Open Tender Enquiry – (Two Bid System) - Employee's State
Transcript of Open Tender Enquiry – (Two Bid System) - Employee's State
Page 1 of 34
-
EMPLOYEES’ STATE INSURANCE CORPORATION HOSPITAL (Ministry of Labour and Employment, Government of India)
PLOT NO 41, SEC-3, IMT MANESAR, HARYANA-122050
Phone / Fax. 0124-2290189 Email: [email protected]
_____________________________________________________________________________________________________________________________ ____________
Tender no. 133 U-16/30/Med. Store-2013/1 Dated: 11.04.2013
Sub: Open Tender Enquiry – (Two Bid System): For supply of Medical Equipments &
Instruments.
(NOTE: The envelope containing the tender as well as subsequent communications should be
addressed and delivered to “The Medical Superintendent, ESIC Hospital, IMT Manesar, Dist. Gurgaon,
HARYANA, 122050”. All communications must be addressed to the officer named above by title only
and not by name.)
To:
____________________________
____________________________
Sir(s),
Sealed tenders are invited (under Two Bid System - “TECHNICAL BID” & “FINANCIAL BID”)
by post/per bearer from eligible and qualified tenderers for supply of following Medical equipments
and instruments for ESIC Hospital IMT Manesar, Haryana.
Sl. No. Item description Quantity EMD amt. ( in Rs.)
1 ENT OPERATING MICROSCOPE WITH ZOOM & 5 STEP
MAGNIFICATION CHANGER
1 30,000.00
2 SHAVER (DEBRIDER) CUM MICRO-DRILLING SYSTEM FOR ENT SURGERIES
1 32,000.00
3 FESS SET 1 37,000.00
4 SURGICAL VIDEO CAMERA SYSTEM 1 33,000.00
5 RIGID BRONCHOSCOPE SET FOR ADULT 1 30,000.00
6 PAEDITRIC BRONCHOSCOPE 1 25,000.00
7 BASIC ADULT LARYNGOSCOPY SET 1 15,000.00
8 MASTOID SURGERY SET 1 3,500.00
9 Tonsillectomy / Adenoidectomy Set 1 4,500.00
10 TYMPANOPLASTY SET 1 5,000.00
11 RHINOPLASTY SET 1 3,500.00
12 CALDWELL LUC OPERATION SET 1 2,000.00
Page 2 of 34
The “Tender Document” comprises of Compulsory Documents (Annexure I), General
Instructions for Tender (Annexure II) , the Special Instructions for Tender (Annexure III) which will
govern any contract made, the Tender Application Form (Annexure IV), Undertaking (Annexure V)
and the Schedule of contract / specifications of items (Annexure-VI). If you are in a position to quote
for the tender in accordance with the requirements stated in the attached schedule as per the terms and
conditions stated, please submit quotation to this office.
The tender document may be obtained from office of The Deputy Director (Gen.) in person by the
bonafide applicant or his authorized representative by applying in their letter head at a cost of
Rs.500.00 (Rupees Five Hundred Only). The “tender document” can also be downloaded from the web
site (www.esic.nic.in) and in such case the same may be signed and submitted as per the procedures
mentioned hereinafter along with the fee(s) for the “tender document” Rs 500.00 (Rupees Five
Hundred Only). All the payment may be made by Demand Draft; drawn in favor of ESI Fund A/c No.
1, payable at Manesar; Cheques will not be accepted.
Tenderers are requested that, before quoting their rates or sending tender, the tender forms may
please be read out thoroughly (line by line) so as to have a clear knowledge of the requirement
contained therein, otherwise purchaser will not be held responsible for any error / oversight of his own
and the penalties shall be levied for not complying with the requirements stated herein or supply of the
required item/services.
The form is a Standard Form of Tender. Certain clause / clauses may not be applicable in some
cases. So, Tenderers are requested to ignore such clause / clauses, which are not applicable in the
instant case.
The Tender forms containing Compulsory Documents (Annexure I), General Instructions for
Tender (Annexure II), the Special Instructions for Tender (Annexure III), the Tender Application Form
(Annexure IV), Undertaking (Annexure V) and the Schedule of contract / specifications of items
(Annexure-VI) should be returned in original along with the technical bid document, intact, after filling
up the same and duly signing in full with stamp, on each page, failing which the tender shall be liable
for rejection. In the event of the space on the Schedule of contract / specifications of items/proforma
being insufficient for the required purpose, additional pages may be added. Each such additional page
must be numbered consecutively, bearing the Tender Number and duly signed and stamped by the
tenderer. In such cases, reference to the additional pages must be made in the Tender Form. If any
modification of the schedule is considered necessary, the tenderer should communicate the same by
means of separate letter along with the Tender.
The Tender Document is non-transferable. It must be accompanied by EMD as mentioned against
each item. Tenders without EMD shall be rejected. While quoting for more than one item, the earnest
money mentioned against each quoted item is to be taken into consideration and added up while
submitting the earnest money / bid security. EMD should be in the form of Demand Draft; drawn in
favor of ESI Fund A/c No. 1, payable at Manesar; Cheques will not be accepted
Page 3 of 34
All prospective tenderers may attend the Pre Tender meeting. The venue, date and time indicated
in particulars below.
Acceptance by the purchaser shall be communicated in due course. The tenderer is requested that
the instructions contained in the said communication should be acted upon immediately as asked for.
PARTICULARS
Cost of each Tender Document Rs. 500.00 (Rupees Five Hundred Only)
Period for supply of Blank Tender Forms and
related documents at the Hospital on all Working
Days (Except Sundays and Holidays)
11.04.2013 to 01.05.2013 from 10.00 am to 3.00
pm ( except Saturday 10.00 am to 12.30 pm )
Pre Tender Meeting 18.04.2013
Last Date & Time of submission of completed
Tender Document in the Tender Box kept in the
Office of ESIC Hospital
02.05.2013 upto 1.00 pm
Date, Time & place of Opening of Technical Bid 02.05.2013 at 2.15 pm in Conference Hall, 4th
Floor, ESIC Hospital, IMT Manesar
Bid Security / Earnest Money to be deposited Amount of EMD to be deposited is, as mentioned
against each equipment / instrument in tender
document.
Performance security / Security Money to be
deposited
10 % of the Bill Value of individual equipment &
instrument to be purchased from the tenderer after
selection.
Page 4 of 34
The Medical Superintendent, ESIC Hospital, IMT Manesar does not pledge herself to accept the
lowest or any tender and reserves the right of accepting or rejecting the whole or any part of the tender
without assigning any reason thereof. Canvassing in any form by the tenderer or his representative with
any of the officials of ESIC Hospital shall render the tender liable to be rejected.
Yours sincerely,
MEDICAL SUPERINTENDENT
Enclosures:
1. Annexure – I (Compulsory Documents).
2. Annexure – II (General Instructions for Tender).
3. Annexure – III (Special Instructions for Tender).
4. Annexure – IV (Tender Application Form).
5. Annexure –V (Undertaking)
6. Annexure –VI (Schedule / specifications of items/equipment)
Page 5 of 34
ANNEXURE-I
To
The Medical Superintendent
ESIC Hospital, IMT Manesar
Gurgaon, HARYANA, 122050
COMPULSORY DOCUMENTS
[ Without which the offer is liable to be cancelled)
1. Tender Document Fee: Rs.___________ DD No.___________ dated__________
2. EMD Value: Rs.____________ DD No.____________ Dated______________
3. Valid Trade License Certificate: Valid upto________________
4. Warranty Certificate: At least for two years, submitted [Yes /No]
5. VAT / PAN/CST certificate: Submitted [Yes /No]
6. Mandatory CMC (where ever applicable) for five years Certificate along with rates for different
years : Submitted, [Yes /No]
7. Mandatory spare parts availability for five years Certificate: Submitted, [Yes/No.]
8. Original tender document signing all the pages: Submitted, [Yes/No.]
9. Name & Address of Service Centre in Gurgaon/ NCR: Submitted, [Yes/No.]
10. Copy of PAN/TAN Card: Submitted, [Yes/No.]
Date:- Signature of the tenderer:-
Place:- Full Name:-
Designation:-
(Office seal of the tenderer)
Page 6 of 34
ANNEXURE-II
GENERAL INSTRUCTIONS FOR TENDER
1. PREPARATION OF TENDER
a. The original Tender form containing the Instructions (General and Special) and the Schedule
should be returned in original after filling up the form and duly signing in full on each page with stamp,
whether the tenderer is quoting for any item or not, failing which the tender is liable to be rejected.
b. If any item in the schedule is not being tendered for, the corresponding space against the item
should be defaced by writing ‘not quoting’.
c. In the event of the space on the schedule form being insufficient for the required purpose,
additional pages may be added. Each such additional page must be numbered consecutively, bear the
Tender Number and be duly signed and stamped by the tenderer. In such cases, reference to the
additional pages must be made in the Tender Form.
d. The Tenderer shall, wherever call upon to do so, give full information with reference to the
services in hand and shall also permit the Medical Superintendent or any other officer nominated by
her to inspect the premises of the tenderer at all reasonable times and shall give full assistance and
information as may be required by her in connection with the contract.
2. SIGNING OF TENDER
a) The tender is liable to be rejected if complete information is not given therein or if the
particulars and date (if any) asked for in the tender are not duly & fully filled in. Particular attention
may be given to the dates of delivery, places of delivery and also to the particulars referred to in the
conditions of contract so as to comply with them.
b) Individuals signing tender or other documents connected with the contract must specify:
i) Whether signing as a ‘Sole Proprietor’ of the firm or his Attorney?
ii) Whether signing as a ‘Registered Active Partner’ of the firm or his Attorney?
iii) Whether signing for the firm ‘Per Procreation’?
In the case of companies and firms registered under the Indian Partnership Act, the capacity in
which signing e.g. Secretary, Manager, and Partner etc. or their attorney and produce copy of
documents, empowering him to do so, if called upon to do so.
NOTE: In case of unregistered firms, all the members or all Attorneys duly authorized by all of them or
the Manager of the firm should sign the tender and subsequent documents.
Page 7 of 34
3. PROCEDURE FOR SUBMISSION OF TENDERS / BIDS
I. The tender should be submitted in ‘TWO BID’ SYSTEM:-
i. TECHNICAL BID:
a. TECHNICAL BID should be submitted in one separate envelope, sealed and super
scribed with the wordings “TECHNICAL BID”.
b. The original copy of tender (Annexure – I to annexure - VI), duly completed and
signed on each page, should be submitted/returned back, enclosed along with the “TECHNICAL BID”.
c. The “Technical Bid” shall contain Earnest Money in the form of demand draft as
prescribed hereinbefore, and all the technical details & documents along with commercial terms and
conditions in support of the quoted equipment.
d. Prices / Costs of the items should not be indicated anywhere in the Technical Bid.
This should be followed meticulously, failing which the tender is liable to be cancelled.
ii. FINANCIAL BID
a. FINANCIAL BID for each ITEM is to be submitted in SEPARATE sealed envelopes,
super scribed with the wordings “FINANCIAL BID” and the “NAME OF THE ITEM”. All such
sealed envelopes of Price Bids for individual items are to be kept in a large sealed envelope, again
super scribed with the wordings “FINANCIAL BID”. This should be followed meticulously failing
which the tender is liable to be cancelled.
b. The ‘Financial Bid’ will contain item-wise price / cost for the items mentioned /
quoted in the technical bid.
II. The envelope containing demand draft (tender fee), the Technical Bid envelope and the
Financial Bid envelope, prepared as above, are to be kept in a larger single envelope super-scribed
with “Open Tender Enquiry – (Two Bid System): For supply of Medical Equipments &
Instruments” so as to give a double cover protection.
III. The outer cover should also be sealed and addressed to the Medical Superintendent in the
address mentioned hereinbefore.
IV. Tenders submitted without following the ‘Two Bid’ System procedure will be rejected.
4. LATEST HOUR FOR RECEIPT OF THE TENDER:
The tender must reach this office not later than the date and time notified in the TENDER
DOCUMENT. Any tender received after that shall be rejected. In the event of the stipulated date of
opening of the tender being declared a holiday for Govt. offices, the date of opening of the tender will
Page 8 of 34
be the next working day. Tender sent by hand delivery, should be delivered at this office not later than
the due date and time stipulated in the schedule of tender.
5. THIS TENDER DOCUMENT IS NON-TRANSFERABLE.
6. PERIOD FOR WHICH THE OFFER WILL REMAIN OPEN AND PERIOD OF VALIDITY:
i) All tenders should remain open for acceptance for a period of three months from the date of
opening of the tender.
ii) Quotations qualified by such vague and indefinite expressions such as ‘subject to immediate
acceptance’; ‘subject to prior sale’ etc. will not be considered.
7. BID SECURITY / EARNEST MONEY:
The tenderer shall have to deposit an earnest money equivalent to the amount as mentioned
against each of the equipment / instrument /item in annexure VI of the tender document with their
Technical Bid at the time of application, failing which the tender shall be rejected. While quoting for
more than one item, the earnest money mentioned against each quoted item are to be taken into
consideration and added up while submitting the earnest money / bid security and shall be paid in
single demand draft. The earnest money is to be paid by Demand Draft drawn in favor of ESI Fund A/c
No. 1, payable at Manesar.
NO CHEQUES OR CASH WILL BE ACCEPTED. In the event of the withdrawal / revocation
of tenders before the date specified for acceptance, the earnest money shall stand forfeited. Successful
tenderer’s earnest money will be returned without any interest, after receipt of performance security
from that tenderer. Earnest money furnished by all the unsuccessful tenderers shall be returned to them
without any interest whatsoever, at the earliest after expiry of the final tender validity period but not
later than 30 days after conclusion of the contract..
8. OPENING OF TENDER:
The purchaser will open the tenders at the specified date and time and at the specified place as
indicated in the TENDER DOCUMENT. In case the specified date of tender opening falls on / is
subsequently declared a holiday or closed day for the purchaser, the tenders will be opened at the
appointed time and place on the next working day.
Authorized representatives of the tenderers, who have submitted tenders on time may attend the
tender opening provided they bring with them letters of authority from the corresponding tenderers.
The TECHNICAL BIDS are to be opened in the first instance, at the prescribed time and date as
indicated in TENDER DOCUMENT. These Tenders shall be scrutinized and evaluated by the
competent committee/authority with reference to parameters prescribed in the TENDER DOCUMENT.
During the TECHNICAL BID opening, the tender opening official(s) will read the salient features of
the tenders like brief description of the goods offered, delivery period, Earnest Money Deposit and any
other special features of the tenders, as deemed fit by the tender opening official(s).
Page 9 of 34
Thereafter, in the second stage, the Financial Bid of only the technically acceptable offers shall be
opened at a later date which will be notified to such tenderers. The prices, special discount if any, of the
goods offered etc., as deemed fit by tender opening official(s) will be read out.
9. PRICES
i) Prices are to be quoted in Indian Rupees.
ii) Prices quoted in the Financial Bid must be meaningful and measurable in the context.
iii) The prices quoted must be per unit shown in the schedule inclusive of all packaging,
installation and delivery charges wherever applicable. Refunds on account of returnable package (if
any) are to be separately specified. Price must be clearly shown in figures and words. If there is
discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed
in words is related to an arithmetic error, in which case the amount in figures shall prevail.
iv) Tenderers should clearly specify whether prices quoted are inclusive of Sales Tax/ VAT /
duties / statutory charges or such charges as extra. Where no specific mention is made to Sales tax /
VAT/ or other duties, prices quoted shall be deemed to be inclusive of such taxes / charges.
v) The price quoted by the tenderer shall not be higher than the lowest price charged by the
tenderer for the goods of the same nature, class or description to a purchaser, domestic or foreign or to
any organization or department of Govt, of India.
vi) The ESIC Hospital, Manesar is not authorized to issue ‘C/D forms’.
10. NOTIFICATION OF AWARD
Before expiry of the tender validity period, the purchaser will notify the successful tenderer(s) in
writing, by registered / speed post or by fax/ telex/cable (to be confirmed by registered / speed post)
that its tender for goods & services, which have been selected by the purchaser, has been accepted, also
briefly indicating therein the essential details like description, specification and quantity of the goods &
services and corresponding prices accepted. The successful tenderer must furnish to the purchaser the
required performance security within twenty-one (21) days from the date of dispatch of this
notification, failing which the EMD will be forfeited and the award will be cancelled.
11. SECURITY DEPOSIT / PERFORMANCE SECURITY
On acceptance of the tender, within the period specified by the Medical Superintendent, the
successful tenderer / contractor shall deposit a sum equivalent to 10 % (Ten Percentages) of the Bill
Value, rounded off to the nearest Rupee, as security deposit, for due compliance & fulfillment of the
terms and conditions of the contract. This has to be in the form of a demand draft, drawn in any of the
nationalized bank, in favor of ESI Fund A/c No. 1, payable at Manesar.
NO CHEQUES WILL BE ACCEPTED for this purpose. On due performance and successful
completion of the contract in all respect including warranty period, the security money deposit shall be
Page 10 of 34
returned to the contractor without any interest on presentation of an absolute ‘No Demand Certificate’
in the prescribed form and upon return in good condition of any specifications, samples or other
property belonging to the purchaser, which may have been issued to the contractor. If the contractor
fails in fulfilling the terms and conditions mentioned here in different parts of this tender document,
such failure will constitute a breach of the contract and the Medical Superintendent shall be entitled to
make other arrangements at the risk and expense of the contractor. Also, non performance/
unsatisfactory performance or violation of terms and conditions of the contract will make the contractor
liable for forfeiture of security deposit. The decision of the Medical Superintendent shall be final and
binding on this count.
12. DELIVERY TERMS:
a. Time and date of delivery: The essence of contract: - The time for and the date of delivery of
the stores / date of execution of work as stipulated in the schedule shall be deemed to be the essence of
contract and delivery / execution must be completed, not later than the date(s) specified. The delivery
of the stores / execution of work / providing the services etc. are required within a period as specified
in the purchase order and as the place mentioned therein. Normally maximum 6 weeks time is allowed
from the date of issue of the purchase order for execution of the supply of the equipment / article.
However, the time allowed for execution of order shall be governed by the stipulated time mentioned
on the purchase order of Delivery of equipment / Items.
b. The tenderer shall deliver the stores/ execute the work at the destination / space defined to the
consignee / authority in good order (of which the Medical Superintendent, ESIC Hospital, IMT
Manesar shall be the sole judge) within the limits of the time as deemed reasonable and specify in such
quantities/qualities as may be ordered by her from time to time.
c. When a purchase order is placed to the successful tenderer, he shall have to acknowledge the
receipt of the said order within 10 (ten) days of the issue.
13. PAYMENT TERMS:
i) 100% Payment will be made only after supply, inspection, complete installation and
satisfactory demonstration of performance of the item / equipment / instrument (including supply of all
accessories) subject to deposition of a sum equivalent to 10 % (Ten Percentages) of the Bill Value as
mentioned under Security Deposit / Performance Security Clause mentioned above or submission of
Performance Bank Guarantee for 10% value of the order valid for the warranty period from any
Scheduled Bank or. Otherwise 90% payment will be released after installation & balance 10% payment
will be released after warranty period or against bank guarantee for the warranty period. No advance
payment before effecting supply as above either in part or in full of any kind, shall be made under any
circumstances.
ii) Payment shall be made through cheque or Electronic Clearing System. Normally, payment is
made within six weeks after satisfactory inspection, installation and performance of the item /
equipment / instrument subject to submission of appropriate and correct invoice, Challans and other
Page 11 of 34
documents as deemed fit.
iii) In case of cheque, the same may be dispatched through Registered Post.
14. OTHER TERMS
a) Responsibility for executing Contract: The contractor is to be entirely responsible for the
execution of the contract in all respects in accordance with the terms and conditions as specified in the
acceptance of tender.
b) The contractor shall not sublet, transfer or assign the contract or any part thereof without the
written permission of the Medical Superintendent. In the event of the contractor contravening this
condition, the Medical Superintendent shall be entitled to place the contract elsewhere on the
contractors account at his risk and the contractor shall be liable for any loss or damage, which the
Medical Superintendent, ESIC Hospital, IMT Manesar may sustain in consequence or arising out of
such replacing of the contract.
c) Recovery of sums due: Whenever any claim for the payment of a sum of money arises out of
or under this contract against the contractor, the purchaser shall be entitled to recover of such sum by
appropriating, in part or whole the security/earnest money deposited by the contractor, when the
balance or the total sum to be recoverable, as the case may be shall be deducted from any sum then due
or which at any time thereafter may become due to recoverable under this or any other contract with
the purchaser. Should this sum not be sufficient to cover the full amount recoverable, the contractor
shall pay to the purchaser on demand the remaining balance due.
d) Insolvency and breach of contract: The Medical Superintendent may at any time by notice in
writing summarily terminate the contract without compensation to the contractor in any of the
following events, that is to say:-
i) If the contractor being an individual or if firm, any partner in the contractor’s firm, shall at
any time be adjudged insolvent or shall have a receiving order or orders for administration of his estate
made against him or shall take any proceedings for liquidation or composition under any insolvency
not for the time being in force or shall make any convenience or assignment of his efforts or enter into
any arrangements or composition with his creditors or suspend payment of, if the firm be dissolved
under partnership act, or
ii) If the contractor being a company shall pass a resolution or the court shall make an order
for the liquidation of the affairs or a receiver or Manager on behalf of the debenture holder shall be
appointed or circumstances shall have arisen which entitled the court or debenture holders to appoint a
receiver or Manager.
iii) If the contractor commits any breach of this contract not herein specifically provided for:
Provided always that such determination shall not prejudice any right of action or remedy which shall
Page 12 of 34
have accrued or shall accrue thereafter to the purchaser and provided also that the contractor shall be
liable to pay the purchaser for any extra expenditure, he is thereby put to, but shall not be entitled to
any gain on repurchased.
e) Arbitration: In the event of any dispute or difference arising out of the terms and conditions
listed down in this tender, the same shall be referred to Arbitrator appointed by The Medical
superintendent. The procedure of the Arbitration will be governed by the provisions of Arbitration Act
1940 (as amended from time to time and rules framed there under).
f) Document: The tenderer should have a valid Trade licence, PAN / TAN / other statutory
document as applicable and produce attested copies of such certificates along with the tender papers in
Technical Bid, failing which the tender is liable to be rejected.
g) Right to accept / reject: The hospital authority reserves the right to reject any or all tenders
without assigning any reason whatsoever. Also, the hospital authority reserves the right to award any or
part or full contract to any successful agency at its discretion and this will be binding on the tenderer.
h) The quantity shown in the tender can be increased or decreased to any extent depending upon
the actual requirement.
i) Assistance to contractor: The contractor shall not be entitled to assistance either, in the
procurement of raw materials required for the fulfillment of the contract or in the securing of transport
facilities.
j) In case of failure to comply with the provisions of the terms and conditions mentioned, by the
agency that has been awarded the contract, the hospital authority reserves the right to award the
contract to the next higher tenderer or outside agency and the difference of price will be recovered
from the defaulter agency who has been awarded the initial contract and this will be binding on the
tenderer.
k) The Medical Superintendent, ESIC Hospital, IMT Manesar does not pledge herself to accept
the lowest or any tender and reserve to herself the right of accepting the whole or any part of the tender
or portion of the quantity offered and the tenderer shall supply the same / execute the work at the rate
quoted. The tenderer is at liberty to tender for the whole or any part.
l) Failure and Termination: If the contractor fails to deliver the stores or any installments thereof
within the period prescribed for such delivery in the contract or any time liquidation the contract before
the expiry of such period, the Medical Superintendent may without prejudice to her right to recover
damages for breach of the contract, be entitled at her option.
i. To recover from the contractor as agreed liquidated damages, and not by way of penalty, a
sum equivalent to 2% of the price of any stores which the contractor has failed to deliver within the
period fixed for delivery for the schedule for each month or part of the month during which the
delivery of such stores may be in arrears, where delivery thereof is accepted after expiry of the
aforesaid period, or
Page 13 of 34
ii. To purchase from elsewhere, without notice to the contractor, on his account and at the risk
of the contractor, the stores not delivered or stores of similar description (where stores exactly
complying with the particulars are not in the opinion of the Medical Superintendent, ESIC Hospital,
IMT Manesar readily procurable such opinion being final), without cancelling the delivery in respect of
the consignments not yet due for delivery, or
iii. To cancel the contract or a portion thereof, and if so decided to purchase or authorize to
purchase of stores not so delivered or other of a similar description (where stores exactly complying
with the particulars are not, in the opinion of the Medical Superintendent readily procurable, such
opinion being final) at the risk and cost of the contractor.
15. FORCE MAJEURE
a) Notwithstanding the provisions contained in Tender Document, the supplier shall not be liable
for imposition of any such sanction so long the delay and/or failure of the supplier in fulfilling
its obligations under the contract is the result of an event of Force Majeure.
b) For purposes of this clause, Force Majeure means an event beyond the control of the supplier
and not involving the supplier’s fault or negligence and 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 Purchaser/Consignee 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.
c) If a Force Majeure situation arises, the supplier shall promptly notify the Purchaser/Consignee
in writing of such conditions and the cause thereof within twenty-one days of occurrence of
such event. Unless otherwise directed by the Purchaser/Consignee in writing, the supplier 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.
d) 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.
e) In case due to a Force Majeure event the Purchaser/Consignee is unable to fulfill its contractual
commitment and responsibility, the Purchaser/Consignee will notify the supplier accordingly
and subsequent actions taken on similar lines described in above sub-paragraphs.
MEDICAL SUPERINTENDENT
Page 14 of 34
ANNEXURE-III
SPECIAL INSTRUCTIONS FOR TENDER
The following special conditions shall apply for supply of Equipments/ instruments at ESIC Hospital,
IMT Manesar.
A. INSPECTION / INSTALLATION OF ITEMS / EQUIPMENTS:
Supplies shall be accepted and work shall be certified as completed subject to satisfactory and
complete installation (up to full potentials claimed for that respective equipment/ Item) of the
equipment / items supplied including supply of all accessories, and certified by the assigned officer,
and subsequent inspection by Medical Superintendent, ESIC Hospital, IMT Manesar, or her assigned
representative. Any defect found in the materials / equipment / items supplied / work done will render
the supplies / work open to rejection and decision of the Medical Superintendent, ESIC Hospital &
IMT Manesar, shall be final and legally binding. The tenderers shall have to take the same (rejected
store) back at their own cost and risk, and shall replace such rejections with the items of standard
specifications / quality as acceptable to the Hospital Authority. Alternatively, the stores may be
purchased from others / work may be executed through others, at the risks and costs of the tenderer, at
the discretion of the authority.
B. WARRANTY / GUARANTEE:
Along with the Technical Bid, the following information is to be provided exclusively.
(i) All the equipments shall be carrying at least 2 (Two) years warranty / guarantee against
defects of manufacturer/workmanship and poor quality of components. Accordingly, the tenderers shall
indicate clearly and exhaustively the mandatory warranty / guarantee offered by them / by the
manufacturing / supplying firms, its duration, as well as the various Terms & Conditions involved
therein, at the time of submission of the Technical Bid papers.
(ii) The tenderer must be able to provide after sales service for the equipments quoted at least
for a period of five years. A declaration to such effect must be accompanied with the offer, in the
technical bid.
(iii) Uptime guarantee: During the warranty/guarantee / CMC period the firm will maintain the
equipment in good working condition. All the complaints will be attended by the firm within 24 hours
of the dispatch of a complaint to their office. The firm shall ensure that machine is set right within 7
days (Seven Days) of the intimation. However, the tenderer have to arrange similar equipment as a
standby at his cost and risk in case of breakdown. In case of the machine not being made functional
within 7 days (Seven Days), stiff Penalty equivalent to 2% of the cost of machine per week shall be
Page 15 of 34
levied for every week of delay at the discretion of the authority. In addition, the tenderer have to
arrange similar equipment as a standby as stated above.
(iv) A certificate about satisfactory performance of the equipment duly authenticated by other
existing users of the equipment has to be supplied.
C. SOFT WARE UPGRADATION:
Free up-gradation of software (all update & upgrades) at least for 5 years is to be provided
wherever applicable.
D. CERTIFICATES TO BE SUBMITTED ALONGWITH THE TECHNICAL BID:
The following written guarantee / declaration must be provided exclusively, without which the
quotation shall be liable for rejection.
1. The name, addresses, phone no, fax no, etc, of the authorized service centre in Gurgaon/
NCR for each of the specific equipment / Article / item quoted.
2. A certificate about satisfactory performance of the equipment duly authenticated by other
existing users of the equipment has to be supplied.
3. A declaration that the after sales service facilities as well as spare parts shall be made
available at least for five years for each of the specific equipment / Article quoted.
4. A declaration indicating willingness to provide CMC services at least for five years after the
expiry of the warranty for each of the specific equipment quoted. Accordingly, the tenderer must quote
prices for CMC, separately, for each year, for 5 years. The quotation for the cost of such CMC are to
be furnished along with cost of the equipment in the Price Bid. No such rate shall be mentioned in
Technical Bid.
5. A declaration that the specific equipment/article with the given specifications has not been
sold / supplied to any other organisation at a lesser price than the price quoted here for each of the
specific equipment quoted here.
E. SAMPLES / DEMONSTRATION
The firms should be prepared to demonstrate their item(s) / arrange for demonstration of items
within 3 (Three) weeks from the date of opening of tender for verification / inspection, etc., or at a later
date as decided by the competent authority. The firm shall have to comply with such conditions failing
which the tender shall be liable for rejection and forfeiture of the Earnest Money. The tenderer / firm /
Page 16 of 34
company shall arrange for demonstration of equipment / Item / article at his own cost and risk.
Tenderer who fails to demonstrate the equipments/ instruments quoted will not be considered for
selection.
F. DETAILS OF ITEMS QUOTED:
It is mandatory to indicate the full name, make / brand, model number, and details specification
of the equipments quoted by them, (in addition, a brochure of product information may be attached
along with). Tenderers also have to indicate clearly the Name, Address and all Contact numbers of the
MANUFACTURING FIRM and the firm responsible for providing AFTER SALES SERVICES of
the equipment quoted by them. The payment may be made by mode of ECS/RTGS directly into the
Bank Account of the Tenderer . Hence the Tenderer is requested to submit the mandate form duly filled
in and submit along with the bills.
MEDICAL SUPERINTENDENT
Page 17 of 34
ANNEXURE - IV
TENDER APPLICATION FORM
1. Name of the firm
2. a) Full Postal Address
b) Cell Phone No.
c) Telephone no.
d) Fax no.
e) E-mail address
3. Date of Establishment of Firm
4. If your Firm Registered under
a) The Indian Factories Act
b) Any other Act, if not, who are the
owners (Please give full address)
5. Name and Address of your Bankers stating
the name in which the Account stands
6. Whether insured against fire, theft,
burglary etc. If so, please state the amount
and name of company with policy no.
7. Total number of Employees:-
8. Are you in the list of approved contractors
of any other organizations / institutions, if
any give details (Append extra page if
necessary)
9. Give details of any Government contracts
executed during the last twelve months
(Append extra page if necessary)
10. Any other information which the tenderer
consider necessary to furnish
Page 18 of 34
ANNEXURE-V
UNDERTAKING
a) I, the undersigned certify that I have gone through the terms and conditions mentioned in the
tender document and undertake to comply with them.
b) The rates quoted by me are valid and binding upon me for the entire period of contract and it is
certified that the rates quoted are the lowest quoted for any other institution/ hospital in India.
c) The earnest money of Rs.______________________ to be deposited by me has been enclosed
herewith vide Demand Draft no._______________, dt.________________, drawn on bank
____________________________, Branch __________________________________.
d) I hereby undertake to supply the items as per directions given in the tender document / supply
order within stipulated period.
e) I give the rights to Medical superintendent to forfeit the earnest money deposited by me if any
delay occur on my/agent’s part or failed to supply the article within the appointed time or the
items of desired quality.
f) There is no vigilance/CBI case or court case pending against the firm.
g) I hereby certify that none of my relative(s) is/ are employed in ESIC as per details given in
tender document. In case at any stage, it is found that the information given by me is false/
incorrect. ESIC Hospital, Manesar shall have the absolute right to take any action as deemed
fit/ without any prior intimation to me.
Date:- Signature of the tenderer:-
Place:-
Full Name:-
Designation:-
(Office seal of the tenderer)
Page 19 of 34
ANNEXURE – VI
PLEASE QUOTE YOUR RATE AS PER THE GIVEN SPECIFICATIONS.
The amount of Earnest Money / Bid Security to be deposited for each of the item quoted is
mentioned against each serialized item below. The total amount of Earnest Money for all the quoted
items may be drawn in a single demand draft. However, in such case, the detail break up of earnest
money submitted for each item is to be furnished in a plain paper along with the demand draft.
1. ENT Operating Microscope with zoom & 5 steps Magnification
changer.
Focusing system – internal, manual, continuously adjustable from 200mm to 415mm,
Continuously adjustable via hand grip or foot control panel,
Working length -200mm to 415mm,
Magnification – manual Galilean 1:6 in 5 steps,
Optics – Apochromatic,
Main binocular tube – straight tube (0 degree) with 12.5 x or 10 x wide field eye pieces,
Main illumination and back up xenon lamp fast action changer,
Filters UV / IR,
Automatic lamp changer,
Stand – floor stand,
Voltage - 115V / 230V,
Frequency – 50 to 60 Hz,
Power consumption – 115V max 10A, 230V max 8A,
Automatic circuit breaker,
Accessories,
Stereo co observation tube,
Camera – suitable 3 chip CCTV camera,
UPS 1000VA 6Amp / 1500 10Amp,
Page 20 of 34
Desktop computer (branded) with 21” LCD medical grade monitor,
Intel C2D 2.66 GHZ - 2GB RAM - / 500 GB Hard disk DVD RW/n VIDIA 9300 GE,
512 MB dedicated Graphics / LAN /Card reader / 2.1 speaker / mic / In built TV,
Tunner card / Vista Home Premium / Multi Media key board / mouse wireless LAN / Desktop
trolley.
Dust cover, A set of sterlizable caps & Holding handle.
2. SHAVER (DEBRIDER) CUM MICRO-DRILLING SYSTEM FOR ENT SURGERIES
a.) CONTROL UNIT
Supply Voltage 230 V ac:900 m A/115 V ac:1.8A/100 V ac:2.0 A
Fuses 2 Fuses, 250 \/ac T 3.15 A
Motor Power Supply 2 quick connectors of the push-pull type /48 Vdc
Insulation Class I type B, Type B Device, As per EN 60601-1 The Control system is not suitable for use
in the presence of flammable gas
Protection Class IP 41 (protection against introduction of objects wider than 1 mm)
Dimensions (L X D X H) 370 X 270 X 115 mm (height with power source 485 mm)
Weight 4.6 Kg.
Peristaltic Pump Delivery of 30 to 120 ml/min, with hose of ID 2.4mm/OD 5.6mm adjustable by 10%
Steps, Stainless Steel Height 450 mm
b.) BUTTION MULTI-FUNCTION PEDAL
Watertightness IP X 8 in accordance with IEC 529
Dimensions 160 X 170 X 55 mm (L X D X H)
Weight 0.830 Kg.
c.) HANDPIECE ( DEBRIDER / SHAVER FUNCTION)
Type A direct current, sterilizable, brushless
Supply Voltage 0-48 V DC, 1.5 A max
Page 21 of 34
Power / Torque 45 W +/- 5% at 30,000 rpm/1.5Ncm
Oscillation rotation from 1 to 4.5 Hz, 2-6 Turns adjustable between each reversal of direction
Continuous rotation from 400 to 8,000 rpm max.
Co-efficient of use 60 sec. Within interruption of 30 Sec at full power
Dimension Diameter 18 mm, Length 140 mm
Weight 185 gm without cable
Motor Cable Push – Pull type, stainless steel nut, black color, Length 3 Mtr
Sterilization Motor and cable sterilizable in autoclave at 1350C (277
0F)
BLADES FOR MICRO DEBRIDER :
Straight Blades ; Double Serrated Sizes 3mm, 3.5mm, 4.mm L-10CM- 3 No. each
Smooth Shaver Blade 3mm, 3.5mm, 4mm L -10CM 3 No. each
Curved Blades: 15 degree angled Double Serrated Concave, 4mm dia L-10CM 3 No. each
15 degree angled Double Serrated Convex , 4mm dia L-10CM 3 No. each
40 degree angled Double Serrated Concave, 4mm dia L-10CM 3 No. each
40 degree angled Double Serrated Convex, 4mm dia L-10CM 3 No. each
15 degree angled DCR blade 3.1 mm dia L-10CM 3 No. each
60 degree angled Sinus Cylindrical blade, 4mm dia L-12CM 3 No. each
d.) MICROMOTOR (DRILL FUNCTION)
Type A direct current, sterlisable, brushless, self - ventilated
Supply Voltage 0-48V DC, 8 A max
Power / Torque 70 W +/- 5% at 30,000 rpm and 24Vdc /4 Ncm
Continuous rotation from 4,000 to 80,000 rpm +/- 5%
Coefficient of use 120 sec. With in interruption of 30 Sec at full power
Coupling As per ISO 3964
Dimension Diameter 21 mm, Length 100 mm, as per ISO 3964
Weight 120 gm without cable
Motor Cable Push – Pull type, stainless steel nut, black color, Length 3 Mtr
Sterilization Motor and cable sterlisable in autoclave at 1350C (277
0F)
Page 22 of 34
e.) HAND PIECES for Microdrill:
Autoclavable - Hand piece for Micro motor
Straight hand piece 1:1 ratio. Suitable for 70 mm bur. (with provision of Irrigation Tube)
Straight Sleek hand piece 1:1 ratio. Suitable for 70 mm bur. (with provision of Irrigation Tube)
Angled hand piece 1:1 ratio. Suitable for 70 mm bur. (with provision of Irrigation Tube)
Angled hand piece 1:1 ratio. Suitable for 95 mm bur .( with provision of Irrigation Tube)
Angled hand piece 1:1 ratio. Suitable for 120 mm bur .( with provision of Irrigation Tube)
Skeeter Micro Handpieces
f.) Miscellaneous Items:
Set of 10 tubings for Irrigation.
Oil Spray with Nozzle for lubrication of motor & hand piece.
A set of ( assorted sizes-10 ) tungsten Cutting & Diamond burs
3. FESS SET
0 degree, 4mm, 18cm wide angle straight forward telescope, fiber optic light cable
incorporated, autoclavable
30 degree, 4mm, 18cm wide angle straight forward telescope, fiber optic light cable
incorporated, autoclavable
45 degree, 4mm 18cm wide angle straight forward telescope, fiber optic light cable
incorporated, autoclavable
70 degree, 4mm, 18cm wide angle straight forward telescope, fiber optic light cable
incorporated, autoclavable
0 degree, 2.7mm, 18cm straight forward telescope, fiber optic light cable incorporated,
autoclavable
Compatible handle for above telescopes,
Page 23 of 34
Septum needle, angular, with luer- lock
Sickle knife, pointed, 19cm long,
Freer elevator should be double ended, semi sharp and blunt, 20cm long,
Small size oblong shaped Antrum curette, straight, 19cm
KUHN Bolger sinus curette 90deg and 55 deg curved (One Each)
Antrum curette forward cutting small size, 19cm length
Double ended maxillary sinus ostium seeker, ball shaped ends diameter 1.2 and 2mm, length
19cm
Cottle elevator double ended, semi sharp and blunt, graduated, length 20cm
Conical suction tube should be malleable, with finger grip plate, luer-lock, Outer diameter
2.5cm, working length 13cm
Suction tube, with mandrel and cut-off hole, with distance marking 5-9cm, 9Fr., working
length 10cm
V. Eicken antrum cannula, luer-lock, long curved, malleable, outer diameter 3mm & 2.5mm,
length 12.5cm (One Each)
OD V Eicken antrum cannula, Luer-lock, with cut-off hole, short curved, outer diameter
3mm & 4 mm, length 12.5cm (One Each)
Bipolar coagulation forceps, insulated, angular, blunt, with integrated suction channel, with
cut-off hole, length 19cm, to be supplied with Bipolar High frequency cord
Stammberger Bioplar Suction forceps, 15 deg upturned, with suction channel, working length
12.5cm, to be supplied with Bipolar High frequency cord
Stamberger Antrum punch for Left & Right side downward and forward cutting, working
length 10cm (One Each)
Struycken Rhinoforce nasal cutting forceps, working length 13cm
Stammberger Rhinoforce Antrum Punch, right and left side backward cutting, working length
10cm (One each)
Page 24 of 34
Stammberger suction punch with inbuilt suction channel, Upward curved and straight, size 1
(One Each)
Heuwiszer Antrum grasping forceps for maxillary sinus, jaws curved to right, fixed jaw curved
90 deg, opening 120 deg, movable jaw backward, length 10cm
Blakesley Rhinoforce nasal forceps, straight with working length 13cm
Blakesley-wilde Rhinoforce nasal forceps, Upturned 45deg & 90deg with working length 13cm
(One Each)
Rhinoforce nasal scissors, Straight, working length 13cm
Giraffe forceps 65deg upturn, cup jaws diameter 3mm with horizontal & vertical opening,
length 12cm (One Each)
Biopsy & Grasping forceps, vertical opening, malleable sheath end, cupped jaws diameter
4mm, working length 18cm
Stammberger Punch, circular cutting circular punch, dia 4.5mm, working length 18cm
Stammberger Punch, 65 deg upturned, circular cutting, dia 3.5mm, length 17cm
Ultra stop antifog solution, 25ml, pipette bottle (5 bottles)
4. SURGICAL VIDEO CAMERA SYSTEM
a) High Definition Surgical Video Camera System
CCD 1/3 X 3
Should give full HD output of 1920 x 1080 progressive
Should have 3 buttons on camera head for 6 programmable functions such as
white balane, Enhancement etc.
Should have both digital zoom and optical zoom
Camera head should be soakable for sterilization
Camera head should be made of metal for better life
Detachable C- mount for use of different couplers such as beam splitter, zoom
coupler, use on surgical operating microscopes
Should have provision to change the output format from 1080p to 720p to suit
to different monitors
Facility to invert or flip the image for allowing surgeon to operate from
opposite side of camera
Page 25 of 34
Facility to select different light source such as LED, Xenon, Halogen for
optimum colors on all
Facility to operate LED Light source from camera
Minimum 15 step digital enhancer
Window, Gain, Anti- moiré filter
Key board connectivity for entering patients data
Should have following digital outputs- DVI-D, HD-SDI, RGB, RS232,
COMPOSITE, SVIDEO
Should have a provision to connect foot switch to freeze image
Should be able to memorize different settings for different surgeries
b) FULL HD LCD MONITOR
Size of monitor should not be less than 24”
Monitor should have full HD- 1920 X 1080 resolution or more
Should have DVI input
Should have other inputs like RGB, COMPOSITE, S-VIDEO etc.
All other on screen menu adjustments like gamma, color, contrast, brightness
etc should be provided
Front screen of monitor should splash proof
Should have protective toughened glass
Double sided anti reflection coating on front glass
All exterior surfaces should be wipable using disinfectants
Should have metal housing for sturdiness
Back light illumination should be LED
Passive maintenance free cooling without Fan for better hygiene in OT
Picture in picture facility
Full glass front for easy cleaning
c) LED LIGHT SOURCE
Should have temperature approx. 6000 deg K
Should have intensity indicator
Should have sensor to turn off light on removing FO cable from light source
Should have automatic mode to control intensity based on video input
Should have a lamp life of more than 25000 hours
Should have electronic iris
Should have low noise level
d) FIBEROPTIC CABLE - 4.8mm DIAMETER, 230 cm LONG, METAL BRAIDED,
AUTOCLAVABLE, SHOULD HAVE FIBERS TO WITHSTAND HIGH TEMPERATURE
AND PROVIDE HIGH TRANSMISSION
Page 26 of 34
e) High Definition Medical Video Recorder Capable of Recording video and still images.
Records to USB flash drive, USB hard drive, or internal hard drive*high
definition(1080) and standard definition
It should be able to Record to USB flash drive, USB hard drive, or internal hard
drive*
It should have Control Buttons -Sealed membrane, fluid resistant , Display 2 1/2”
LCD (for video confirmation only);
It should have Video Input - DVI, HD SDI, S-Video, Composite
(RGB via adapter) DVI (RGB, VGA via adapter
This should have Video Formats ( selectable) H.264 / MPEG4 (1080, 720, NTSC,
PAL)
This should have Still Image Format : JPG, BMP
It should have Networking ports : RJ45 10/100/1000 Ethernet
This should have minimum Hard Disk Drive : Internal hard drive, capacity 320GB
It should have removable storage : USB flash drive or USB hard drive (optional)
It should have Connecting Ports : USB 2.0, high speed, 1 front connector, 2 rear
connectors (all should be powered)
This should have Standard 3.5mm mini jacks -2 no. (one for photos, one for
videos)
Remote control via Foot switch
Its Dimensions : should not more than Size: 240 x 211 x 63mm / 9.5 x 8.3 x 2.5” &
Weight: 1.8kg / 3lb 15oz
It should be operable at Power Supply : AC 100-240V 50/60Hz 25W
3-prong AC jack
It should Consist of : Main Capture Unit
USB flash drive
Power cable
Video cables
User guide
f.) Accessories: Equipment Trolley with 5 adjustable cells mounted on 4 Rolling castors, can
be locally provided.
*All Equipments should be CE certified.
Camera, Light Source ,Fiber optic cabe,& Monitor should be from same manufracturer for
better compatibility.
Adaptable to an operating microscope, bronchoscopes and endoscopes (branded), by
means of special quick adapter.
Camera head fully soakable for disinfection.
Camera head dust cover.
Page 27 of 34
5. RIGID BRONCHOSCOPE SET FOR ADULT
Straight Forward Telescope 0°, diameter 4.5 mm, length 50 cm, autoclavable. Fiber optic light transmission incorporated
One
Bronchoscope Tube Universal, without distal fiber optic light carrier, for use with proximally insertable prismatic light deflector and plugs length 43 cm, size 8.5
One
Bronchoscope Tube Universal, without distal fiber optic light carrier, for use with proximally insertable prismatic light deflector and plugs length 43 cm, size 7.5
One
Bronchoscope Tube Universal, without distal fiberoptic light carrier, for use with proximally insertable prismatic light deflector and plugs length 43 cm, size 6.5
One
Prismatic Light Deflector, autoclavable, with connection fiber optic light cable. One
Glass Window Plug One
Rubber Telescope Guide One
Adaptor with sliding glass window plug, sealing cap, notched lens and keyhole opening, movable, for use with Full Lumen Tracheoscopes and Bronchoscopes
One
Injection Cannula, for positive pressure assisted ventilation system, O.D. 3.5 mm for use with bronchoscopes and tracheoscopes with LUER-lock
One
Instrument Guide, for suction catheter One
Adaptor from bronchoscope to respirator One
Optical Bronchoscopic Forceps, circular cup, alligator for hard foreign bodies One
Optical Bronchoscopic Forceps, for peanut and soft foreign, With spring- action handle One
Optical Bronchoscopic Forceps, round cupped jaws for Biopsy, cup diameter 3.3mm One
Optical Bronchoscopic Forceps, Universal for biopsy, for removing foreign bodies and denatured tissue
One
Rigid Suction Tube, diameter 4mm, working length 50 cm One
Rigid Suction Tube, diameter 2.5mm, working length 50 cm One
Light source with universal adapter fitting with fiberoptic cable 4.8 mm diameter with length not less than 225 cm, metal braided, autoclavable. Should have fused fibers to withstand high temperature and provide high transmission
One
Page 28 of 34
6. PEDIATRIC BRONCHOSCOPE
Bronchoscope, length 30 cm, size 6 One Bronchoscope, length 30 cm, size 4.5 One Bronchoscope, length 30 cm, size 3 One Straight Forward Tele- scope 0°, Diameter 2.9 mm, working length 36 cm auto- clavable. Fiber optic light, transmission incorporated
One
Optical Alligator Forceps for Pediatric Broncho-Esophagoscopes, for use with telescope forced controlled handle for removal of hard foreign bodies
One
Optical Forceps for Pediatric Broncho-Esophagoscoes, with bean jaes, for use with telescope forced controlled handle for removal of peanuts and soft foreign bodies
One
Optical Forceps, for use with telescope for biopsy One Optical Pediatric Scissors, for use with telescope and Broncho-Esophagoscopes One Optical Forceps for use with telescope Universal, biopsy and grasping. One Prismatic Light Deflector, Autoclavable, Connection to fiber light cable One Glass window Plug One Rubber Telescope Guide for use with Telescopes or optical forceps One Adaptor with sliding glass window plug, sealing cap, notched lens and keyhole opening, movable.
One
Adaptor from bronchoscope to respirator One Instrument guide, for suction catheter One Injection Cannula for positive assisted ventilation system ,O.D. 3.5 mm, with LUER-lock One Suction tube, straight, with rubber tip, diameter 2mm Working length 35cm One Cotton Applicator, working length 35cm One Sponge Holder, spring handle, working length 35cm One Light source with universal adapter fitting with fiberoptic cable 4.8 mm diameter with length not less than 225 cm, metal braided, autoclavable. Should have fused fibers to withstand high temperature and provide high transmission
One
Page 29 of 34
7. Basic Adult Laryngoscopy Set (for Direct Laryngoscopy/ MLS ):
Kliensasser operating laryngoscope, large, length approx. 17cm,
Operating laryngoscope, medium, length approx. 17cm (most commonly used),
Operating laryngoscope, small, length approx. 17cm (It is should be suitable for difficult
anatomical circumstances),
Fiber optic light carrier, for all above laryngoscopes,
Laryngoscope holder and support(self – retaining type), Gottingen model, rod with metal
ring, diameter 9cm, length approx. 30-35cm,
Teeth protector, it should be made up of silicon and should be autoclavable,
Needle holder, it should be with ratchet, working length approx. 23cm,
Laryngeal biopsy forceps, it should be heavy, approx. size 3x4mm, working length should be
23cm,
Scissors, straight, working length should be approx.23cm,
Alligator forceps, serrated, straight working length approx. 23cm,
Scissors, it should be angled 45 deg, curved to right, curved to left, working length approx.
23cm (One each),
Cutting forceps, straight, curved to upward, curved to left, curved to right, with approx.
2mm cupped jaws, working length approx. 23cm (one each),
Hook, blunt and sharp, with probe button, working length approx. 23cm(one each),
Knot tier, working length approx. 23cm,
Needle, curved to left, curved to right, working length approx. 23cm(one each),
Laryngeal knife, sickle – shaped, golf club – shaped, and oval straight, working length
approx. 23cm,
Handle for above instruments,
Suction Elevator, working length approx. 23cm,
Suction tube, outer diameter should be around 2.5mm,
Injection needle, Luer-Lock, Straight,
Suction and Coagulation Tube, it should be insulated, outer diameter around 3mm,
Unipolar high frequency cord, with 5mm plug, length 250 – 300cm.
Light source - Xenon with double outlet with universal adapter fitting with fiberoptic cable 4.8 mm
diameter with length not less than 225 cm, metal braided, autoclavable. Should have fused fibers to
withstand high temperature and provide high transmission
Page 30 of 34
8. MASTOID SURGERY SET:
MOLLISONS’ self retaining type post aural mastoid retractor – set of 3,
Periosteum elevator, Farabeuf – straight-1, curved-1, Freer’s – 1,
Mallet – 1,
Hartmann aural forceps – 1,
Tilley aural forceps – 1,
Artery forceps (Titanium)– Mosquitos, straight-6,curved -6, Medium( straight & curved)
each-2, Large(straight & curved) each -2,
Lempert nibbling forceps, straight-1, curved -1,
Lempart endaural speculum (small, medium, large), each-1,
Lempart mastoid suction tubes (SIZES 7,9,10,12,14 FR), each -1,
Lempart mastoid curette(sizes-2,3,4,5,6mm) each – 1,
Brad Parker(BP) Handle No. 3 & 4, each -1,
Needle Holder, Stainless steel-1, Tungsten carbide – 1,
Ossicle holding clamp – 1,
Adson forceps(Plain-5”), SS-1, TC-1, T-1,
Adson foceps(1x2 tooth-5”), SS-1, TC-1, T-1,
Tuning fork(Hartmann), 256, 512, 1024 each -1,
Aural speculum(ROSEN) set of 4,
Aural speculum slotted(ROSEN) set of 4,
Siegle pneumatic speculum set of 3,
Jobson horne probe – 1,
CHISEL (JANSEN) 140mm,( 2,3,4,6,8,10mm) each – 1,
OSTEOTOME (JANSEN) 140mm, (2,3,4,6,8,10mm) each – 1,
GAUGE (JENKINS) 140mm, (2,3,4,6,8,10mm) each – 1,
House Graft press forceps – 1,
Towel clips – 4,
Sponge holder – 2,
Page 31 of 34
9. Tonsillectomy / Adenoidectomy Set:
BOYLE DAVIS Mouth gag with 4 tongue plates - Adult -1, Child – 1,
BOYLE DAVIS Mouth gag with 3 tongue plate - Child – 1,
DRAFIN BIPOD Stand with plates – 1 set,
JENNINGS Mouth gag – 1,
DOUGHTY SLOTED MOUTH gag with 4 tongue plates – 1,
Tongue depressors set of 3,
Negus tonsil artery forceps – Half curved – 2, Full curved – 2,
BIRKETT Tonsil artery forceps – Straight -1, Curved -1,
METZENBAUN Scissors (Tungsten Carbide), - Straight – 1, Curved -1,
Denis browne tonsil holding forceps – 2,
Colver Tonsil holding forceps – 1,
Tonsil Needle holder (T.C.) -2,
EVE’s Tonsil snare -2, (with wire)
Tonsil Pillar Retractor & Dissector – 2,
Tonsil Knife – 1,
Yankauer’s Tonsil suction tube – 1,
BACKMANN Adenoid curette – 8mm, 10mm, 12mm, 14mm, each -1,
ST. CLAIR THOMPSON Adenoid curette with cage – 8mm, 10mm, 12mm, 14mm, each -1,
WAUGH TONSIL Dissection forceps plain -1, tooth -1,
Tongue holding forceps – 2,
Towel clips – 6,
Sponge holder -2,
LUC’S Forceps, small, medium, large (one each),
Tongue Tie Probe – 1,
10. TYMPANOPLASTY SET:
MOLLISON ‘s self retaining type post aural mastoid retractor – set of 3,
Periosteum elevators – Farabeuf, straight – 1, curved – 1, Freers’ type – 1,
Mastoid Gauge ( Jenkins) – 2mm, 3mm, 4mm, 6mm, 8mm, 10mm, each – 1,
Hammer / Mallet – 1,
Aural forceps, Hartmann – 1, Tilley – 1,
Brad Parker (BP) Handle No. 3 & 4, each – 1,
Lempert Nibbling Forceps, Straight – 1, Curved – 1,
Page 32 of 34
Lempert Endaural Speculum (small, medium, large)each -1,
Ossicle Holding Clamp – 1,
Fine granulation tissue forceps – 1,
Mastoid Suction Tubes –metallic, (Lempert) sizes (7,9,10,12,14FR) each – 1,
Ferguson suction tubes all sizes(7,9,10,12,14FR) each 1,
Barron suction tube sizes(3,5,7 FR),
Mastoid curette (Lempert) - 2mm, 4mm, 5mm, 6mm, each- 1,
Graft press (Houses) forceps – 1,
Lake Seeker – 1,
Scissors – Fine (T.C.) Straight – 1, Curved – 1,
Micro Aural Crocodile Forceps (TC)Serrated, Fine Straight – 2, Fine Upward – 2,
Micro Aural Cup Forceps(TC), Fine Straight – 1, Fine Upward – 1,
Micro Aural Scissors(TC), Fine Straight – 1, Fine Upward – 1,
Micro Aural Polypus Forceps(TC) – 1,
Needles (WULLESTEIN)(Titanium) Straight Sharp(S.S.) – 2,Slight Curved Sharp(S.S.) – 2,
Curette (House) double ended – 1,
Sickle Knife (Titanium) – 3mm, 5mm, 7mm, each -1,
Elevator (ROSEN) ( Titanium)– 1,
First Incision knife (Titanium) – 1,
Circular cutting knife 60degree (T.) – 1,
Circular cutting knife curved (T) – 1,
Circular cutting knife with whole (T) – 1,
Adson Forceps plain 5’’(TC) – 1, 1X2Tooth- 5’’(TC) – 1,
Needle holder (TC) – 1,
Artery forceps – Mosquitos(Titanium) straight-6, curved-6, Medium(straight & curved) –
each 3, Large(straight & curved) – each 3,
Aural Speculum(ROSEN) Set of – 4,
a. Jobson horne probes – 2, b. Foreign Body removing – 1,
Towel clips – 4, & Sponge holders– 2,
Micro Instruments Tray ( For forceps & micro points with silicon mat) – 1,
Page 33 of 34
11. RHINOPLASTY SET
KILLIANS Nasal Speculum (self retaining type) -5cm, 6.5cm, 7.5cm, 9cm, each – 1,
KILLIANS Nasal Speculum with fiber optic light 7.5cm, - 1,
ST. Clair Thomson Nasal Speculum Set of 3,
Thudichum Nasal Speculum Set of 3,
Cottle Retractor blunt – 2,
Skin hook (Gillies) TITANIUM – 2,
ALAR Retractor – 2,
FREER’s Elevator – 1,
TILLEY LICHTWITZ Antral Trocar & cannula – 1,
FOMAN Angular Scissors (TC) – 1,
Nasal Polypus Forceps (WATSON WILLIAMS) – 1,
Nasal Biopsy Punch Forceps – 1,
Nasal Gouges – 2mm, 4mm, 6mm, 8mm, each – 1,
Nasal Suction Tubes – 5FR, 8FR, 10FR, each – 1,
ABBEY SUBMUCOSAL RESECTION NEEDLE – 1,
Walsham Septum straightening forceps, right and left (one each),
ASH Septum forceps – 1.
Towel clips – 4,
Sponge holder – 2,
LUC Nasal Turbinate forceps oval shape – small, medium, larg(each one).
12. CALDWELL LUC OPERATION SET
Mallet – 1,
Gauge sizes – 2mm,3mm, 4mm, 6mm, 8mm, each – 1,
Antrum curette (19cm) – Forward cutting – 1, Backward cutting – 1,
Antrum curette (19cm) - Oval double curved – 1,
Antrum punch backward cutting working length13mm (T.C.) , up – 1, down – 1,
Through cutting punch , straight – 1, up 45deg – 1,
Trocar and canula – 1,
Page 34 of 34
Micro Fine needle holder (T.C.) 6”-1,8”- 1,
Biopsy punch forceps ( T.C.) – 1,
ST. CLAIR THOMSON Nasal Speculum Set of 3,
Thudicum Nasal Speculum Set of 3,
Tounge holding Forceps – 1,
LANGEN BECK Retractor , Small- 2, Medium – 2,
LUC’s Forceps , Small -1, Medium – 1, Large – 1,