0% found this document useful (0 votes)
52 views63 pages

Tender Document

The Government of Sikkim is inviting tenders for the procurement of medical equipment and furnishings for a new 500-bedded district hospital in Namchi, Sikkim, with a bid security of Rs. 1.5 crore and a completion time of 6 months. Eligible Class IAA contractors registered with the Sikkim Public Works Department can download tender documents from the e-procurement portal starting May 23, 2025, with the submission deadline set for June 9, 2025. The tender process includes a two-bid system, requiring both technical and financial bids, and aims to enhance healthcare services in the region.

Uploaded by

balsa
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
52 views63 pages

Tender Document

The Government of Sikkim is inviting tenders for the procurement of medical equipment and furnishings for a new 500-bedded district hospital in Namchi, Sikkim, with a bid security of Rs. 1.5 crore and a completion time of 6 months. Eligible Class IAA contractors registered with the Sikkim Public Works Department can download tender documents from the e-procurement portal starting May 23, 2025, with the submission deadline set for June 9, 2025. The tender process includes a two-bid system, requiring both technical and financial bids, and aims to enhance healthcare services in the region.

Uploaded by

balsa
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

GOVERNMENT OF SIKKIM

BUILDINGS AND HOUSING DEPARTMENT

Memo No: 07/GOS/BLDGS/South/2020-21/P/10 Dated: 17/05/2025

NOTICE INVITING TENDER

On behalf of the Governor of Sikkim, the Chief Engineer, Buildings & Housing Department, Government
of Sikkim, invites tender for “Procurement of Medical Equipment, Fixtures & Furnishing for the
Upcoming 500 Bedded District Hospital at Namchi, Sikkim” on Engineering-Procurement-
Construction (EPC) mode from eligible contractors enlisted with the Sikkim Public Works Department
(SPWD) as Class IAA contractor within the State of Sikkim, for execution of work as detailed below:

Cost of Time for


Sl. Bid security
Name of work Bidding Completion of the
value
No. documents project.
(Rs.)
(Rs.)
1 2 3 4 5
Procurement Of Medical
Equipment, Fixtures &
Furnishing for the 20,00,000.00 1,50,00,000.00 6 Months
1
Upcoming 500 Bedded
District Hospital at
Namchi, Sikkim

1. Contractors of appropriate class notified vide notification No. 515/R&B/PWD/Secy dated: 12/06/2018
may download the details and bidding documents from the e-procurement portal i.e
www.sikkimtender.gov.in w.e.f. 23/05/2025.
2. The complete tender documents must be uploaded in the e-procurement portal at the latest by
09/06/2025 up to 11:00 a.m.
3. Hard copy Submission:
The following bidding documents must be submitted in hard copy on 09/06/2025 -from 11.00 a.m. to
02.00 p.m.in the office of the Chief Engineer (Buildings & Housing Department, Nirman Bhawan, Zero
Point, Gangtok, East Sikkim: -

4. The list of documents to be submitted by the bidder are listed below:

i. Copy of Valid Enlistment of the Bidder as per appropriate class.


ii. Original Bank Receipt of Rs.20,00,000.00/- towards the cost of Bidding documents.

1
iii. Original Bid Security amounting to Rs.1,50,000,00.00 (Rupees One crore Fifty Lakhs)
only in the form of FDR/TDR/BG from any Nationalised Bank / State Bank of Sikkim in
favour of Chief Engineer, Buildings & Housing Department, Gangtok.

iv. Attested copy of Permanent Account Number Details.

v. Validated G.S.T. Registration Certificate

vi. Latest GST Clearance Certificate

vii. Certified Annual Turnover Statement

viii. Certified Solvency Certificate

ix. Non-conviction Affidavit / Litigation Details (If any)

x. Original Affidavit (Annexure IX) regarding authenticity of bid documents submitted vide
Sl no i –x, duly certified by the Oath Commissioner.

-sd/-
Chief Engineer
Buildings & Housing Department
Government of Sikkim

2
SECTION CONTENTS

SECTION I INTRODUCTION

SECTION II TENDER SCHEDULE

SECTION III DETAILS OF EQUIPMENTS TENDERED

SECTION IV SPECIFIC CONDITIONS OF CONTRACT

SECTION V ONLINE BID INSTRUCTION

SECTION VI GUIDELINES FOR PREPARATION OF TENDER

SECTION VII TENDER DETAILS

SECTION VIII SIGNING OF CONTRACT

SECTION IX DELIVERY AND INSTALLATION

SECTION X PAYMENT

SECTION XI AFTER SALES SERVICE CONDITIONS

SECTION XII GUARANTEE/WARRANTY TERMS

SECTION XIII TRAINING

SECTION XIV CORRUPT OR FRAUDULENT PRACTICES

SECTION XV FORCE MAJEURE

SECTION
RESOLUTION OF DISPUTES
XVI

SECTION XVII APPLICABLE LAW & JURISDICTION OF COURTS

SECTION XVIII PENALTIES FOR NON-PERFORMANCE

SECTION XIX TERMINATION OF CONTRACT

SECTION XX FALL CLAUSE

3
LIST OF ANNEXURES

ANNEXURE DETAILS

Annexure I Technical Specification

Annexure II Declaration Form

Annexure III Affidavit (non-conviction)

Annexure IV Bank Guarantee

Annexure V Agreement

Annexure VI Site Readiness and Consignment Receipt Form

Annexure VII Sticker

Annexure VIII Power of Attorney

Annexure IX Affidavit

Annexure X Payment Schedule

4
SECTION I
INTRODUCTION

With the aim of strengthening the tender process, make it more effective and
transparent, Buildings & Housing Dept. has initiated tender for “Procurement of Medical
Equipment, Fixtures & Furnishing for The Upcoming 500 Bedded District Hospital at Namchi,
Sikkim”.

The tender is based on Two Bid System (The Technical Bid and the Financial Bid).
The Technical Bid requires all bidders to submit all the technical documents and after the
proper verification of the Technical Bids, the Financial Bid submitted by the bidders will be
opened on the same day.

The Technical and Financial Evaluation is undertaken by the Tender Committee. After
proper analysis and verification of all the bids, the Tender Committee grants the final Award of
Contract to the most qualified bidders.

With the sole aim of providing better health services to the people and to achieve
better health standards, we request all bidders to support us in our objectives to establish the
best competitive rates.

5
SECTION II

TENDER SCHEDULE
23rd May 2025
I. Uploading of Online Tender in e-procurement portal
23rd May 2025
II. Publishing of Online Tender in e-procurement portal

III. Document download/Sale start date and time 23rd May 2025

IV. Start date for clarification 23rd May 2025

V. Last date for clarification 6th June 2025 up to 15:00 Hrs

VI. Last date for online Submission of completed bids 9th June 2025 up to 11:00 Hrs

Date for Submission of Original/Hard Copies (Tender fee and


VII. 9th June 2025 up to 14:00 Hrs
Bid Security)
Date of opening of Tender bids in the office of Tender Inviting
VIII. 10th June 2025 at 11:00 Hrs
Authority

6
SECTION III
DETAILS OF EQUIPMENTS TENDERED

Equipment(s) Tendered:

The details of the equipments /instruments may be seen vide Annexure I.

Technical Specifications:
The detailed technical specifications and other quality parameters of the above equipment are
contained in Annexure I. All products should be BIS/European CE/FDA/US FDA approved and
marked (ISI/CE)/approved by US FDA. All quoted products should conform to the requirement
of relevant national/international quality certifications. All equipments should be provided with
adequate UPS backup as per requirement.

SECTION IV
SPECIFIC CONDITIONS OF CONTRACT

Sl. No Activity Time Limit

5.1.1. Installation & Delivery period 180 days (150 days for execution of supplies,
Installation and 30 days for commissioning) from the
date of issuance of work Order

5.1.2. Standard Warranty Period 1 Year


5.1.3. Defect Liability Period 1+4(CMC) Years

Condition of visits to all User For periodic/preventive maintenance visits at


5.1.4. Institution concerned during frequent intervals and any time for attending
Warranty/AMC or DLP repairs/break down calls.

5.1.5. Maximum response time to attend Within 48 hours


any Repair call

5.1.6. 95%
Uptime in a year

7
SECTION V

ONLINE BID INSTRUCTION

Possession of valid Digital Signature Certificate (DSC) and enrolment/registration of the


contractors/bidders on the e-procurement/e-tender portal is a prerequisite for e-tendering.

Bidder should do the enrolment in the e-Procurement site using the “Click here to Bidder
Enrolment” option available on the home page. Portal enrolment is generally free of charge.
During enrolment/registration, the bidders should provide the correct/true information including
valid email-id. All the correspondence shall be made directly with the contractors/bidders
through email-id provided.

Bidder need to login to the site through their user ID/ password chosen during
enrolment/registration.

Then the Digital Signature Certificate (Class III Certificates with signing key usage) issued by
SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on
eToken/Smartcard, should be registered.

The DSC that is registered only should be used by the bidder and should ensure safety of the
same.

Contractor/Bidder may go through the tenders published on the site and download the required
tender documents/schedules for the tenders he/she is interested.

After downloading / getting the tender document/schedules, the Bidder should go through‟ them
carefully and then submit the documents as asked.

If there are any clarifications, this may be obtained online through‟ the tender site, or thro‟ the
contact details. Bidder should take into account of the corrigendum published before submitting
the bids online.

Bidder then logs in to the site through the secured log in by giving the user id/ password chosen
during enrolment/registration and then by giving the password of the e- Token/Smartcard to
access DSC.

Bidder selects the tender which he/she is interested in by using the search option & then moves
it to the „my space‟ folder.

From the „my space‟ folder, he selects the tender to view all the details indicated.

It is construed that the bidder has read all the terms and conditions before submitting their offer.
Bidder should go through the tender schedules carefully and upload the documents as asked
otherwise, the bid will be rejected.

Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats. If there is
more than one document, they can be clubbed together and can be provided in the requested
format. Each document to be uploaded through online for the tenders should be less

8
than 2 MB. If any document is more than 2MB, it can be reduced through zip/rar and the same
can be uploaded, if permitted.

If there are any clarifications, this may be obtained through the site, or during the pre-bid
meeting if any. Bidder should take into account the corrigendum published from time to time
before submitting the online bids.

The Bidders can update well in advance, the documents such as certificates, annual report
details etc., under My Space option and these can be selected as per tender requirements and
then send along with bid documents during bid submission. This will facilitate the bid submission
process faster by reducing upload time of bids.

Bidder should submit the Tender Fee/ EMD as specified in the tender. The original should be
given in person to the Tender Inviting Authority, within the bid submission due date & time for
the tender. Scanned copy of the instrument should be uploaded as part of the offer, if asked for.
If the last day for receiving tenders is declared a holiday, the next working day at the same time
will be the last date & time for the receipt of Tender Fee/EMD in physical form in the prescribed
envelop.

While submitting the bids online, the bidder reads the terms & conditions and accepts the same
to proceed further to submit the bid packets.

The bidder has to select the payment option as offline to pay the TFEE/ EMD as applicable and
enter details of the instruments.

The details of the DD/any other accepted instrument, physically sent, should tally with the
details available in the scanned copy and the data entered during bid submission time.
Otherwise submitted bid will not be acceptable.

The bidder has to digitally sign and upload the required bid documents one by one as indicated.
Bidders to note that the very act of using DSC for downloading the bids and uploading their
offers shall be deemed to be a confirmation that they have read all sections and pages of the bid
document including General conditions of contract without any exception and have understood
the entire document and are clear about the requirements of the tender requirements.

The bidder has to upload the relevant files required as indicated in the cover content. In case of
any irrelevant files, the bid will be rejected.

The rates offered should be entered in the allotted space only and uploaded after filling the
relevant columns. The Price Bid template must not be modified/replaced by the bidder, else the
bid submitted is liable to be rejected for this tender.

The bidders are requested to submit the bids through online e-tendering system to the Tender
Inviting Authority (TIA) well before the bid submission end date & time (as per Server System
Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during
the submission of bids online by the bidders at the eleventh hour.

It is necessary to click on “Freeze bid” link/ icon to complete the process of bid submission
otherwise the bid will not get submitted online and the same shall not be available

9
for viewing/ opening during bid opening process. After the bid submission, the
acknowledgement number, given by the e-tendering system should be printed by the bidder
and kept as a record of evidence for online submission of bid for the particular tender and will
also act as an entry pass to participate in the bid opening date.

The bidder should ensure/see that the bid documents submitted should be free from virus and if
the documents could not be opened, due to virus, during tender opening, the bid is likely/ liable
to be rejected.

The time settings fixed in the server side & displayed at the top of the tender site, will be valid
for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The
bidders should follow this time during bid submission.

All the data being entered by the bidders would be encrypted using PKI encryption techniques to
ensure the secrecy of the data. The data entered will not viewable by unauthorized persons
during bid submission & not be viewable by any one until the time of bid opening.

Any bid document that is uploaded to the server is subjected to symmetric encryption using a
system generated symmetric key. Further this key is subjected to asymmetric encryption using
buyers/bid opener‟s public keys. Overall, the uploaded tender documents become readable only
after the tender opening by the authorized bid openers.

The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption
technology is used. Data storage encryption of sensitive fields is done.

The bidder should logout of the tendering system using the normal logout option available at the
top right hand corner and not by selecting the (X) exit option in the browser.

For any technical related queries, Bidders may contact the Chief Engineer, Buildings & Housing
Department.

10
SECTION VI

GUIDELINES FOR PREPARATION OF TENDER


The Tenderer shall bear all costs associated with the preparation and submission of its bid and
Buildings & Housing Department, hereinafter referred to as “Tender Inviting Authority”, will in no
case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding
process.

In the event of documentary proof as required being not enclosed, the Tender shall be liable to
be rejected. All pages of the bid shall be signed by the authorized person or persons signing the
bid along with the stamp of the tenderer.

The tender (in English Language only) must be submitted along with detailed specifications.

The documentary evidence submitted along with the Tender shall be produced duly attested by
the tenderer on every page and serially numbered. Any interlineations, erasures or over writing
shall be valid only if they are initialed by the person (s) signing the offer. The bidder also needs
to submit a hardcopy of all the relevant documents as per the conditions of the tender.

Tender shall submit a declaration letter as per the format given as Annexure II and copy of
amendments published if any signed by the tenderer or the authorized representative shall be
enclosed as part of the technical bid as a proof of having read and accepted the terms and
conditions of the tender document.

An offer submitted in vague /ambiguous financial terms and the like, shall be termed as non-
responsive and shall be summarily rejected.

Clarifications to specific requests shall be responded through e-mail and general clarifications,
affecting all the tenderers shall be published in the official website (www.sikkimtender.gov.in) of
the Tender Inviting Authority. However it shall be the duty of the prospective tenderer to ensure
that the clarifications sought for has been properly received in time by the Tender Inviting
Authority.

Any clarification on the e-tender procedure shall be obtained from the office of Chief Engineer,
Buildings & Housing Department, Gangtok.

Online payment of Tender document cost and the EMD is not accepted.

11
SECTION VII

TENDER DETAILS

COST & DEPOSIT OF TENDER FEE: The cost of tender document amounting to Rs.
20,00,000/- (Rupees Twenty Lakhs) only, (non-refundable), in the form of Bank Receipt/Challan
under the revenue head 0059-80-800-04-Public Works-Buildings & Housing Department payable at
State Bank of Sikkim and must be submitted in person to, Chief Engineer, Buildings & Housing
Department before the due closing date and time as mentioned in the Notice Inviting Tender. The
scanned copy of the Bank Receipt must be uploaded while bidding.

EARNEST MONEY: The Earnest Money Deposit of Rs. 1,50,00,000.00 (Rupees One Crore Fifty
Lakh) only should be in the form of TDR or FDR or Bank Draft/ BG issued by the State Bank of
Sikkim or any Nationalized Bank in favour of Chief Engineer, Buildings & Housing Department,
Govt. of Sikkim, and scanned copy should be uploaded while bidding. The original EMD should be
submitted in person to Chief Engineer, Buildings & Housing Department, before the due closing date
& time as mentioned in the Tender Document.

The following conditions shall apply to the Earnest Money Deposit:

 Any tender not accompanying Earnest Money Deposit shall not be accepted and will be
rejected.

 No interest money shall be paid for the earnest money retained by the department till the
finalization of the tender.

 The Earnest Money of unsuccessful tenderer shall be refunded only after finalization of the
tender. The earnest money of the successful tenderer shall be refunded only after the
completion of work.

The EMD will be forfeited, if a tenderer;

Withdraws his/her tender as a whole or for any particular item at any stage after opening of the
tender,

Fails / refuses to enter into written agreement / undertaking for supply of all or any of the approved
items within the specified time period.

Misrepresents facts or submit fabricated / forged / tempered / altered / manipulated


documents during verification of tender process.

Fails to furnish performance security after issuance of notice for Award of Contract.

12
DEADLINE FOR SUBMISSION OF TENDER.
Tenderers shall upload all the necessary documents in the e tender portal before the last date &
time for online submission and The Tender Inviting Authority shall not be held liable for the
delay.

The Tender Inviting Authority may, at its discretion, extend the deadline for submission of
Tender by amending the Tender Document, in which case, all rights and obligations of the
Tender Inviting Authority and the tenderers previously subjected to the deadline shall thereafter
be subjected to the same deadline so extended.

MODIFICATION AND WITHDRAWAL OF BIDS


The tenderer can modify or withdraw bids submitted online before the last date & time for
online submission.

PERIOD OF VALIDITY OF TENDER


The tender must remain valid for minimum 180 days (six months) from the date of opening of
price bid.
The successful tenderer upon entering into a running contract can withdraw from the contract
by giving one-month prior notice after 180 days of price firmness, but not after the execution of
agreement or issuance of Supply order for any of the agreed items.
Withdrawal or non-compliance of agreed terms and conditions after the execution of
agreement or issuance of Supply Order will lead to invoking of penal provisions and may also
lead to black listing/debarring of the successful tenderer.

ACCEPTANCE / REJECTION OF TENDERS:


At any point of time, the Tender Inviting Authority reserves the right to cancel or modify the
supply order even after it is awarded to the successful tenderer in the event the firm deviates
from the agreed terms and conditions.

The Authority reserves the right to accept or reject any or all of the Bids without assigning any
reason and to take any measure as the Authority may deem fit, including annulment of the
bidding process, at any time prior to execution of the Agreement, without liability or any
obligation for such acceptance, rejection or annulment.

E – TENDER NOTICES
The Tender Inviting Authority shall publish the following information on its website or e-tender
portal at the appropriate time as part of ensuring transparency in the tender process.

The tender notices, documents, corrigendum, addendum, etc. if any.

Technical Bid Opening Summary

Technical Bid Evaluation Summary

Financial Bid Opening Summary

Financial Bid Evaluation Summary

Award of Contract (A.O.C)

13
AMENDMENT OF TENDER DOCUMENTS:
At any time prior to the dead line for submission of Tender, the Tender Inviting Authority may,
for any reason, modify the tender document by amendment.

ii The Tender Inviting Authority shall not be responsible for failure to inform the
prospective tenderers for any notices published related to each tender. Tenderers are requested
to browse e-tender portal or website of the Tender Inviting Authority for information/general
notices/amendments to tender document etc. on a day-to-day basis till the tender is concluded.

OPENING OF TENDER
The Technical Bid opening is online. The date of technical bid opening is only published in
advance. The date of opening of Financial Bid will be decided after qualify in the technical bid
and shall be informed to the qualified tenderers from time to time. The Financial bid of only
those tenderers who qualify technical bid will be opened.

The on-line opening of the technical bid and the financial bid shall be done by the Tender
Inviting Authority or his authorized representatives. The prospective tenderers or his/her
representative who choose to attend the on-line bid opening can be a part by logging in to the
e-tender portal with the registered digital signature. Tenderers or his/her representative shall
not come to the office of the Tender Inviting Authority for the opening of either technical or
financial bids.

In the event of the specified date for opening of Tender being declared holiday, the Tender shall
be opened at the appointed time and venue on the next working day.

In the event of the tender and claims in the on-line documents being materially missing or of
substantial error or unqualified for want of required qualifications, the bids shall stand
disqualified and rejected. However, minor infirmities in the submission of documents will be
allowed to be rectified so as to ensure qualification of maximum number of competitive offers to
the final round at the discretion of Procurement Committee.
The tenderer shall be responsible for properly uploading the relevant documents in the format
specified in the e-tender portal in the specific location and the Tender Inviting Authority shall not
be held liable for errors or mistakes done while submitting the on- line bid.

The date and time of Financial Bid will be announced only after the evaluation of the Technical
Bid of the tenderers.

EVALUATION OF BIDS.
The commercial terms and documents submitted as part of the technical bids shall be scrutinized
by the Tender Inviting Committee.

The Tender Inviting Committee may also verify the veracity of claims in respect of the known
performance of the equipment offered, the experience and reputation of tenderer in the field,
the financial solvency etc.

The composition of the Tender Inviting Committee along with the co–opted members may vary
with the type of the equipment tendered.

The Tender Inviting Committee will have the full right to debar/black list a tenderer, at any
stage of tender process or thereafter, in the event of being found after verification to indulge in
concealment or misrepresentation of facts, in respect of the claims of the offer.

14
Arithmetical errors shall be rectified on the following basis: If there occurs a discrepancy
between words and figures, the amount in words shall prevail and the offer shall stand corrected
to that effect. If the tenderer does not accept the correction of errors, his offer shall be rejected.

TECHNICAL BID

Tenderer should furnish the following documents online and a hardcopy (excluding
the Tender Document) to qualify in the Technical Bid and proceed to the Financial Bid

i. Valid Annual Turn Over Statement.


The bidder (Manufacturers/ Authorized Dealers/ representatives/ Indian
Subsidiaries/Direct Importers) should submit the latest copy of Valid Annual Turnover
Statement of either the bidder or the manufacturer verified by Chartered
Accountant, showing the annual turnover of Rs. 100.00 Crores for the last three
completed financial years.

ii. Solvency Certificate of Rs. 30.00 Crores issued from State Bank of Sikkim or of any other
Nationalized Banks operating in Sikkim.

iii. Valid GST Certificate.


The bidder (Manufacturers/ Authorized dealer/ representatives/ Indian Subsidiaries/
Direct importers) should submit latest copy of Valid GST Certificate along with latest
Tax Clearance Certificate.

iv. Valid Non-Conviction Certificate.


The bidder (Manufacturers/Authorized Dealers/representatives/Indian Subsidiaries/Direct
Importers) should submit a latest copy of Valid Non-Conviction Certificate proving
that the firms has not been blacklisted/ debarred by any Tender Inviting Authority or by
any State Government or Central Government department/organization. (Notarized
Affidavit as per format in Annexure III).

v. Tender Cost and EMD.


The bidder (Manufacturers/ Authorized Dealers/ representatives/ Indian Subsidiaries/
Direct Importers) should submit the Scanned Copy of the Tender Cost and EMD with the
Online Bid and the hard copy of the same should reach the Office of the Tender
Inviting Authority before the Bid Submission Closing Date.

vi. ISO/ISI/CE Certificate.


Products should preferably be BIS/ European CE/ FDA/ US FDA approved and preferably
marked (ISI/CE)/approved by US FDA and the bidder should submit applicable
certificates.

vii. Power of Attorney.


The bidder (Authorized Dealers/representatives/Indian Subsidiaries/Direct Importers)
should submit valid power of attorney as per the format at Annexure VIII.

15
viii. Declaration Form.
The bidder (Manufacturers/Authorized Dealers/representatives/Indian Subsidiaries/Direct
Importers) should submit the duly signed copy of the Declaration form as per
Annexure II stating that they have carefully gone through the terms and conditions in
the tender documents and have agreed to it and accept the same.

FINANCIAL BID.

Financial Bid has to be submitted online only. The Financial Bid (excel sheet available in e-
tender portal) is specific to a tender and is not interchangeable. The Detailed List of Items
(Annexure I) is provided in the Tender Document. The bidder should quote the prices individually
and upload the file to the designated folder.

The Financial bids of the short-listed technically qualified tenderer(s) will be opened only after
evaluation of Technical Bids.

The opening of the Financial bid shall be done online by the Tender Inviting Committee and only
the Financial Bids of those firms qualified in the detailed scrutiny and evaluation of the Technical
bid shall be opened.

Price Offered should be all inclusive and in Indian Rupees. Price should be quoted for the
supply, installation, training (if necessary) and successful commissioning of the accessories and
fulfilment of warranty/guarantee and after sales service to the satisfaction of the User
Institution.
Prices quoted by the Tenderer shall be fixed during the period of the contract and not subject to
variation on any account.
Price variation due to statutory changes including CGST, SGST, IGST & customs duty will be
accepted during the Running contract period before releasing the Letter of Intent/supply order
on receipt of proper documents.

There shall also be no hidden costs.

The price of the equipment, accessories quoted shall be inclusive of ex-factory, ex- show-room,
ex-warehouse, or off-the-shelf, or delivered, as applicable, all accessories /additional accessories
/ spares mentioned in the technical specification Annexure I, , on site assembly if any of the
supplied goods, installation, testing and commissioning of the equipment, accessories, furnishing
of detailed operations manual, service manual with circuit diagram and maintenance manual for
each appropriate unit of supplied goods. Basic price shall also include loading unloading&
stacking, all other taxes, duties & levies and incidental services if applicable.

The bidder should quote the rates of per unit item. L1 shall be decided on the total of rates per
item.

Service providers before quoting the rates are required to inspect the site for proper installation
of the machine.

Minor civil and electrical works shall be considered as a part of the work as per requirement.

Earthing if required should be provided by the service provider. However, before the price bid,
the bidders are required to inspect the site and quote the rates accordingly.

16
All accessories and ups required to make the machine functional should be part of the supply.

Along with the installation certificate, Hands on Training should be submitted with the
photographs.

CLARIFICATION OF BIDS
During evaluation of bids, the Tender Inviting Authority may, at its discretion, give
opportunity to the tenderer(s) for clarification of doubts.

The request for clarification and the response shall be in writing.

AWARD OF CONTRACT
The contract will be awarded to the lowest evaluated responsive tenderer qualifying to the final
round after scrutiny of the technical bids i.e. after price bid opening.
Variation of Quantities at the Time of Award of Contract: -At the time of awarding the contract,
the Tender Inviting Authority reserves the right to increase or decrease the quantity of goods
and services without any change in the unit price and other terms & conditions quoted by the
tenderer. Some items in the tender may not be the part of the present supply and the
rates are requested for future procurement on need basis.

SECTION VIII

SIGNING OF CONTRACT

The successful tenderer shall execute an agreement in the format as given under Annexure II
for ensuring satisfactory supply, installation, commissioning and the after sales service/support
during the warranty period.

ii Promptly after notification of award, within ten days from the date of the Award of Contract,
the successful tenderer shall submit two copies of the contract (as per agreement Annexure V)
with a duplicate copy, both on Non-Judicial Stamp Paper purchased in the name of the
successful tenderer, duly signed and dated, to the Tender Inviting Authority by registered in
person.
The successful tenderer shall later extend the Contract converting it as Comprehensive
Maintenance Contract/Annual Maintenance Contract as per the Agreement with the Tender
Inviting Authority/respective user institutions, 3 (three) months prior to the completion of 5
years (1-year Standard Warranty and 4 years CMC) Warranty Period, if the Tender Inviting
Authority/User Institution desires so. The total CMC amount can be decided at later at mutually
agreeable rate before the CMC commencement. The CMC will commence from the date of expiry
of the Warranty/DLP Period.
The Successful tenderer shall not assign, either in whole or in part, its contractual duties,
responsibilities and obligations to perform the contract, except with the Tender Inviting
Authority‟s prior written permission.
The Successful tenderer shall not sub contract the execution of the contract. Such action, if done
without the knowledge of the Tender Inviting Authority prior to the entering of the contract,
shall not relieve the Successful tenderer from any of its liability or obligation under the terms
and conditions of the contract.
If necessary, the Tender Inviting Authority may, by a written order given to the successful
tenderer at any time during the currency of the contract, amend the contract by making
alterations and modifications within the general scope of contract.

17
SECTION IX

DELIVERY AND INSTALLATION


The successful tenderer shall visit the scheduled institution and recommend pre installation
requirements at each institution. The details may be consolidated and shall submit to Tender
Inviting Authority for further actions. If the supplier fails to
communicate any of such instances before delivery of equipment and cannot complete the
installation within the stipulate period, Tender Inviting Authority shall deduct Liquidated
Damages (LD) charges as per the tender conditions.
The successful tenderer will have to arrange transportation of the ordered goods as per its own
procedure and pay necessary insurance against loss or damage incidental to manufacture or
acquisition, transportation and delivery and pay all necessary charges incidental till it is installed
in the User Institution. It shall be ensured that the equipments arrive at the destination(s) in
good condition within the delivery period mentioned and as per the other requirements of the
Tender Document.
If at any time during the currency of the contract, the successful tenderer encounters conditions
hindering timely delivery of the goods and performance of services, the successful tenderer shall
inform the Tender Inviting Authority/User Institution in writing within a week about the same
and its likely duration and make a request to the Tender Inviting Authority/User Institution for
extension of the delivery schedule accordingly. On receiving the successful tenderer’s
communication, the Tender Inviting Authority/User Institution shall examine the situation as
soon as possible and, at its discretion, may agree to extend the delivery schedule, with or
without liquidated damages for completion of successful tenderer’s contractual obligations by
issuing an amendment to the contract.
The successful tenderer is required to deliver the equipments and install the equipments at the
site within time specified under cl 5.1. from the date of issue of theb”Supply Order‟ of the
equipment to the satisfaction of the institution head or his/her representative and obtain an
individual „Installation Certificate‟ for each equipment. A proper detail of stock taking has to be
obtained in the delivery challan from the respective User Institutions with signature and seal.
If the site is not ready for installation, the successful bidder shall obtain the details from the
respective user institutes in site readiness / consignment receipt form‟ as per Annexure VI. In
case of delay in installation of equipment the successful bidder shall obtain acknowledgement of
receipt of material in „site readiness / consignment receipt form‟ as per Annexure VI. In such
case, the consignment receipt date will be taken for the calculation of LD.
A copy of the Delivery Challan shall be submitted to every User Institution to effecting stock
entry at the respective location.
A sticker (as per Annexure VII) showing the service details should be affixed on the equipment
and its accessory units.
The installation report and one month performance reports shall be submitted separately, in a
single sheet printed back-to-back and shall be submitted individually for each equipment
installed.
The Tender Inviting Authority may also depute one of its representatives or from the funding
agency with prior intimation to the successful tenderer. The signature of such official, if
deputed, in the installation certificate is essential.

18
SECTION X
PAYMENT

The payment of the price agreed will be made as per the payment schedule. Final payment will
be made after successful installation of the equipment with its all-necessary accessories at the
user institution specified in the supply order, on submission of Installation Certificates, warranty
certificates, indent with proper stock taking details, photographs (hard copy), calibration /
quality assurance certificate / test certificate wherever required or any documentary proof
requested by the authority.

The original invoice submitted shall be in the name of the Tender Inviting Authority and the
name of the consignee shall also be mentioned in it.
Requests for advance payment, payment against delivery or payment through Bank against
dispatched documents will not be considered.
The successful tenderer shall not claim any interest on payments under the contract.
Where there is a statutory requirement for tax deduction at source, such deduction towards
income tax and other taxes as applicable will be made from the bills payable to the successful
tenderer.

SECTION XI

AFTER SALES SERVICE CONDITIONS

The department attaches paramount importance to the after sales service of the equipments
installed to ensure smooth operation afterwards. The successful tenderer is required to
undertake preventive maintenance and attend all repairs, if any, that may arise during the
warranty period free of cost.
The after sales terms and conditions will be strictly enforced.
Failure to provide satisfactory after sales services during or after the warranty period will lead to
blacklisting/debarring of the tenderers, but after issuing due notice and provide opportunity for
being heard.

SECTION XII

GUARANTEE/WARRANTY TERMS

The successful tenderer has to warrant that the Goods supplied under this Contract are new,
unused, of the most recent or current models and incorporate all recent improvements in design
and materials unless provided otherwise in the Contract.

The successful tenderer further have to warrant that the 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 Tender Inviting Authority’s specifications) or from any act or
omission of the successful tenderer, that may develop under normal use of the supplied goods.

During this period, the successful tenderer shall replace all defective parts and attend to all
repairs/break downs and undertake stipulated number of preventive maintenance visits to every
user installation site. The cost of spare parts for all replacements has to be borne by the
successful tenderer during the period of warranty.
19
The successful tenderer shall visit each User Institution as part of preventive maintenance during
the warranty period. The tenderer shall attend any number of break down/repair calls as and
when informed by the Tender Inviting Authority/User Institution.

Complaints should be attended properly, maximum within the time mentioned in Section V.
Failure to attend the repairs in time or failure to attend the stipulated preventive maintenance
visit or failure to replace the defective equipments if the fault/down time exceeds the stipulated
period or to ensure the stipulated up-time in an year shall lead to forfeiture of the performance
security and/or may lead to blacklisting/debarring of the defaulting tenderer.

The equipment which requires quality assurance test shall be done at free of cost immediately
after installation, during the warranty period, during the CMC/AMC/DLP period.

The tenderer shall undertake on-site calibration of the applicable equipment every year as part
of the after sales service during the period of warranty, CMC/AMC/DLP or on demand from the
user institution and submit a „calibration certificate‟ to the head of the User Institution with a
copy to the Tender Inviting Authority afterwards.
The tenderer shall provide up-time warranty of complete equipment as mentioned, the uptime
being calculated on 24 (hrs) X 7 (days) basis failing which the extension of Warranty period will
be extended by double the downtime period.
All software updates, if any required, should be provided free of cost during Warranty period.

SECTION XIII

TRAINING

The successful tenderers have to impart on-site training to Doctors/ Technicians/Para- medical
staff on the operation and preventive maintenance of the equipment at the time of installation
and anytime during warranty period if demanded by the User Institution to the satisfaction of
the Tender Inviting Authority and User Institution.

SECTION XIV

CORRUPT OR FRAUDULENT PRACTICES

It is required by all concerned namely the User Institution/ Tenderers/ Successful tenderers etc.
to observe the highest standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, the Tender Inviting Authority defines, for the purposes of
this provision, the terms set forth below as follows:
“corrupt practice” means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the procurement process or in contract execution; and
“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 Tender Inviting Authority, and
includes collusive practice among Tenderers (prior to or after Tender submission) designed to
establish Tender prices at artificial non- competitive levels and to deprive the Tender Inviting
Authority of the benefits of free and open competition;
Government/ Tender Inviting Authority 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; will declare a firm ineligible, either indefinitely or for a stated period
of time, to be awarded a contract by the Tender Inviting Authority if it at any time determines
that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing the
20
contract.

No tenderer shall contact the Tender Inviting Authority or any of its officers or any officers of the
government on any matter relating to its bid, other than communications for clarifications and
requirements under this tender in writing, with an intention to influence the members of various
committees or officials of Tender Inviting Authority. Any such effort by a tenderer to influence
the Tender Inviting Authority in the Tender Inviting Authority’s bid evaluation committee, bid
comparison or contract award decisions may result in rejection of the tenderers bid.

SECTION XV

FORCE MAJEURE

For purposes of this clause, Force Majeure means an event beyond the control of the successful
tenderer and not involving the successful tenderer’s fault or negligence and which is not
foreseeable and not brought about at the instance of , the party claiming to be affected by such
event and which has caused the non – performance or delay in performance. Such events may
include, but are not restricted to, acts of the Tender Inviting Authority/User Institution either in
its sovereign or contractual capacity, wars or revolutions, hostility, acts of public enemy, civil
commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes
excluding by its employees, lockouts excluding by its management, and freight embargoes.
If a Force Majeure situation arises, the successful tenderer shall promptly notify the Tender
Inviting Authority/User Institution in writing of such conditions and the cause thereof within
twenty one days of occurrence of such event. Unless otherwise directed by the Tender Inviting
Authority/User Institution in writing, the successful tenderer shall continue to perform its
obligations under the contract as far as reasonably practical, and shall seek all reasonable
alternative means for performance not prevented by the Force Majeure event.
If the performance in whole or in part or any obligation under this contract is prevented or
delayed by any reason of Force Majeure for a period exceeding sixty days, either party may at
its option terminate the contract without any financial repercussion on either side.
In case due to a Force Majeure event the Tender Inviting Authority/User Institution is unable to
fulfil its contractual commitment and responsibility, the Tender Inviting Authority/User Institution
will notify the successful tenderer accordingly and subsequent actions taken on similar lines
described in above sub-paragraphs.

SECTION XVI

RESOLUTION OF DISPUTES

If dispute or difference of any kind shall arise between the Tender Inviting Authority/User
Institution and the successful tenderer in connection with or relating to the contract, the parties
shall make every effort to resolve the same amicably by mutual consultations.
In the case of a dispute or difference arising between the Tender Inviting Authority/User
Institution and a domestic Successful tenderer relating to any matter arising out of or connected
with the contract, such dispute or difference shall be referred to the sole arbitration of PCE cum
Secretary to Buildings & Housing Dept, Govt. of Sikkim whose decision shall be final.
Venue of Arbitration: The venue of arbitration shall be the place from where the contract
has been issued, i.e., Gangtok, Sikkim, India.

21
SECTION XVII

APPLICABLE LAW & JURISDICTION OF COURTS

The contract shall be governed by and interpreted in accordance with the laws of India for
the time being in force.

All disputes arising out of this tender will be subject to the jurisdiction of courts of law in
Sikkim.

SECTION XVIII

PENALTIES FOR NON-PERFORMANCE

The penalties to be imposed, at any stage, under this tender are;

Failure to produce the requisite certificates after claiming to possess such certificates or
concealment or misrepresentation of facts will not only lead to rejection of tenders in the first
round itself and/or may lead to forfeiture of EMD or performance security as well as result in
black listing/debarring of the tenderer.

Any unexcused delay by the successful tenderer in maintaining its contractual obligations
towards delivery of goods and performance of services shall render the successful tenderer liable
to any or all of the following sanctions:

Liquidated damages:- If the successful tenderer fails to deliver any or all of the goods or fails to
perform the services within the time frame(s) prescribed in the contract, the Tender Inviting
Authority/User Institution shall, without prejudice to other rights and remedies available to the
Tender Inviting Authority/User Institution under the contract, deduct from the contract price, as
liquidated damages, a sum equivalent to 0.5% of the equipment to be supplied per week of
delay or part thereof on delayed supply of goods and/or services until actual delivery or
performance subject to a maximum of 15% of the contract price. Once the delivery period is
exceeded, Tender Inviting Authority/User Institution may consider termination of the contract.
During the above-mentioned delayed period of supply and / or performance, the conditions
incorporated shall also apply and Tender Inviting Authority shall seek alternate measures at the
risk and cost of the successful tenderers.

The decision to impose penalties and finally to black list the defaulting firm will be final and shall
be binding on all tenderers participating in this tender. However there will be provision for
appeal before the government against the decisions of the Tender Inviting Authority

22
SECTION XIX

TERMINATION OF CONTRACT

Termination for default:- The Tender Inviting Authority/User Institution, without prejudice to any
other contractual rights and remedies available to it (the Tender Inviting Authority/User
Institution), may, by written notice of default sent to the successful tenderer, terminate the
contract in whole or in part, if the successful tenderer fails to deliver any or all of the goods or
fails to perform any other contractual obligation(s) within the time period specified in the
contract, or within any extension thereof granted by the Tender Inviting Authority/User
Institution.

In the event of the Tender Inviting Authority/User Institution terminates the contract in whole or
in part, the Tender Inviting Authority/User Institution may procure goods and/or services similar
to those cancelled, with such terms and conditions and in such manner as it deems fit and the
successful tenderer shall be liable to the Tender Inviting Authority/User Institution for the extra
expenditure, if any, incurred by the Tender Inviting Authority/User Institution for arranging such
procurement.

Termination for convenience: - The Tender Inviting Authority/User Institution reserves the right
to terminate the contract, in whole or in part for its (Tender Inviting Authority‟s/User
Institution‟s) convenience, by serving written notice on the successful tenderer at any time
during the currency of the contract.

SECTION XX

FALL CLAUSE

The prices charged for the equipment supplies under the contract by successful tenderer shall
in no event exceed the lowest price at which the successful tenderer sells the equipments of
identical description to any other persons during the period of contract. If any time, during the
contract, the tenderer reduces the sales price chargeable under the contract, he shall forth with
notify such reduction to the Tender Inviting Authority / user institution and the price payable
under the contract of the equipments supplied after the date of coming into force of such
reduction or sale shall stand correspondingly reduced.

-sd-
Chief Engineer,
Buildings & Housing Department
Government of Sikkim.

23
ANNEXURE I

Sl No Department Equipment, Instrument, furniture and accessories List Qty Unit

Equipment:

MRI 1.5 Tesla with UPS, attachment/ accessories and printer 1 nos

C.T.Scan Multi slice (128 SLICES) with UPS, attachment/


1 nos
accessories and printer
Mammography Unit with UPS, attachment/ accessories and
1 nos
printer
C-arm with accessories with UPS, attachment/ accessories and
1 nos
printer
C-arm Machine mobile with UPS, attachment/ accessories and
2 nos
printer

ECHO machine with UPS, attachment/ accessories and printer 1 nos

TMT 1 nos
EEG machine with accessories and printer 2 nos
Dental x Ray unit (gun type portable VATECH) 5 nos

Colour Doppler Ultrasound machine with 4 probes: Abdomen,


Radiology Paediatric, Soft Parts and Intra- cavitary with UPS, 5 nos
1
Services attachment/ accessories and printer

Ultra-Sonogram (Obs&Gyne) with UPS, attachment/


2 nos
accessories and printer

Portable ultrasound with accessories and printer 2 nos

CBCT(cone Beam computer Tomography) 1 nos


OPG Machine 1 nos
DR X-ray machine with UPS, attachment/ accessories and
1 nos
printer

Xray 300 mA with UPS, attachment/ accessories and printer 1 nos

100 M.A. X-ray machine(Mobile) 8 nos

CR Workstation with UPS, attachment/ accessories and printer 2 nos

Thermal Printer 4 nos


Lead Apron, thyroid Guard, Dossimeter etc. 20 nos

Equipment:

Anaesthesia workstation with Adult and Paediatric setup,


Respiratory Gas Monitor, Servo Flurane, and Isoflurane 10 nos
OTGeneral (2 vapourizer (Care Station 650)
Nos) + Septic
2
OT+emergency Peripheral Nerve Stimulator 4 nos
OT Anaesthesia Monitor with Intra Arterial BP and Respiratory
10 nos
Gas Monitor
Defibrillator (AED plus Manual with ECG 12 nos
Video Laryngoscope 3 nos
Intubation Stylet 3 nos

24
Classical Laryngeal mask airway (All sizes) fron Neonatal to
3 set
Adult Male
I Gel Laryngeal mask airway (All sizes) fron Neonatal to Adult
3 set
Male
Mattress Blower with Hot Air (Bair Hugger) 1 nos
Anaesthesia Face Mask (Not Black/ Latex) 10 nos
Flo Trac Sensor 1 nos
Nasopharyngeal Airway (All Sizes) 3 set
Oropharyngeal Airway (All Sizes) 3 set

Magill's Forceps (All Sizes) Neonatal to Adult Male 3 set

Boyles Machine 2 nos


OT Table 4 nos
OT light-Ceiling Double Dome (Shadowless) 6 nos
OT light with HD camera 2

Flash Autoclave- (Chamber capacity of app. 20 litres/cycle) 12 nos

Cautery FT10 1
Surgical Diathermy–Bipolar 6 nos
ECG Machine- 12 Channel 3 nos
Bowl Sterilizers-Different Sizes 10 nos
Washer Disinfector -30-45 Litres 3 nos
Fumigator 20 nos
Infusion Pump 10 nos

Laproscopy machine - with all instruments (Full set) 2 nos

Endoscopy equipments - with all accessories and attachments


1 nos
(Full set) (EVIS- X1)
OT Instruments ( Full set) 9 sets
Equipment:
OT Table with orthopedic attachment 1 nos
Surgical Diathermy–Bipolar FX8 3 nos
ECG Machine-12 Channel 1 nos
Bowl Sterilizers-Different Sizes 3 nos
Washer Disinfector -30-45 Litres 1 nos
Power drill and reamer 1 nos
Multimedia Projector 1 nos
Portable OT Light 1 nos
Other Equipment & Instruments:
OrthoOT OT Instruments ( Full set)
Arthroscopy Set knee and shoulder 2 nos

Interlocking nailing set femur and tibia with flexible reamers 2 nos

Large fragment fracture fixation set 1 nos

Small fragment fracture fixation set (Pedia and adult) 2 nos

Drill bits (2.5 mm, 2.3 mm, 3.5 mm, 4.5 mm) 40 nos
Arthroscope 1 nos
Image Intensifier (with cover and accessories) 1 nos
External fixator 5 nos
Obstetrics & Equipment
Gynecology OT Defibrillators with AED & ECG 2 nos
25
(2 Nos) Fiberoptic Flexible Laryngoscopy set with inbuilt suction port
2 nos
(Adult & Paediatric)
Anaesthesia Monitor with Intra Arterial BP and Respiratory
2 nos
Gas Monitor
Video Laryngoscope 1 nos
Intubation Stylet 2
Classical Laryngeal mask airway (All sizes) fron Neonatal to
2 set
Adult Male
I Gel Laryngeal mask airway (All sizes) fron Neonatal to Adult
2 set
Male
Mattress Blower with Hot Air (Bair Hugger) 2 nos
Anaesthesia Face Mask (Not Black/ Latex) 20 nos
Flo Trac Sensor 5 nos
Nasopharyngeal Airway (All Sizes) 10 set
Oropharyngeal Airway (All Sizes) 10 set

Magill's Forceps (All Sizes) Neonatal to Adult Male 10 set

Boyles Machine 1 nos


OT Table 2 nos
Surgical Diathermy–Bipolar/ Monopolar 6 each
ECG Machine- 12 Channel 2 nos
Bowl Sterilizers-Different Sizes 10 nos
Washer Disinfector -30-45 Litres 2 nos
Open care Radiant warmer 2 nos
Hysteroscopy 2 nos
Foetal Doppler 4 nos
CTG Monitor 1 nos
Vacuum extractor 1 nos
Multi para monitor with neonatal BP cuff 3 nos
Instruments:
Slicon Vaccum pump 1 nos
Cautery Harmonic 2 nos
Cautery monopolar 2 nos
Cauery bipolar FX8 2 nos
Radiant warmer 4 nos
Other equipment and instruments
Resusitation Kit 3 set
CS set 20 set
Hystrectomy set (Full) 10 set

Hysteroscope scissors with all sets of instrument 3 sets

Hysteroscope cautery hook with all sets of instruments 4 sets

Morcellator 1 nos
Colposcope 2 nos
I/D set 3 nos
Minor OT
D/E set 3 nos
D/C set 3 nos
S/E set 3 nos
Cut hook 10 nos

26
Punch biopsy 4 nos
Laparoscopy 2 nos
OT Instruments ( Full set) 10 set
Colposcope 1 nos
Equipment:
Labour bed (Hydraulic) 6 nos
USG Machine with TVS and TAS probe 1 nos
CTG machine 3 nos
open care radiant warmer 2 nos
LDRComplex vacuum extractors 4 nos
pulse oximeter with neonatal wrapup 10 nos
Spot Light 10 nos
Birthing Bed 4 nos
Bassinet 20 nos
Breast Feeding Couch 1 nos
Equipment:
OT Table 2 nos
MinorOT
OT light 2 nos
OT Instruments ( Full set) 5 sets
Equipment:
Anaesthesia workstation with Adult and Paediatric setup,
Respiratory Gas Monitor, Servo Flurane, and Isoflurane 1 nos
vapourizer
Defibrillators with AED & ECG 1 nos
Fiberoptic Flexible Laryngoscopy set with inbuilt suction port
1 nos
(Adult & Paediatric)
Peripheral Nerve Stimulator 1 nos
Anaesthesia Monitor with Intra Arterial BP and Respiratory
1 nos
Gas Monitor
Laryngoscopy set with Macintosh Blade (5 blade set) (All
5 nos
Sizes)
Video Laryngoscope full set 1 nos
Intubation Stylet 1 nos
Classical Laryngeal mask airway (All sizes) fron Neonatal to
1 set
Adult Male
Eye OT I Gel Laryngeal mask airway (All sizes) fron Neonatal to Adult
1 set
Male
Mattress Blower with Hot Air 1 nos
Anaesthesia Face Mask (Not Black/ Latex) 1 nos
Flo Trac Sensor 1 nos
Nasopharyngeal Airway (All Sizes) 2 set
Oropharyngeal Airway (All Sizes) 2 set

Magill's Forceps (All Sizes) Neonatal to Adult Male 2 set

Portable SPO2 Probe 2 nos


X-Ray LED view Box 1 nos
Boyles Machine 1 nos
OT Table 1 nos
OT light-Ceiling Double Dome (Shadowless) 1 nos
Electrical Suction 1 nos

Flash Autoclave- (Chamber capacityofapp.20litres/cycle) 1 nos


27
Surgical Diathermy–Bipolar 2 nos
ECG Machine- 12 Channel 1 nos
Bowl Sterilizers-Different Sizes 10 nos
Washer Disinfector -30-45 Litres 2 nos
Infusion Pump 2 nos
Cryosurgery unit 2 nos
Operating Microscope 2 nos
Phaco Machine 1 nos
NdYag Laser 1 nos
Examination Lamp 2 nos
Fridge 1 nos
Electric water boiler 1 nos
Stainless steel Instrument Trolley 2 nos
Fumigation Machine 2 nos
OT Chair 3 nos
OT step 3 nos
Extension Cord 2 nos
Instruments: nos
Cataract Set 10 nos
Enucleation Set 5 nos
Pterygium Set 6 nos
Entropian Set 4 nos
Evisseration Set 4 nos
syringing set 4 nos
chalazion set 3 nos
eye spaeculum baby 4 nos
eye spaeculum adult 8 nos
tiying forcep 10 nos
vannas scissors straight/curved 15 each
Superior Rectus holding Forcep 10 each
Iron ball Cautery 4 nos
Simcoe Cannula 23G/ 24G 10 each
Instrument Tray for Autoclave Big/Small 5 each
Furniture:
Mayo Stand 2 nos
Surgical Trolley 2 nos
Anaesthesia Trolley (Complete with Ambu bags and other
1 nos
items)

Difficult Airway Trolley-Bronchoscope and intubating 1 nos


As per
Surgical instruments as required for each surgery.
requirement
EyeOPD Equipment*
Ophthalmoscope-Direct 1 nos
Ophthalmoscope- Indirect with 20D Lens 2 nos
slit lamp refraction units 3 nos
Streak retinoscope 3 nos
A-Scan Biometer 1 nos
B-Scan Biometer 1 nos
Keratometer 2 nos

28
Auto- refractometer 1 nos
Punctum Dilator 10 nos
Applanation Tonometer 2 nos
Fundus Camera 1 nos
OCT. 1 nos
Non Contact Tonometer 1 nos
Yag Laser 1 nos
VFA 1 nos
Lensometer 1 nos
IOL Master 1 nos
Ishihara chart 6 nos
Patterned Yellow, green laser 1 nos
AB Scan 1 nos
slit lamp with anterior segment photography 1 nos
Gonio Lens 2 nos
Vitereo Retinal
Operating Microscope OMS 90+MSXY03 Tasnlator for OMS 90
1 nos
MDR
Fundus Flourscein Angiography TRC-50 DX 1 nos
Slit lamp SL D701 1 nos
Dehumidifier 2 nos
Minor OT
OPERATING Microscope 1 nos
OT Table with steps 1 nos
OT Light Single dome 1 nos
Portable OT light 1 nos
Phaco machine 1 nos
Accessories nos
Trial lens set with trial frame Adult/Children 6 nos
Torch 20 nos

Doctor chair side Drawers for keeping instruments 20 nos

Defibrillators with AED & ECG 3 nos


Fiberoptic Flexible Laryngoscopy set with inbuilt suction port
3 nos
(Adult & Paediatric)
Peripheral Nerve Stimulator 1 nos
Anaesthesia Monitor with Intra Arterial BP and Respiratory
3 nos
Gas Monitor
Laryngoscopy set with Macintosh Blade (5 blade set) (All
3
Sizes)
ENT OT Video Laryngoscope 1
Bougie 3 nos
Intubation Stylet 3 nos
Classical Laryngeal mask airway (All sizes) fron Neonatal to
3 sets
Adult Male
I Gel Laryngeal mask airway (All sizes) fron Neonatal to Adult
3 sets
Male
Fluid Warmer 3 nos
Mattress Blower with Hot Air Bair 3 nos
ECG Machine- 12 Channel 3 nos

29
ENT Operating microscope 1 nos

Endoscope 4mm dia 0-degree, 45-degree, 70-degree 2 each

Other equipments and instruments


Anaesthesia Face Mask (Not Black/ Latex) 10 nos
Flo Trac Sensor 1 nos
Nasopharyngeal Airway (All Sizes) 3 sets
Oropharyngeal Airway (All Sizes) 3 sets

Magill's Forceps (All Sizes) Neonatal to Adult Male 3 sets

Boyles Machine 1 nos


OT Table 3 nos
OT light-Ceiling Double Dome (Shadowless) 3 nos

Flash Autoclave- (Chamber capacityofapp.20litres/cycle) 4 nos

Surgical Diathermy–Bipolar/ Monopolar 3 nos


Bowl Sterilizers-Different Sizes 10 nos
Washer Disinfector -30-45 Litres 3 nos
Infusion Pump 3 nos
Micro debrider with Blade 1 nos
ENT Cloblator System 1 nos
ENT Laser System 1 nos
Micromotar Drill with burr 3 nos
Fess Instrument Set 2 nos
Suspension laryngscope set 1 nos
Micro laryngal surgery instrument set 1 nos
Micro ear surgery set 1 nos
Flexible laryngoscopy set 1 nos
Flexible bronchoscopy set 1 nos
Rigid bronchoscopy set with forceps 1 nos
Monitor & HD Camera with light source 1 nos
Septoplasty set 1 set
Tonsil surgery set 1 set
Rigid Serophography set with forceps 1 set
Furniture nos
ENT patient chair 2 nos
ENT treatment unit/workstation 1 nos
Equipment:* nos
Ear & nasal Suction machine 2 nos
Jobson Horne probe 2 nos
ENT OPD Head lamp 3 nos

Endoscope 4mm dia, 0 degree, 45 degree, 70 degree 2 nos

Operating Microscope 1 nos


Monitor & HD camera with light source 1 nos
Ear & nasal Suction machine 1 nos
ENT Jobson Horne probe, 1 nos
OPD/minor
Otoscope 1 nos
procedure
room Treatment unit 1 nos
Ent examination chair 1 nos
Operating microscope 1 nos
30
monitor with light source HD camera with Scope 0,45,70
1 nos
degree Storz
single Dome Portable OT light(RECHARBLE) 1 nos
general instrument 1 nos
Eng machine 1 nos
stoboscope set 1 nos
vamp machine 1 nos
VNG mahine 1 nos
posturoghraphy machine 1 nos
ear micro surgury instrument 1 nos
minor ot table 1 nos
tuning fork (512Hz) 1 nos
Scope 4 mm 0-degree, 45-degree, 70-degree 2 each nos
General Equipment ENT Set 1 nos
ENT Treatment Unit/ ENT Workstation 1 nos
ENT Patient Chair 2 nos
Scope 4 mm 0-degree, 45-degree, 70-degree 1 each nos
Laryngeal mirror 1 nos
ENT OPD Nasopharyngeal mirrors 1 nos
Aural speculum
Siegles speculum
Bayonet forceps 1 nos
Tuning fork (512 Hz), 1 nos
FURNITURE nos
ENT examination chair 1 nos
PTA Machine (Audiometer) 1 nos
ENT Otoacustic Emiossion (OAE) 1 nos
AUDIOLOGY VEMP 1 nos
ROOM VNG 1 nos
ENG 1 nos
Tympanometry & ART 1 nos
posturoghraphy machine 1 nos
BERA 1 nos
Trolleys and trays 5 nos
Electrocautery & Rachofrequency machine 9 nos

Biopsy Punches sizes 1,1.5, 2, 2.5, 3, 3.5, 4, 4.5, 5 2 each

Forceps
a) Jweller Forceps 2 nos
b) Ring Forceps 2 nos
c) Epolation forceps 2 nos
Derma OT d) Adson forceps 2 nos
e) Toothed forceps 2 nos
f) Plain forceps 4 nos
g) Allis Forceps 2 nos
h) Spatula 2 nos
Molluscum Curettes 1-2,2-3,2-4 1 each
Dermal Curettes 1 each
Scoop 4 nos
Slim Hook 2 nos

31
Scissor Double curved S-Shape 4 nos
Hemostat Forceps 4 nos
Needle Holder 4 nos
Dermabroder Mannual Size 3.5, 7, 10, 12 max 16, 18, 20, 24
1 each
mm

Dermabroder double ended manual size: 6-8, 10-12, 1 each


Electric Dermabroder motor E arm, cable, foot switch,
handpiece model sup quality -
Diamond abrader 1 nos
Wire Brush 1 nos
Power punch size 2, 2.5, 3, 3.5, 4, 4.5, 5 mm 1 each
Derma chair 1 nos
Hand lens 4 nos
Torch 2 nos
Woods lamp 1 nos
Hand Held narrow band UVB Lamp 2 nos
Dermatoscope 2 nos
Cyrotherapy Unit 2 nos
Chemical Cautery (Trichloro acetic acid) 1 nos
Derma OPD
Light Microscope with facility for dark ground illumination 1 nos

Iontophoresis Unit 1 nos


LED floor lamp & Magnifier 2 nos
Dremal cutter 2 nos
Blackhead extractor nos
Spoon extractor 2 nos
Loop extractor 2 nos
Lancet Extractor 2 nos
Suture Materials & Needle used for Surgery 3 set
Microdermabroder 2 nos
Co2 Laser/ Fractional 1 nos
Derma Laser
IPL 1 nos
Room
Smoke Evacuater 1 nos
Derma Chair 1 nos

Department

Equipment, Instrument, furniture and accessories List Qty Unit

Equipment:
ABG Machine 2 nos
Air Mattress 29 nos
GeneralICU
(Medical ICU Anaesthesia Face Mask (Not Black/ Latex) 29 nos
3 16 Bed + Defibrillators with AED & ECG 4 nos
Surgical ICU Peripheral Nerve Stimulator 5 nos
13 Bed) Central Nursing station all complete 4 nos
Fluid Warmer 10 nos
Blood warmers 10 nos
Ventilator 18 nos
Video Laryngoscope 3 nos
GeneralHDU ECG Machine 12 channel 13 nos
32
Equipment: nos
Bi-PAP/CPAP mask ventilator 10 nos
ECG Machine 12 channel 10 nos
Equipment: nos
ABG 1 nos
Blood warmers 2 nos
Defibrillator with TCP and AED 2 nos
Fetal Doppler 1 nos
Mechanical Ventilators 1 nos
Radiant Warmer 2 nos

OBGYNICU USG Machine with color Doppler and Echo facility 1 nos

CTG machine 1 nos

Other equipments and other ICU instruments

Intermittent compression device for DVT prophylaxis 1 nos

Movable shadow less spot lights with adjustable arms 2 nos

Negative Ionizer/air purifier 3 nos


Adult and Baby resuscitation kit/cart 6 nos
Equipment:
OBSandGYN.
CTG machine 1 nos
HDU
Fetal Doppler 2 nos

Movable shadow less spot lights with adjustable arms 1 nos

Autoclave 4 nos
Beds for mothers with matress 2 nos
Bili Blanket 4 nos
Bubble CPAP with compressor 4 nos
Formaline Vapouriser 1 nos
Infantometer 2 nos
Irradiance Meter 2 nos
Laminar Flow Machine 1 nos
Multi para Monitor with Neonatal leads 12 nos
Neonatal Resuscitation Equipment 3 set
SNCU+MNCU+ Open care Radiant warmer 12 nos
PICU+NICU Phototherapy 8 nos
Phototherapy Single Surface LED 4 nos
Portable LED Standing light 2 nos
Pulse oximeter with Neonatal Wrapup 4 nos
Transcutaneous Bilirubinometer 2 nos
Transport Incubator 2 nos
Vein Finder 2 nos
Breast Feeding Couch 1 nos
Ventilator HFO for neonates 8 nos
ABG Machine 1 nos
Air Mattress 29 nos
Accessories/Consumables:
Anaesthesia Face Mask (Not Black/ Latex) 2 nos
Emergency Peripheral Nerve Stimulator 2 nos
33
ICU Syringe Infusion Pump 7 nos
Transport Monitor 1 nos
Video Laryngoscope 2 nos
Intubation Stylet 3 nos

MultiPara monitor - ECG, SpO2, NIBP (Non-invasive BP and


Temperature) at the head end with ETCO2 measurement and
10 nos
upgradable to invasive monitoring with ECG printout - for all
ICU's

Multipara monitor (B125P) for all wards 150 nos


Classical Laryngeal mask airway (All sizes) fron Neonatal to
2 set
Adult Male
Fiberoptic Flexible Laryngoscopy set with inbuilt suction port
3 set
(Adult & Paediatric)
I Gel Laryngeal mask airway (All sizes) fron Neonatal to Adult
2 set
Male
ICU bed elctronic with IV Stand and mattress 76 nos
Transport Ventilator 10 nos

Other equipments and other instrument set

Adult and Baby resuscitation kit/cart 10 nos


Other Hand instrument Set 5 nos
Oxygen hood boxes 2 nos
Infusion pump 34 nos
Bougie 4 nos

Equipment:
Dental chair with all the probes (Air Rotor hand piece:-
13 nos
stranded head)

Ultrasonic Scalar with four tips (piezo type scaler) 5 nos

Compressor oil free medical grade (noise- free) 13 nos


Suction fitted in the dental chair medium and high vacuum.
13 nos
(motorised)
Airrotor hand piece contra angle two and one straight hand
20 each
piece (4lakhs RPM)
LED light cure unit 5 nos

Latest foot operated light of 20,000 and 25,000/-Lux 13 nos


4 Dental OPD
Dental X-ray IOP/ OPG X-ray viewer with LED light 13 nos

Horizontal Autoclave with Uvlight (Front Loading Autoclave


(fully programmable digital type) min. 20ltr capacity with 3 nos
alaram,thermostat,safety valve)

Duel multi frequency Apex Locator 10 nos

Glass bead sterilizer with glass beads/with auto cut 5 nos

RVG (Digital Radiography Machine) sensor size 0,1,2 5 nos

physiodispensor for implant placement with complete kit and


5 nos
accessories
Ultrasonic instrument Cleaner System 5 nos
34
UV Chamber with ateast 12 ss tray,magnetic door
latch,powder coated paint with double light,UV light auto on 5 nos
closing door& white tube light Auto on opening the door

Endo Motor with or Without inbuilt Apex locator with auto-


cleavable hand piece,torque &speed Control,warning 25 nos
sounds,auto stop&reverse function, reciprocating motion

Micrometer 10 nos
needle distroyer 5 nos
stethoscope 3 nos
BP apparatus 5 nos
pulp tester 5 nos
Apex locator 5 nos
Intraoral Camera 2 nos
Bleaching light 5 nos
Instrument Boiler 5 nos
Water Heater 5 nos
Rubber Dam kit 30 nos
crown remover kit 5 nos
orange safety goggles for composit 25 nos
Dental Motorized Suction 5 nos
Lead apron 15 nos
Patients drapes 50 nos
Instrument

diagonistic sets with mouth mirror containing-mirror top and


handle for intra-oral dental examination,probe,explorer and
tweezers with serrated end/rust free, tweezer, instrument 50 each
tray, kidney trays, locking tweezer,cheatele forceps,cotton
Holder,spirit Lamp

Extraction forceps for adult upper (anterior,premolar,molar-


right&left,Root forceps,Third molar right/Left sets
20
,Lower(anterior,premolar,molar,Root forceps,Third molar,for each
peaediateic,)Upper(anterior,Posterior,Lower,anterior,Posterior)

Rongeurs 15

Elevators-Straight,cross bar,Root elevator-Right/left,Spoon


Elevatkr,Mooris Elevator,Apexo elevators,coupland 20 each
elevator,Waricks james elevator

periosteal elevator 20 nos


Cement Spatula 15 nos

Hand scalars ,sickle,curette,chisel,files,HUE type right and left 10 nos

Mallet (Hammer) 15 nos


chisel 15 nos
Double ended curettes 20 nos
Double ended bone file 20 nos
Tongue Retractor 20 nos
Glass slab 6"x3"x8-10mm in thickness 10 nos

35
Dappen dish-glass/ceramic 10 nos
Dental Wire cutter 10 nos
Universal Orthodontic Plier 10 nos
Ligature wire SS No. 26,28,&30(coil pkt. of 10/14
20 nos
gms,Tempered Soft,round
Arch Bar(Erich) 25 nos

Reamer No. 15 to 80 in 21& 25mm (each pkt set six) 100 nos

File No.15 to 80 in 21&25mm, k file each,H file 100 nos


Paper points No. 15 to 80 100 nos
G.P. Point No. 15 to 80 and protapers G.P 100 nos
NITI files: Hand and rotary (optional) 200 nos

Barbed Broaches, Endodontic probe, Pluggers and spreaders 200 nos

Bur box 25 nos


Diamond Burs (Round, Tapered, Straight, Inverted Cone,
200 nos
dumbbell shaped etc.)
Finishing and Polishing kit for composite filling 50 nos

(I) Plastic filling Instrument with high glaze police

(II) Molar strips (Light cure)

1. Muslin cloth 2. 12 burs each in finishing & polishing kit

Matrix Band No. 1 and 8 (Ivory’s Pattern) with Retainer 50 nos

Silver filing instrument Set (SS) each containing : 50 nos

(A) Agate spatula


(B) Condenser Serrated
(C) Ball Burnisher
(D) Spoon shaped excavator

(E) Amalgam Carver Both Maxillary & Man dilator

(F) Amalgam Condenser for class II cavities


(G) Amalgam polishing Cups & Disc.
(H) Hatchet bin angle
Surgical curettes 25 nos
Disposable Items,Suction tips,Applicator tips,Cotton
50 nos
rolls(small,medium,large)
Cotton wool holder made up of SS, Autoclavable (for Dental
25 nos
use)
Plastic filling instrument made of Stailess steel 25 nos
Composite placing instruments 25 nos
Interproximal carver 25 nos
Burnisher 25 nos
Condenser 25 nos
Cement spatula 25 nos
Matrix bands (metal and transparent) 25 nos
Articulating paper 50 nos
Universal Tofflemaire retainer 50 nos
Universal retainers 50 nos
Finishing and Polishing strips 50 nos

36
Wedges (plastic and wooden) 50 nos
Endo burs (Access preparation burs) 50 nos
Gates glidden drills 50 nos
Peeso Reamers 50 nos
RCT Irrigation Needles 50 nos
Endo box 25 nos
B.P Knife and blades 40 nos
Needle holder 20 nos
Suture 20 nos
Suture scissors 27 nos
Straight and curved scissors 25 nos
Scalpel or B.P. Blade Handle 26 nos
Bone chisel and mallet 26 nos
Bone file 26 nos
Towel clamps 26 nos
Austin Tissue retractor 25 nos
Weider Tongue and cheek retractor 25 nos
Stainless-steel Surgical suction tips 25 nos
Surgical tray 25 nos
Surgical drape and green towels 25 nos
Bib/Towel clips with chain 25 nos
Stainless-steel Anaesthesia syringe with needles 25 nos
Surgical burs 25 nos
Hand scalers set 25 nos
Hand curettes 25 nos
Periodontic probe 2 nos
Orthodontic Universal Pliers 5 nos
Orthodontic Adams Pliers 25 nos
Wire Cutter 25 nos
Orthodontic Wire 25 nos
Dentulous Perforated Impression Tray Set 50 nos
Edentulous Non-perforated Impression Tray Set 50 nos
Blow Torch 15 nos
Acrylic Trimming Burs 50 nos
Shade Guide 5 nos
Crown Cutting Burs 50 nos
Hot Plate, Mixing Bowl, Plaster Knife 15 nos

Plaster Spatula Curved and Straight, Wax Spatula, Wax Knife 15 nos

Lacron Carver 15 nos


Fox Plane 15 nos
Distal End Cutter 10 nos
Ligature wire cutter 10 nos

Bird Beak Plier, spring forming pliers and Tweed Plier 5 nos

Weingart Pliers 5 nos


Anterior and Posterior Band Removing Plier 5 nos
Debonding Pliers 5 nos
Adhesive Removing Plierss 5 nos
Crown Band Contouring Plier 5 nos

37
How(e) pliers 5 nos
Mathieu ligature pliers 5 nos
Reverse Tweezer or band holder 5 nos
Separator Placing Plier 5 nos
MBT Gauge 5 nos
Band Pusher, Band seater 5 nos
Double-Ended Distal Bender 5 nos
Ligature tucker 5 nos
Triple beak pliers 5 nos
Hard Wire Cutter, 5 nos
Orthopaediac appliances (headgear, face mask, chin cup,
50 nos
expander, ETC)
Instruments:
Mouth mirror and Examination Instruments 2 nos
Furniture*** nos
Examination table with in-built IV stand 2 nos
Footstool 2 nos
colour coded bins 2 nos
Stool 25 nos
Slim model doctor’s table 12 nos
Slim model doctor’s chair 25 nos

slim model two arm less chairs for patients and attendants 4 nos

X-Ray LED view box 3 nos


Refrigerator 2 nos
Laptop for RVG & TV Screen 4 nos
Water Distiller 2 nos
Water Purifier 2 nos
Sofa Set 2 nos
Microwave 1 nos
Drawer with locker 25 nos

Dental chair side Drawers for keeping instruments 20 nos

Equipment: Qty Unit


Shoulder Wheel 5 nos
Wall ladder finger Exerciser 4 nos
Finger Exerciser web 4 nos
Shoulder Pulley 3 nos
Walking aid for training–Adjustable Walker (Paedriatic &
3 nos
adult)
5 Physiotherapy Reciprocal walker 2 nos
Exercise Couch 2 nos

Floor patterns may be designed having alternate patterns


different colour tiles (1feet X 1feet) so to help in teaching gait
2 nos
pattern/ visual feedback for neurological impaired geriatric
patients

wheelchair 5 nos
Exercise Charts for teaching basic exercise forneck, back,
4 nos
shoulder, kneejoint etc
38
Chart for showing positioning, lifting and carrying technique
4 nos
for elderly

Spirometer with disposable mouth piece for those patients


who need to perform breathing exercise multiple times in a
3 nos
day (Diagnosed cases of chronic bronchitis, emphysema,cystic
fibrosis)

Lower & upper extremity cycle/basic ergometer 2 nos


Ultrasound therapy 5 nos
TENS 5 nos
Interferential therapy/ electrotherapy unit 3 nos
Cervical traction unit (bed + traction machine) 2 nos
Lumbar traction unit (bed + traction machine) 2 nos
CPM Upper Limb 1 nos
CPM Lower Limb 1 nos
Electrical Stimulation 2 nos
Treatment table (bed) 7 nos
Electronic Examination Couch 2 nos
Hydraulic Examination Couch 2 nos
Wide and Low Couch for Neuro patients 1 nos
Electrinic Couch 2 nos
Manual Couch 2 nos

Table Trolley with 2 shelves 530 x 1080 x 800 H. Complete


10 nos
with all accessories as per detailed technical specification.

Parallel bars (adult & paedriatic) 2 nos


Exercise mat- Paedriatic 2 nos
Paedriatic walker (table) 2 nos
Wooden peg board 2 nos
Theraband (colour coded sets) 2 nos
Swiss ball 2 nos
Bollster 2 nos
Static bicycle 4 nos
Walking Treadmill 2 nos
Infra Red Radiation (IRR) (standing) 2 nos
Ultraviolet Radiation (UVR) (standing) 1 nos
Patient stool 5 nos
Footsteps 10 nos
Laser Therapy machine 2 nos
Infra Red Thermometer 2 nos
Wall mirror (standing) 2 nos
X-Ray LED view box 2 nos
Corner stairs 1 nos
Moist Heat Hydrocollater pack 1 nos
Refrigerator 1 nos
Ice pack 5 nos
Quadriceps Table 2 nos
Dumb bell set (set of 1-10 kgs) 2 nos
Weighing Cuff set (set of 1-10 kgs) 2 nos
Overhead Pulley 1 nos
Finger Ladder (wall mounted) 2 nos
39
Hand spring 2 nos
Goniometer 2 nos
Knee Hammer 2 nos
Consumables for Physiotherapy LS
Equipment:
USG machine with 5-12 MHz linear probe 1 nos
NCVmachine (system) 1 nos
EMGmachine 1 nos
VEP machine 1 nos
PMR Auditory Brainstem Response machine. 1 nos
Diagnostics Medical Ozone Generator DT/OG 02 with 2 gm/hr ozone
1 nos
capacity
PRP machine 1 nos
Radio Frequency Generator with electrode, needle and
1 nos
grounding pad

Equipment: Qty Unit


Resuscitation Bed with mattress (electronic) 10 nos
Laryngoscopes with Blades (both straight and curved for adult
6 nos
and paediatric)
Defibrillators 1 nos
Ventilators (only for red Beds) 2 nos
Infusion pump 10 nos
24x7 Ultrasonic nebulizer 3 nos
6
Emergency ECG Machine 1 nos
Transport monitor 2 nos
Transport Ventilator 4 nos
ophthalmoscope 2 nos
otoscope 2 nos
Vein finder 2 nos
Breath Analyser 2 nos

Equipment:
Mortuary table (Stainless steel) 2 nos
Mortuary Cabinet ( 4 chamber ) 2 nos
Weighing machines(Organs) 2 nos
Measuring glasses (liquids) 4 sets
Autopsy Saw with Vaccum Collector 2 nos
Oscillating Handheld Autopsy Saw 3 nos
Embaming Fluid Injector Machine 2 nos
Suction Pump 3 nos
7 Postmortem
Domestic Refrigerator 2 nos
Microscope Monopolar 3 nos
DSLR Camera 2 nos
Breath Analyser 2 nos
Spot lights / OT light 4 nos
Accessories:
Aprons 10 nos
Postmortem gloves (Pairs) 100 nos
rubber sheets 10 nos

40
Lens 10 nos

Knee hammer 2 nos


Medicine trolley 2 nos
8 AYUSH Infra red Thermometer 4 nos
Refrigerator 1 nos

PATHOLOGY
Microtome Automated 1 nos
Microtome Manual 1 nos
Tissue floatation water bath 3 nos
ERBA-3 part CBC analyser 1 nos
ERBA-5 part CBC analyser 2 nos
Automatic PT-INR machine 1 nos
ERBA-ESR machine 1 nos
Cytospin liquid based cytology 2 nos
FNAC gun 3 nos
Urine analyser (automated) 1 nos
Hot air Oven 3 nos
Tissue processor 1 nos
Grossing station 1 nos
Embedding station 1 nos
Staining Station 1 nos
Microscope 50E with monitor, CPU and UPS 2 nos
Microscope 2 nos
Hot plate 2 nos
Incubator 1 nos
Centrifuge machine 3 nos
9 CENTRAL LAB Cell counter 3 nos
Weighing machine 2 nos
VIRAL LAB
viral load analyser 1 nos
Biosafety Cabinet 2 nos
RTPCR 1 nos
BIOCHEMISTRY
Semi Automatic analyser 3 nos
Fully Auto Analyser EM 600 1 nos
Electrolyte analyser 3 nos
CLIA 1 nos
ABG analyser 1 nos
Distilled water plant 25 lts 1 nos
Water bath 1 nos
Hot air Oven 1 nos
centrifuge 4 nos
Ice lined refrigerator (ILR) 3 nos
Deep Freezer -20 degree 1 nos
Deep,Freezer -80 degree 1 nos
Normal refrigerator 2 nos
MICROBIOLOGY
Vertical Autoclave 300-450 ltrs 2 nos
41
Distilled water plant 25 lts 2 nos
Microscope Bifocal 2 nos
Hot air Oven 1 nos
Elisa Reader 2 nos
Elisa Washer 2 nos
Refrigerator 6 nos
Deep Freezer -20 degree 2 nos
Deep,Freezer -80 degree 1 nos
BOD Incubator 2 nos
Centrifuge Machine 2 nos
Digital Weighing Machine 2 nos
Biosafety Cabinet 1 nos
Bacteriology
Incubation BOD 2 nos
Bunsen Burner with loop stand 2 nos
Densitometer 1 nos
Compound Microscope 2 nos
Candle Jar 3 nos
Distillation Plant 2 nos

BD BACTEC Plus standard aerobic medium (Cat no 442192) 2000 nos

BD BACTEC peds aerobic medium (Cat no 442194) 1500 nos

SEROLOGY LAB
Micropipettes- 8 multichannel 2 nos
Micropipettes- 1000ml 2 nos
Micropipettes- 2-200 ml 4 nos
Micropipette stand 2 nos
Bench Top Centrifuge 16 tube holder 2 nos
Glass Wares
Test tube large - 16 x 150mm 500 nos
Test tube medium - 12 x 150mm 500 nos
Test tube small - 10 x 150mm 500 nos
Petri dishes glass 100x 15mm 1000 nos
Molecular Laboratory
Elisa Reader 1 nos
Elisa Washer 1 nos
Centrifuge 1 nos
Plate Centrifuge 1 nos
Microcentrifuge 1 nos
Refrigerator 2 nos
PCR Cabinets/ Laminar Air Flow 2 nos
Vortex Mixture 2 nos
Mini Spin 2 nos
Vertical Freezer -20 Degree 1 nos
Vertical Autoclave 1 nos
Water Bath 1 nos
Pipette 1-10 ul 3 nos
Pipette 1-20 ul 3 nos
Pipette 10-200 ul 3 nos

42
Pipette 50-1000 ul 3 nos
Other equipments and instruments
STAINS
Gram stain 1 nos
AFB stain 1 nos
GIEMSA stain 1 nos
PAP stain 1 nos
MGG ( may grunwald Gimesa) 1 nos
Water bath 1 nos
Vortex Mixture 1 nos
LPG Cylinder 2 nos
Bunsen Burner 2 nos
Bone marrow transplant needle 1 nos
Bone marrow biopsy needel 1 nos
Slide warmer 1 nos
Paraffin dispenser 1 nos
Block waxx trimmer 1 nos
Embedding cassettes Leutracts 1 nos
grossing table for HPE 1 nos
light microscope 3 nos
Incubator 2 nos
Automatic tissue processor 1 nos

BLOOD BANK Equipment: Qty Unit


Autoclave 1 nos
cell counter-3part 1 nos
compound binocular microscope 2 nos
Real time thermometer for BBR 5 nos
Blood colection monitor 10 nos
Mobile tube sealer-hemo weld gun 5 nos
rh View box 3 nos
Centrifuge machine,table model 2 nos
Hot air Oven 2 nos
Dry incubator with thermostat 2 nos
ice lined refrigerator 2 nos
Domestic refrigerator 2 nos
10 recovery doner bed with bedside table 2 nos
Elisa reader with washer Fully automated 1 nos
chemiluminescent immunoassy 1 nos
distilled water plant 1 nos

Refrigerated centrifuge for component separation 1 nos

Laminar air flow bench class ii 1 nos


Blood dooner couch 4 nos
portable Doner couch 6 nos
Autoclave 100 ltr vertical 1 nos
Microscope 1 nos
Centrifugation machine big 1 nos
Tube sealer 1 nos
Gel card centrifugation 1 nos
43
Gel card incubator 1 nos
Haemaglobinometer 2 nos
Micropipette (10ul-50ul) 1 nos
Micropipette (50ul-200ul) 1 nos
Micropipette (1000ul) 1 nos
Other equipments and instruments
Blood bank refrigirator - 3 nos
plasma expresser 2 nos
clipper and clils and dielectric sealer 2 nos
platelet agitator with incubator 2 nos

deep freezer maintaining temp below 25 degree celcius 1 nos

Deep Freezer -20 degree 2 nos


Deep Freezer -80 degree 2 nos
refrigerated water bath plasma thawing 1 nos
insulated blood bag containers with provision for storing
5 nos
transportation
VDRL Rotator 2 nos

Portable blood collection monitors for outdoor camps 5 nos

HB estimation kit 5 nos


gel diffusion card incubator-tulip 1 nos
gel diffusion card centrifuge-tulip 1 nos
ultra low plasma freezer(80 degree celcius) 1 nos
cryoprecipitate thawing bath 1 nos
Heating incubator calicity & setting temp upto 65 degree
1 nos
celcius
Rh View box 3 nos
Blood Bank consumables

11
Equipment: Qty Unit
Dialysis Machine (1 Nos for ICU) 14 nos
ECG Machine 12 channel 1 nos
Dialyzer reprocessing unit 2 nos

Dialysis Couch/ PATIENT BED (Fowler 3 fold) with mattress 14 nos

RO PLANT with adequate power backup support 500 lts 2 unit

REFRIGIRATOR 1 nos
Dialysis LARYNGOSCOPE 1 nos
Services
TDS METER 1 nos
FLASH AUTOCLAVE 1 nos
Other equipments and instruments
PATIENTS TROLLY 2 nos
pH METER 1 nos
SYRINGE PUMP WITH PMO LINE 2 nos
LARGE STRAINER 10 nos
FUNNEL 5 nos
DIALYSIS WEIGHING SCALE 2 nos

44
Equipment:

HORIZONTAL DOUBLE Sliding DOOR AUTOCLAVE WITH


CARRIAGE AND TROLLEY capacity 750L (Complete with all 2 nos
accessories as per technical specification)

RAPID STERILIZER(FLASH AUTOCLAVE) 20L. Complete with


2 nos
all accessories as per detail technical specification.

WASHER DISINFECTOR CAPACITY -280-350,L (12-15 DIN


1 nos
Trays) Complete with all accessories as per

LOW TEMPERATURE ETO STERILIZER 2 nos


ULTRASONIC CLEANER 1 nos
HEAT SEALING MACHINE. Complete with all accessories as
1 nos
per
DOCUMENTATION LABELLER. Complete with all accessories
1 nos
as per
MULTI -ROLL TAPE DISPENSER. Complete with all accessories
1 nos
as per

DRYING CABINET 275 L. Complete with all accessories as per 1 nos

SPRAY GUN RINSER. Complete with all accessories as per 1 nos

GAUZE CUTTING MACHINE Complete with all accessories and


1 nos
BLADE - 15 Nos as per detail technical specification
Central Sterile
Supply AIR COMPRESSOR. Complete with all accessories as per detail
12 1 nos
Department technical specification.
(CSSD)
INSPECTION LAMP WITH MAGNIFIER. Complete with all
2 nos
accessories as per detailed technical specification.

WASH STATION WITH 2 SINKS FOR DIRTY AREA Size approx.


(L x B x H) : 2000x750x850mm. Complete with all accessories 1 nos
as per detailed technical specification.

SS WORK TABLE SIZE - 1200 x 650 x 900. Complete with all


1 nos
accessories as per detailed technical specification.

CONTROL & PACKING TABLE WITH TWO SHELVES FOR


CLEAN AREA. Complete with all accessories as per detailed 2 nos
technical specification.

LINEN FOLD TABLE FOR CLEAN AREA. Complete with all


1 nos
accessories as per detailed technical specification.

WIRE STORAGE SHELF MODULE FOR DIRTY/ DISINFECTION


AREA/CLEAN/STERILE AREA. Complete with all accessories as 2 nos
per detailed technical specification.

PASS BOX Complete with all accessories as per detailed


1 nos
technical specification.
CLOSED TRANSPORT TROLLEY FROM STERILE STORE
.Complete with all accessories as per detailed technical 2 nos
specification.

45
Table Trolley with 2 shelves 530 x 1080 x 800 H. Complete
2 nos
with all accessories as per detailed technical specification.

MODULAR STERILIZATION BASKET BIG. Complete with all


10 nos
accessories as per detailed technical specification.

MODULAR STERILIZATION BASKET MEDIUM. Complete with


10 nos
all accessories as per detailed technical specification.

Equipment:
Loading Stations 12 nos
Galvanized Steel Tube 400mm dia; 1 mm thick 160 mts
Galvanized Steel Bend 400mm dia; 800mmR 30 nos
Galvanized Steel Discharge Hopper 4 nos
Compressed Air Pressure Set 2 nos
Blower Set High Pressure, High Flow 2 nos
Galvanized Steel Steel NW400 Exhaust 2 nos

Control Unit Micro Processor and Protection Board with


2 nos
Control Software/ Main Contol board. Including

Electtrical Modules Set 2 nos


Dry Scrubber 2 nos
Access Cards 24 nos
Installation Accessories likes clamps, tube clips 2 nos

Industrial Washer extractor Heavy duty Heavy duty high


spin.Computer controlled Front Loading. Open Pocket. Top
Suspension with Hydraulic Cushions. Full Stainless Steel
2 nos
Cabinet. Single Motor Frequency Drive. 5 Compartment
Automatic Soap Chemical Dispenser, 30 kg Capacity, Steam
Laundry
13 Heated.
Equipments

Drying tumbler. Front Loading Open Pocket. Reversible with


2 nos
Automatic Cool Down feature. 60kg capacity steam heated.

Flat Work Drying Ironer With Heated Chest, Return Feed


2 nos
Type. Roller Size: 1500 x 750. Steam Heated

Vacuum Finishing Table - Table Top Size: 1200 x 750 Electric


1 nos
Steam Iron Teflon Shoe Condensate Seperator

Washroom Trolley 100kg Overall size : 850 x 650 x 1680 ht. 2 nos

Shelf Trolley 100kg capacity: 850 x 650 x 1680 ht. 4 nos

Mobile Table Table Top Size: 1130 x 720 800 ht. 2 nos

Laundry SS Scrub Station with twin sink. 1 nos

Air Compressor, 7.5 HP Double Stage, 160 Ltrs Tank 1 nos

Steam Boiler, 600 kg Capacity along with water softner 1 nos

14 BASIC EQUIPMENTS Qty. Unit

46
EQUIPMENTS Thermometer -Digital 200 nos.
Thermometer IR 30 nos.
Boiler sterilizers (Big) 80 nos.
Boiler sterilizers (medium) 80 nos.
Boiler sterilizers (small) 20 nos.
Examination light 50 nos.
Wall mounted height measuring Scale 20 nos.
Stethoscope- Adult (Lifeline) 150 nos.
Stethoscope- Paedriatic (Lifeline) 20 nos.
Weighing machine adults 50 nos.
Weighing machine pediatrics 10 nos.
LED torch 30 nos.
Measuring tape 25 nos.
Sphygmomanometer (Desktop Analogue) 150 nos.
Sphygmomanometer (Digital) 150 nos.
stethoscope + Otoscope 20 nos.
tuning fork (156) 20 nos.
percussion hammer 20 nos.
Glucometer with strip 100 nos. - Dr. Morepen 50 nos.
X-Ray LED VIEW BOX 100 nos.
Nebulizer 30 nos.
Nebulizer-Ultrasonic 5 nos.
Stadiometer 20 nos.
infantometer 20 nos.
non-stretchable measuring tape 10 nos.
Pulse oxymeter 50 nos.
Reflex hammer 10 nos.
Goniometer 10 nos.
Suction machine electric 30 nos.
Suction machine Foot operated 10 nos.
HUB CUTTER 200 nos.
Domestic Refrigerator different capacity 30 nos.
Laboratory refrigerator with Glass door 15 nos.
otoscope 10 nos.
Spirometer (Respiratory) 5 nos.
Geyser (25 ltrs.) for Labs, ICUs, OTs, etc. 25 nos.

Particulars Qty Unit


AMBU BAG adult 50 nos.
AMBU BAG pediatrics 50 nos.
Dressing material
DRESSING TRAY WITH LID All sizes 200 each
Accessories KIDNEY TRAY All sizes 200 nos.
15 and GALIPOT WITH LID 300 nos.
Consumables Equipment for dressing/ bandaging/ suturing 10 nos.

Disposable syringes and needles of different sizes 10 nos.

ET & TT tube in each size 50 nos.


Tracheostomy set 20 nos.
IV and BT sets 1000 nos.
47
NG tubes with each size 50 nos.
Guedle’s airway all sizes 50 nos.
Air matress 50 nos.
Oxygen hood boxes 10 nos.
Nasopharyngeal Airway (All Sizes) 50 nos.
Oropharyngeal Airway (All Sizes) 50 nos.
Surgeons/ Doctors Gowns 200 nos.
Patient Gown 200 nos.
Disposable Head caps Male/ Female 5000 nos
Hospital Worker OT coat/ apron 100 nos.
Disposable Masks (Tie Knot type) 20000 nos.
Mats (Nylon) 10 nos.
Mackintosh Sheet (in Meters) 50 rolls
Clinical Gloves Sizes - S/M/L 50000 nos.
Surgical Gloves - Sizes (6, 6.5, 7) 50000 nos.
Heavy Duty Gloves 500 nos.
Pillow 1000 nos.
Pillow cover 1000 nos.
Hand Towel 1000 nos.
Doctors Overcoat 200 nos.
Draw Sheet (All Sizes) 200 mtrs
Table Cloth 100 nos.
Shoe covers 50000 nos.
Bedspread 2000 nos.
Blanket Red & Blue 1000 nos.
Mortury Sheet 20 nos.
Body Bags 50 nos
Patient house coat (for female) nos.
Patient Pyjama, Shirt (for Male) nos.
Uniform/ Apron nos.
Abdominal Sheet/ Sponge for OT 200 nos.
Notice Board 50 nos.
White Board 50 nos.
Torch 20 nos.
Flowmeter with Humidifier 200 nos
Bathroom Bucket with Jug 100 nos.

Consumables: to last for Min 2 years


As per
Ventillator Circuit
requirement
As per
Oxygen Sensor
requirement
Monitor accessories
Machine
ECG Leads and electrodes As per
16 consumables: LS
UPS Batteries requirement
Batteries for Ventilators and Monitors
As per
Probes(All Types for all required machines)
requirement
As per
Patient Circuit
requirement

48
Lab REAGENTS
17 To last for 2 years
& consumables
Equipment:

Pneumatic Suction system with 31 stations, 7 blower lines and


1 nos
automatic compact linear zone transfer uint

Centralised RO system 1 nos

ETP with Installation, Commissioning, Earthing, All Complete 1 nos

Incinerator 50 kg/hr (As per BMW rules 2016) 1 nos

Pedal Function Colour Coded BMW bins with wheels 200 sets

Horizontal Autoclave 450 ltrs for BMW 1 nos


Vertical Autoclave 1 nos
Shredder Machine 1 nos
Oxygen Plant 1000 LPM PSA 1 nos
Puncture proof container 50 nos
LMO Tank 20 KL 1 nos
As per
UPS with batteries ( for Lab's ,Ots, Dialysis, ICU equipments requirement
and machines) 3kVA, 10 kVA, 20 kVA, 80 kVA and
drawing
As per
CCTV Camera system with all accessories
requirement
Health Management Information System (HMIS) with As per
Hospital Plants computer set with PAC system requirement
18 and As per
Building Monitoring System (BMS)
Machinaries requirement
Oxygen Cylinder D type 100 nos
Oxygen Cylinder B type 30 nos
Oxygen Cylinder A type 15 nos
Nitrous Oxide Cylinder 20 nos
Carbondioxide Cylinder 20 nos
Reversible AC 1.5 Ton 10 nos
Hot & cold Drinking water Dispenser RO unit 16 nos
ICU/HDU bed with mattress 20 nos
Patient Bed with mattress 450 nos
Head pannel 100 nos
As per
Harmetical shield Door LS
requirement
As per
Cold Room LS
requirement
As per
ILR LS
requirement

Hospital Cleaning Equipments ( Ride on Scrubber, Walk


As per
behind scrubber, Portable Scrubber, Wringer Trollley, Mops,
requirement
Pressure Jet Cleaner etc.)

As per
General Hospital Maintenance tools
requirement

Equipment:
19 Ambulances BLS Ambulance 4 nos
ALS Ambulance 2 nos
49
Hearse Vehicle 2 nos

Particulars Qty Unit


Adult and Baby resuscitation kit/cart 20 nos.
Artery Forceps Straight All sizes 100 nos.
Artery Forceps Curved All sizes 100 nos.
Cannula All sizes - 20,22,24, (HMD) 50000 each
Cannula All sizes - 18 (HMD) 5000 each
Catheters 2 way (All sizes) 2000 nos.
Craniotomy kit 10 nos.
Cuscos speculum 50 nos.
Dissecting forcep Tooth 100 nos.
Dressing Trolley with Bowl and stand 50 nos.
Urinal Male 100 nos.
Urinal Female 100 nos.
Dressing Drum (SS) Size Big 200 nos.
Dressing Drum (SS) Size Medium 200 nos.
Dressing Drum (SS) Size Small 200 nos.
Forceps delivery kit 20 nos.
Baby reciving tray 20 nos.
Retractor forceps 100 nos.
General Surgery Set 10 sets
Instrument set 20 nos.
OT istrument set ( Full) 5 sets
Laryngoscopy set with Macintosh, Blade (5 blade set) (All
50 nos.
Sizes)
20 Instruments:
Magill’s Forceps 100 nos.
Master scissor 60 nos.
Nasal Speculum, 20 nos.
OPT 50 nos.
PEEP valve 50 nos.
Pereneal sheets for OT 20 nos.
SPONGE HOLDER 100 nos.
STRAIGHT SCISSORS 100 nos.
Surgical instruments and sets as required for each surgery/
10 sets
procedure
Tracheostomy set 5 sets
Suture cutting scissors 100 nos.
Cheatle forceps with stand 100 nos.
Cuscos speculum 100 nos.
Episiotomy scissors 100 nos.

Artery forceps straight SS, Allis forceps ( all sizes) 100 nos.

Artery forceps curved SS 100 nos.


Allis forceps ( all sizes) 100 nos.
Nasal packing forcep 100 nos.
Dressing scissors 100 nos.
Conjunctival Scissors Straight 100 nos.
Conjunctival Scissors Curved 100 nos.
Fixation Forcep 100 nos.

50
Dialator set SS 100 nos.
Laryngeal mirror 20 nos.
Nasopharyngeal mirrors 20 nos.
Aural speculum 20 nos.
Siegles speculum 20 nos.
Tuning fork (512 Hz) 20 nos.
Bayonet forceps 100 nos.

Particulars Qty
Anaesthesia Trolley (Complete with Ambu bags and other
10 nos
items)
BASKET RACK suitable to accommodate Baskets. Complete
25 nos
with all accessories.
Bed Side locker/ Table 500 nos
Medicine Cabinet/Cupboard 100 nos
CARDIAC TABLE 500 nos
CRASH CART 60 nos

Difficult Airway Trolley-Bronchoscope and intubating 25 nos

DRESSING TROLLY 25 nos


Examination Table ( adjustable height ) 50 nos
Emergency & Drugs Trolley 50 nos
Equipment Trolley 50 nos
Fracture Table 1 nos
Foot steps 200 nos
INSTRUMENT TRAY SMALL Size : 340 x 250 x 70 mm.
Complete with all accessories as per detailed technical 200 nos
specification.
General
21 Hospital IV stand 500 nos
Furnitures LAB STOOL WITHOUT BACK REST (SS). Complete with all
50 nos
accessories
LED viewbox - 4*2ft. 100 nos
Mayo Stand nos

OPEN STORAGE RACK. Complete with all accessories 50 nos

Over bed table 150 nos


Oxygen Trolley 30 nos
Patient screen 150 nos
Patient stool 100 nos
Patient Trolley 50 nos
Nursing station 30 nos
As per
Roof/wall mounted single piece curtain to ensure privacy nos
requirement
Stretcher foldable 40 nos
Surgical Trolley 25 nos
Two Shelf Instrument Trolley Table 50 nos
Oxygen Trolley 50 nos
Wheel Chair 50 nos

Other Hospital Tables ( study ) As per


22 LS
Furniture Book/Register Shelf (large/Medium) requirement

51
Cupboard

CHANGE LOCKER -4 COMPARTMENT Complete with all


accessories as per detailed technical specification.

Cushioned regular Chair


Glass Locker/ Cabinet
Godrej (Big)
Iron Locker for staff
Medium Table
Office chair ( rotating )
OFFICE TABLE. Complete with all accessories as per detailed
technical specification.

PAPER DISPENCING TROLLEY. Complete with all accessories


as per detailed technical specification.

Pigeon Cupboard
Shoe rack
Sofa Set
soiled linen cart
STAFF CHAIR. Complete with all accessories as per detailed
technical specification.
Stainless steel small Table

STORAGE CUPBOARD. Complete with all accessories as per


detailed technical specification.

Storage rack

STORAGE RACK 5 SHELVES. Complete with all accessories as


per detailed technical specification.

Table
VISITORS CHAIR. Complete with all accessories as per
detailed technical specification.
Waiting Bench

Wooden Rack for shoes & Slippers (Big/Medium)

Equipment/ Particulars Qty Unit


Main Oxygen Manifold for 20 + 20 cylinders
Emergency Oxygen Manifold 10 + 10 cylinders
Fully automatic Oxygen control panel
Oxygen flow meter with humidifier bottle
Main Nitrous Oxide manifold for 6+6 cylinders

Emergency Nitrous Oxide Manifold 2+2 cylinders


Medical Gas
23 Pipeline Fully automatic N20 control panel complete set
System Main Carbon Dioxide Mnaifold 4+4 cylinders

Emergency Carbon Dioxide manifold 2+2 cylinders

Fully automatic Co2 control panel complete set


Medical triplex Air Compressor system
Electrical Conyrol panel for vaccum
Vaccum unit complete with regulator
copper pipeline
52
Isolation valve
Area Alrm panel
Gas Outlet with matching probes
Bed head panel
Anaesthesia Gas Scavenging system
High pressure tube
Low pressure tube

Computer Set with UPS, Printer, Scanner and other


24 Computer 50 nos
accessories along with software as necessary

Kitchen As per requirement under IPHS Guidelines for 500 Bedded As per
25
equipmens Hospital requirement
CMC of all All Medical Equipments, Machines, Elevators and plants should
26 machines and come with atleast 4 years CMC i.e. for 2nd, 3rd, 4th and 5th
Equipments year

53
ANNEXURE II

DECLARATION

FORM

I/We M/s. represented by its Proprietor

/ Managing Partner / Managing Director having its Registered Office at

do hereby declare that I/We have carefully read all the conditions of Tender No_________________
Dated______________ for supply of__________________________________

_________________invited by the Buildings & Housing Department, Gangtok and accepts

all conditions of Tender.

Signature of the Tenderer


Name in capital letters with Designation

54
ANNEXURE III

AFFIDAVIT

(NON-CONVICTION)

Format for Affidavit certifying that Entity / Promoter(s) /Director(s)/Partners of


Entity are not blacklisted

I, M/s. ........................................................................... (Name of the firm), having registered


office at …………………………………………………………………………………….. hereby certify and
confirm that we or any of our promoter(s) /director(s) are not barred by Buildings & Housing
Department, Govt. of Sikkim/ or any other entity of GoI or blacklisted by any state
government or central government / department / organization in India from participating
in Tender/s, either individually or as member of a Consortium as on the
…............................ (Last date of submission of tender).
We further confirm that we are aware that, our bid for the captioned tender would be liable for
rejection in case any material misrepresentation is made or discovered at any stage of the
Bidding Process or thereafter during the contract period.

Dated this ……………………..Day of …………………., 20…..

Name of the Applicant

……………………………………………

Signature of the Authorised Person

……………………………………………

Name of the Authorised Person

55
ANNEXURE IV

BANK GUARANTEE FORM


To
The Chief Engineer,
Buildings & Housing Department
Govt. of Sikkim.
Gangtok, Sikkim.

WHEREAS (Name and address of the supplier) (Hereinafter


called “the supplier”) has undertaken, in pursuance of Tender / Contract no dated
(herein after called “the contract”) to supply the Buildings & Housing
Department with…………… (description of goods and supplies).

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you
with a bank guarantee by a scheduled commercial bank recognised by you for the sum specified
therein as security for compliance with its obligations in accordance with the contract;

AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the
supplier, up to a total amount of (Amount of the guarantee in words and figures),
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 limits of (amount of
guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier before presenting
us with the demand.

We undertake to pay you any money so demanded notwithstanding any dispute or disputes raised
by the supplier(s) in any suit or proceeding pending before any Court or Tribunal relating thereto
our liability under these presents being absolute and unequivocal.

We agree that no change or addition to or other modification of the terms of the contract to be
performed there under or of any of the contract documents which may be made between you and
the supplier shall in any way release us from any liability under this guarantee and we hereby waive
notice of any such change, addition or modification.
No action, event, or condition that by any applicable law should operate to discharge us from
liability, hereunder shall have any effect and we hereby waive any right we may have to apply such
law, so that in all respects our liability hereunder shall be irrevocable and except as stated herein,
unconditional in all respects.
This guarantee will not be discharged due to the change in the constitution of the Bank or the
Supplier(s).

We, (indicate the name of bank) lastly undertake not


to revoke this guarantee during its currency except with the previous consent, in writing, of the
Buildings & Housing Deptt. Government of Sikkim.

This Guarantee will remain in force up to (Date). Unless a claim or a demand in writing is made
against the bank in terms of this guarantee on or before the expiry of (Date) all your rights in the
said guarantee shall be forfeited and we shall be relieved and discharged from all the liability there
under irrespective of whether the original guarantee is received by us or not.

(Signature with date of the authorised officer of the Bank)


………………………………………………………….
Name and designation of the officer ………………………………………………………….. Seal, name & address
of the Bank and address of the Branch
56
ANNEXURE V

AGREEMENT

THIS AGREEMENT made the…........... Day of …............. 20…..... Between ........ (Name and Address
of
Purchaser) represented by the Addl. Chief Engineer (Mech.) .......... (Hereinafter “the Purchaser”) of
one
part and …............. (Name and Address of Supplier) .................. (Hereinafter “the Supplier”)
represented
by ………………… (Name of the Authorized Signatory and Designation), Aged …….. years,
residing at
…..................... (Full Residential Address of the Signatory) of the other part:

WHEREAS the Purchaser has invited tenders for the supply of .......... (brief description
of goods and services vide tender no ………dated ……….The supplier has submitted
technical and price bids and the technical specifications / features / other quality
requirements as contained in the tender document. The Purchaser has finalized the tender
in favour of the Supplier for the supply of the said goods and services for a total cost of Rs
.......................................................................................................... (Contract Price in
Words and Figures) (hereinafter “the Contract Price”)
and issued Letter of Intent / Supply Order No. ………… Dated …………..

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 tender document referred to.
2. The following documents shall be deemed to form and be read and constructed as
part of this Agreement, viz.:
a. all the documents submitted by the tenderer as part of technical bid and price bid;
b. the Schedule of Requirements;
c. the Technical Specifications and other quality parameters;
d. the clarifications and amendments issued / received as part of the tender document
e. the General Conditions of Contract;
f. the Specific Conditions of Contract; and
g. the Purchaser‟s Letter of Intent
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 supply,
install and commission 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.

Delivery Schedule:
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)
(Signature, Name, Designation and Address with Office seal) in the presence of
...............................

1. (Signature, Name and Address of witness)


2. (Signature, Name and Address of witness)

57
ANNEXURE VI
SITE READINESS/CONSIGNMENT RECEIPT
FORM PURCHASE ORDER DETAILS

WHETHER THE PURCHASE ORDER RECEIVED AT INSTITUTION YES NO

EQPT CODE/ NAME OF THE EQUIPMENT: PURCHASE ORDER NO:

MAKE/MANUFACTURER: PURCHASE ORDER DATE:

MODEL/CAT NO: PURCHASE ORDER VALUE:

LOCATION/ DEPARTMENT: PROJECT NAME:


EQUIPMENTS DETAILS
WHWTHER EQUIPMENT DELIVERED AT INSTITUTION YES NO

DATE OF RECEIPT OF CONSIGNMENT


NO. OF BOXES RECEIVED
SITE READINESS DETAILS

IS THE SITE READY FOR INSTALLATION YES NO

REASON IF THE SITE IS NOT READY


/DETAILS OF SITE PREPARATION REQUIRED:

PROBABLE DATE OF INSTALLATION


SUPPLIERS CONTACT DETAILS

NAME OF THE SUPPLIER/REPRESENTATIVES


CONTACT NO
SIGN AND SEAL OF THE FIRM
INSTITUTION DETAILS
NAME OF THE INSTITUTION
NAME OF STORE INCHARGE WITH DATE AND SIGNATURE

NAME OF END USER AND DEPARTMENT WITH DATE AND


SIGNATURE

NAME OF MEDICAL OFFICER/ SUPERINTENDENT WITH DATE,


SIGNATURE AND SEAL

58
SITE READINESS / CONFIRMATION FORM
DATE:

HOSPITAL NAME: SUPPLIER NAME:

NAME OF THE EQUIPMENT: PURCHASE ORDER NO:

MAKE/MANUFACTURER: PURCHASE ORDER DATE:

MODEL NO: PURCHASE VALUE:

LOCATION/ DEPARTMENT: PROJECT NAME:

SITE DETAILS
COMPLETION OF CIVIL WORKS

ELECTRIFICATION DONE IN THE PROPOSED SITE

AVAILABILITY OF MAIN INPUT POWER CABLING


IN THE PROPOSED SITE
ENERGISATION OF REQUIRED POWER IN THE
PROPOSED SITE
DETAILS OF ELECTRICAL WORKS TO
BE DONE
AVAILABILITY OF TECHNICIAN
AVAILABILITY OF WATER
CONNECTION

SITE READY YES NO


PROBABLE DATE OF SITE READINESS
NAME OF THE SUPPLIER WITH
SIGNATURE AND DATE
NAME OF THE INSTITUTION WITH SIGNATURE
AND DATE

59
ANNEXURE VII

STICKER

NAME OF THE EQUIPMENT


MODEL NUMBER
PLACE OF INSTALLATION
DATE OF INSTALLATION
HELPLINE NUMBER

60
ANNEXURE VIII

POWER OF ATTORNEY
(On a Stamp Paper of relevant value)

I/We………………………………………………….(nameand address of the registered office) do hereby


constitute, appoint and authorise Sri/Smt
………………………………………..… (name and address) who is presently employed with us and holding
the position of As our attorney, to act and sign on my/our behalf to participate in the
tender no… for (Equipment Name).

I/ We hereby also undertake that I/we will be responsible for all action of
Sri/Smt.……………………………………….. undertaken by him/her during the tender process and thereafter
on award of the contract. His / her signature is attested below

Dated this the day of 20__


For

(Name, Designation and Address)

Accepted

(Signature)
(Name, Title and Address of the Attorney)
Date:

61
Annexure IX

AFFIDAVIT

(To be in Non-Judicial Stamp Paper)

1. I, the undersigned, do hereby certify that all the statements made in the required attachments are

true and correct.

2. The undersigned also hereby certifies that neither our firm M/s _______________has abandoned any

work in Sikkim/India nor any contract awarded to us for such works have been rescinded, during last

five years prior to the date of this bid.

3. The undersigned hereby authorize(s) and requests any bank, firm or corporation to furnish pertinent

information deemed necessary and requested by the department to verify this statement or regarding

my competence and general reputation.

4. The undersigned understand and agrees that further qualifying information may be requested, and

agrees to furnish any such information at the request of the Department/ Project implementing

agency.

___________________________________________

(Signed by an Authorized Officer of the Firm)

____________________________

Title of Officer

____________________________

Name of Firm

____________________________

DATE

62
Annexure X
Payment Schedule:
Project Title: Procurement of Medical Equipment, Fixtures & Furnishing for the Upcoming 500
Bedded District Hospital at Namchi in Sikkim

Sl. No. Milestone Payment Percentage Description/ Conditions


1. Payment upon Production of PI 60% Against submission of
valid Proforma Invoice
(PI)
2. Upon Completion of Installation 30% Upon successful delivery
and installation of all
items at site.
3. Upon Final Commissioning 10% After successful
commissioning of all
items and submission of
final inspection report &
commissioning
certificate.

63

You might also like