 500 GB) and Laser colour Printer, Trolley & 1 KVA Online UPS, to be supplied. G)Software for image capture H)Voltage stabilizer/ups I)Terms and conditions: - Two years warranty with five years AMC. - The company should give a certificate that the model quoted is the latest and not obsolete and spares will be available for next 5-7 years. The bronchoscope and all the accessories mentioned above should be supplied by the same manufacturer. In case of Essential accessories as mentioned in section E, they should be of the same manufacturer as that of the bronchoscope or USFDA approved/certified if being provided from a company other than the manufacturer of bronchoscope. AIIMS-Jodhpur Page 9

10 Annexure-B Inviting of sealed quotations for supply and installation of Equipments for Pulmonary Medicine Department of AIIMS, Jodhpur TECHNICAL BID Name of Firm/Contractor/Supplier Complete Address & Telephone No. Name of Proprietor/Partner/Managing Director/Director. Phone & Mobile No. Name and address of service centre near by Jodhpur. Whether the firm is a registered firm Yes/No (attached copy of certificate) PAN No. (enclose the attested copy of PAN Card) Service Tax No. (enclose the attested copy of Service Tax Certificate) VAT No. (enclose the attested copy of VAT Certificate) Whether the firm has enclosed the Tender Fees as per Annexure A Whether the firm has enclosed the Bank Draft/Pay Order/Banker s cheque as Earnest Money Deposit as per Annexure A Whether the Firm/Agency has signed each and every page of Tender/NIT Please provide full list of consumables. Any other information, if necessary Authorized signatory of the bidder with seal. AIIMS-Jodhpur Page 10

11 Annexure-D Financial Bid (To be submitted on the letterhead of the company / firm separately for each item) S.No. Item Description QTY Rate Vat/ Tax Amount 1 st Year 2 st Year 3 st Year 4 st Year 5 st Year CMC Charges as applicable (excluding Service Tax) 1. I/We have gone through the terms & conditions as stipulated in the tender enquiry document and confirm to accept and abide the same. 2. No other charges would be payable by the Institute. (Authorized signatory of the bidder with seal) AIIMS-Jodhpur Page 11