Tender Document for Medical Equipments, Surgical items ... · Tender Document for Medical...

119
SIGNATURE & STAMP OF TENDERER 1 GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking) Tender Document for Medical Equipments, Surgical items, Hospital Furniture & Other Miscellaneous Products

Transcript of Tender Document for Medical Equipments, Surgical items ... · Tender Document for Medical...

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED

(A Government of Gujarat Undertaking)

Tender Document for

Medical Equipments, Surgical items,

Hospital Furniture & Other Miscellaneous

Products

SIGNATURE & STAMP OF TENDERER

2

TENDER BRIEF

Supply of Medical Equipments, Surgical items, Hospital Furniture & Other Miscellaneous items on rate contract and Quantity basis as mentioned in the tender details section from reputed manufacturers / direct importers or subsidiary of original foreign manufacturer are invited online (internet)

INSTRUCTION TO BIDDERS FOR ONLINE TENDER PARTICIPATION

[1] All tender documents can be downloaded free from the website https://GMSCL.nprocure.com

[2] All bids should be submitted online from the website https://GMSCL.nprocure.com

[3] All bids should be digitally signed, for details regarding digital signature certificate and related training involved the below mentioned address should be contacted

(n)Code solutions A division of GNFC 301, GNFC Infotower, Bodakdev, Ahmedabad- 380 054 ( India )

Tel : +91 79 26857316/17/18, Fax: +91 79 26857321. www.ncodesolutions.com

[4] The user can get a copy of instructions to online participation from the website https://GMSCL.nprocure.com

[5] The suppliers should register on the website though the “New Supplier” link provided at the home page, the registration on the site should not be taken as registration or empanelment or any other form of registration with the tendering authority

[6] The application for training and issue of digital signature certificates should be made at least 72 hours in advance to the due date and time of tender submission.

[7] For all queries regarding use of digital signature certificate should be addressed to personnel in M/s (n) Code Solutions.

[8] For all queries regarding tender specifications and any other clauses included in tender document should be addressed to personnel in tendering office address provided below

CONTACT DETAILS

Managing Director, Gujarat Medical Services Corporation Limited,Regd. Office: Block No. “14”, Ist Floor, Dr. Jivraj Mehta Bhavan, Sector No. 10, Gandhinagar-382 010. Tel: 079-232-50767. 50766, 57696 Fax: 079-23257586

KEY DATES

Duration of Downloading Tender Document (On Line) : 09/03/2016 to 29/03/2016 upto 15.55 hrs.

Due date and Time of Submission (On Line) : 29/03/2016 16.00 hrs.

Date and Time of Technical bid Opening (On Line) : 31/03/2016 12.30 hrs.

Envelopes containing the “Technical Supporting Documents”, inclusive of the “Document Fee”, “EMD Fee” to be submitted physically on or before 30/03/2016 12.00 hrs. at the below mentioned address:

VENUE:

https://GMSCL.nprocure.com Managing Director, Gujarat Medical Services Corporation Ltd., Regd. Office: Block No. “14”, Ist Floor, Dr. Jivraj Mehta Bhavan, Sector No. 10, Gandhinagar-382 010

SIGNATURE & STAMP OF TENDERER

3

II. GENERAL TERMS AND CONDITIONS

[1] The tenderer should invariably submit his tender in three sealed covers separately namely [1] Tender Fee, [2] E.M.D. covers [3] Technical Supporting Documents Cover

[2] Tender Fee and EMD COVER

(a) Payment should be made by DD Only, payable at Gandhinagar at any Nationalized / schedule bank.

(b) Payment should be made in favour of “Gujarat Medical Services Corporation Ltd." Gandhinagar, Gujarat, India.

(c) Payment made toward tender fee will not be refunded

(d) Non-payment of the tender fee will make the tenderer liable for disqualifications.

(e) Payment made towards EMD will not be refunded unless bid is accepted.

(f) Non- payment of the EMD will make the tenderer liable for disqualifications.

(g) Wrong/ Fraudulent data submission may lead to disqualification / debar. Please ensure that you furnish correct data.

[3] Those tenderers who are exempted for payment of Tender Fee and EMD must enclosed necessary documents like SSI Registration [Gujarat State] alongwith NSIC/DGS&D/CSPO Registration.

"The bidder belonging to SSI (Small, Tiny and Cottage Industry as per GR No. SPO/1095/2636(97)-CH dated 23/9/1997 issued by Industries & Mines Department, Govt. of Gujarat and as may be amended from time to time) category desirous of availing benefits of price preference / price matching as well as EMD, Tender fee Exemption and other such benefits being SSI as per Government of Gujarat Policy, shall have to submit certified / notarized copy of their valid Small Scale Industry Registration as well as submit certificate from Practicing Chartered Accountant or Practicing company Secretary that the unit / bidder still continues to be Small Scale, Tiny/ Cottage Industry as on last date of submission of bid, along with latest audited annual balance sheet and investment in plant and machinery to be certified by the same professional".

[4] Those firms registered under small scale industries of Gujarat State and holding subsequent registration with CSPO/NSIC for the item under tender will be eligible for exemption from payment of Tender Fee and EMD on submission of attested copies of their SSI & CSPO/NSIC/DGS&D registration certificates in namely [1] Tender Fee & [2] EMD cover. Participants not covered under this category shall have to pay Tender Fee and EMD compulsorily as prescribed, failing which the tender will be treated as rejected at the time of opening of Bid in such cases. Technical Bid as well as Commercial Bid will be ignored. Any basic document with regards to Tender Fee and EMD will not be acceptable after closing time of tender.

[5] Technical Bid Submission

(a) The envelope should be marked as "Technical Supporting Documents". It should be noted that no physical submission of technical bid and financial bid should be done.

(b) If the suppliers fail to submit the supporting documents offline within time limit, the bidder is entitled for immediate disqualification.

(c) The bids should be submitted on or before the time stipulated in Tender notice at the website https://GMSCL.nprocure.com

(d) The technical supporting documents in physical form may be submitted at the following address:

Managing Directorate of Gujarat Medical Services Corporation Ltd., Regd. Office: Block

No. “14”, Ist Floor, Dr. Jivraj Mehta Bhavan,Sector No. 10, Gandhinagar-382 010, Tel:- 079-

232-50767. 50766, 57696, Fax:- 079-23257586

[6] Commercial Bid Submission

(a) The commercial bid submission should be done on the website only

SIGNATURE & STAMP OF TENDERER

4

https://GMSCL.nprocure.com

(b) The bids should be submitted on or before the time stipulated in tender notice at the

website https://GMSCL.nprocure.com

[7] No tender will be accepted after prescribed closing time for submission of the same. The

delay will not be condoned for any reason whatsoever including postal/transit delay.

However, if the last date of submission of tenders is declared as a holiday by the

Government, the last date of submission of tenders will be extended to the next working

day.

[8] The tenderer should read this document very carefully and comply with the instructions /

terms / conditions therein. Any tender which does not confirm with the instruction /

terms / conditions therein is liable to be rejected without any reference.

TECHNICAL & COMMERCIAL OFFERS IN PARTS I & II

[9] (i) No modification should be done by the tenderer in the name of item, and in the

specifications / grade / quality / packing of the item given in the enquiry document. In

Part-I (Technical Bid) all information asked / required including specification available in

offered models should be mentioned clearly. Additional specifications / features if any

available in the offered models shall be provided in additional sheet. In Part-II, the rates,

with break up shown in the formats provided with the tender documents to be quoted. For

INDIGENOUS ARTICLES rates to be quoted in prescribed format of Commercial Bid Part-II

(A) and for IMPORTED ARTICLES rates to be quoted in prescribed format of Commercial Bid

Part-II (B). Nothing else should be written or filled in either Part I/II.

(ii) As per Govt.’s prevailing purchase policy, a order / price preference shall be available to

Gujarat based SSI / TINY / COTTAGE Industries registered for quoted items subject to

providing required documents like respective registration certificate issued by concerned

authority. For this purpose, a guide lines given by the Govt. of Gujarat, Industries and

Mines Dept., resolution No.SPO/1095/2636 (97)/CH dated 23/09/1997 amended from time

to time will be followed. In such a case the decision of Purchase Committee shall be final

and implemented forthwith.

10% price preference as well as 5% Quality based price selection shall be given to Gujarat

base unit having SSI & CSPO/NSIC/DGS&D registration certificates.

Quality based price selection shall be given to the goods having mark given by the I.S.I./

I.S.O./Quality mark or any other mark given by the Central or State Government to or by

the institutions authorized by the Central/State Government to maintain the quality of

goods without any time limit.

While considering price selection as above, price selection for more than 15% shall not be

admissible.

[10] The rates should be quoted in Part-II (A or B as applicable) should be F.O.R. delivery with

installation per unit basis mentioned in the enquiry document and should be

comprehensive incorporating the cost of the instrument / equipment and accessories

required as part of the equipment and shown as such in the enquiry document. In case any

item is required as an essential accessory for operating the equipment, it must be

mentioned clearly in Part-I and its rates must be included in the rates for the equipment in

Part-II. If not mention of such essential accessories is made in Part-I or if its rates are not

shown in Part-II, it will be presumed that the cost of essential accessories is included in

Part-II and no separate payment for the same will be made thereafter under any

circumstances. If any accessory is demanded as mandatory in the tender enquiry, under no

SIGNATURE & STAMP OF TENDERER

5

circumstances it should be shown as an optional accessory and quoted separately. The

price of the product offered must include the accessories required for operation of the

instrument and no separate payment will be made even if such an accessory is not included

in the quotation. Only those accessories which are specifically recommended by the

manufacturer of the instrument / equipment should be offered as part of the equipment

and under no circumstances a cheaper variety of an accessory not approved /

recommended by the manufacturer should be offered.

[11] The rates shown in Part-II (Commercial Bid) shall be presumed, in all cases, as the net price

inclusive of all duties and sundries. No payment against any duty / delivery charges etc.

will be considered under any separate heading under any circumstances. Octroi exemption

certificate / C.S.T. / VAT as applicable for, as application will be provided by the consignees,

on such request from the tenderer, after the order has been placed by this office

subsequent to acceptance of the tender / quotation.

P A R T –I: GENERAL

[12] IN NO CASE, RATES SHOULD BE QUOTED IN ANYWHERE EXCEPT ONLINE IN PART-II I.E.

COMMERCIAL BID.

[13] (i) The detailed required specifications of the equipment to be purchased are shown in

Technical Bid. The tenderer should either confirm whether the items offered are

conforming to these specifications clearly OR specifications available in offer product

should shown against each specification along with name of manufacturers, Brand / Model

only in the format provided in technical bid. Please note that tenderer should not write 'As

per Literature enclosed'. In such a case, offer shall not be considered. Offers with minor

deviation in non-critical specification shall be considered subject to overall acceptability of

products in terms of its utility, but offer which does not comply to critical specifications

shall not be considered.

(ii) The Tenderer should have to arranged demonstration of equipment offered as and when

desired at their expense failing which tender shall liable to be ignored. In case where

samples are required to be submitted, it should be kept ready and submitted as and when

demanded in duly sealed pack superscribed with details of tender enquiry No, due Date,

Name and address of tenderer, make/Model etc. failing which offer shall liable to be

rejected. In case the tender value of Rs. 50.00lac and above, it will be mandatory to have

demonstration. If the equipment is not installed anywhere in the State of Gujarat and the

tenderer requests on arranging for the demonstration in other state of India, The Managing

Director shall have the authority to decide on demonstration considering opinion of the

experts.

(iii) No conditional offer/ quotation will be accepted. Quotations with errors will be, rejected.

No variation in the terms and conditions of the tender, including major deviation from

standards / specifications / terms of supply will be accepted.

(iv) If during Technical scrutiny, it comes to the notice of experts' committee that the literature

submitted by the bidders does not reflect one or more parameters sought in specifications,

the committee shall resort to following course of action:

(1) The bidder would have to demonstrate the said product before the expert

committee including each and every aspect of specifications and particularly the

specifications sought which are not reflected in literature. The said

demonstration would be videographed. A Soft copy of the said videography

should be sealed and signed by the expert committee and submitted to GMSCL

SIGNATURE & STAMP OF TENDERER

6

along with TS/Demo report. The cost of such videography would be borne by the

bidder.

(2) The bidder would have to submit undertaking in form of affidavit that quoted

product contain specifications sought in totality and all parameters of

specifications would be available in the quoted model to be supplied, if his

product will be accepted.

(3) Failing above, the Technical Scrutiny committee can reject the said bid.

[14] The quoted rates will be valid for six months from the date of opening of technical bid.

Rates once quoted will be final and will not be allowed to be increased during the validity

period under any circumstances and for any reason whatsoever.

[15] The legible and certified copies of the following Technical supporting documents MUST be

submitted physically.

(a) Manufacturing license (P.M.T. SSI No. / Industrial license / I.S.I. Certificate / Factory

Inspectors license) / Product permission. {if applicable}/ Registration certificate with

C.S.P.O./ S.S.I./K.V.I.C./N.S.I.C./D.G.S.&D {which ever is applicable}

(b) Copy of the Partnership deed (if manufacturer) / Memorandum of Articles {whichever is

applicable}.

(c) I.S.O. certificate along with the declaration of manufacture of the item in the location

certified by I.S.O. in the prescribed format {I.S.O. Certificate & Declaration is mandatory if

asked in Technical Specification}.

(d) Original Product literature / Photograph mentioning all technical specifications & service

Manual if the unit price exceeds Rs.10,000/-

(e) I.S.I. Certificate (mandatory if asked in Technical Specification).

(f) Higher / Lower price certificate.

(g) Valid Tax clearance certificate or returns of last 4 quarters.

(h) Names & addresses of actual users of the equipment / item quoted.

(i) List of essential accessories required to operate the equipment {if any}.

(j) Chartered Accountant’s certificate in original for showing year wise production and sales

for quoted product for last three financial years preceding of opening of technical bid.

{Please refer Con. No.15(j) & 17 (iii)}.

(k) Turnover Certificate: Bidder firm has to submit Turnover certificate of CA for last three

years (i.e. 2012-13, 2013-14, 2014-15). {Please see Con. No.66}.

(l) (i) Certified / notarized copy of valid Small Scale Industry Registration. Pl. see

Condition No.(3)

(ii) Certified / notarized copy of Certificate from Practicing Chartered Accountant or

Practicing

company Secretary that the unit / bidder still continues to be Small Scale, Tiny/

Cottage Industry as on last date of submission of bid.

(iii) Certified / notarized copy of latest audited annual balance sheet and investment in

plant and

machinery to be certified by the same professional.

CERTIFICATE / DOCUMENTS MENTIONED IN {L - ii & iii} SHOULD BE SUBMITTED SAME

PROFESSIONAL.

(m) ALL XEROX COPIES MUST BE SUBMITTED DULY CERTIFIED TRUE COPY / NOTORISED.

[16] The enclosures shown at {c}-(declaration part), and {f} above MUST be in the prescribed

format attached in Part-I. If these certificates are submitted but in a format different than

SIGNATURE & STAMP OF TENDERER

7

that prescribed in Part-I, they are liable to be rejected without further reference. Those

shown at {a}, {b}, {c}-{certificate part}, {e}, {g} and {j} above should be in the format

prescribed by the authorities competent to issue these certificate.

[17] (i) The Tender should be submitted only by manufactures. However, their authorized dealer

shall allow delivery of stores. Submission of tender / billing by authorized distributor /

dealer will not be considered.

(ii) (a) If manufacture is not available for imported component (equipment – materials)

then the authorized representative or dealer shall be allowed to quote the tender.

But such authorized representative or dealer should be a regular supplier of quoted

product of that manufacturer for last two years preceding the date of Technical

Bid. AND also the authority letter should be submitted by manufacture or its

subsidiary company duly filled in prescribed format (As per Page No.30) with

tender documents otherwise tender will be ignored.

(aa) In connection with above (a), in cases where authorized distributor / dealer

participates in the tender following additional terms will be applicable and its

supporting documents must be submitted;

1 Notarized copy of the agreement between manufacturer and bidder authorizing the

bidder to be the authorized distributor of the manufacturer.

2 Notarized copies of at least 3 supply orders and satisfaction reports from the users

for any of the product of the manufacturer company (whose product has been

quoted) supplied by the bidder during past 3 years.

3 Notarized authorisation from the manufacturer that the bidder is authorized to

provide after sales services and spare parts / consumable support for the entire

duration of the contract including Warranty and CMC of the product.

4 Notarized certificate from manufacturer that its subsidiary company is not

participating directly in any tender across the country.

(b) In case when the authority letter is submitted by subsidiary company of their

foreign manufacturer, the subsidiary company will have to submit affidavit that

they are not participating in the tendering process with other institute directly.

(c) Such subsidiary company will have to produce documents that they are 100%

subsidiary company of their foreign manufacture whose items / instrument is

quoted.

(iii) The manufactures quoting items should have experience of manufacturing and selling of

quoted products for three financial years preceding the date of opening of technical bid.

For this purpose, they have to submit Chartered Accountant’s certificate in original showing

year wise production and sales for quoted product for last three years.

(iv) In case where item is required with ISI Mark, manufacturing and selling experience of

product having ISI mark will only be considered. But, in such a case, certified copies of

licences to use ISI mark for last one year as well as latest and valid licence are to be

submitted with tender. The licence should be valid during the period of rate contract. It

will be the sole responsibility of R.C. Holder to ensure that necessary certificate and

permission must be valid till the expiry of the Rate Contract.

[18] In no case the certificate should be dated earlier than one year {unless otherwise specified}

and should be in force and valid on the last date of the submission of the tender / signing of

the agreement {as the case may be}. In case, the certificates / licenses / permission are

outdated or the validity period is over, the proof of applying for renewal should also be

SIGNATURE & STAMP OF TENDERER

8

attached. Such certificates will be considered if the renewal has been applied for within

the time limit prescribed for the renewal of that permission / license / certificate under the

relevant rules and further if such application for renewal is not specifically rejected by the

competent authorities. In case any certificate is still awaited from the competent

authority, the proof of making the application should also be attached which will be

considered if the application is not specifically rejected by the competent authorities.

[19] The tenderer must satisfy that they are in possession of the requisite permissions / licenses

/ permits required for the supply of the items for which the offer is made. FAILURE TO

ENTER INTO CONTRACT IF SELECTED OR TO EXECUTE THE PURCHASE ORDERS AFTER

ENTERING INTO CONTRACT FOR WANT OF PERMISSION / LICENSE OR DUE TO NON-

SYUPPLY OF CERTIFICATES / DOCUMENTS WILL BE VIEWED SERIOUSLY AND WILL INVITE

FORFEITURE OF E.M.D. / RISK PURCHASE / DISQUALIFICATION FOR APPROPRIATE PERIOD

WITHOUT ANY FURTHER REFERENCE.

[20] THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS AND SAMPLE

ETC. WITH THE TENDER. NO COMPLIANCE WILL BE ACCEPTED AND CONSIDERED AFTER

DUE DATE I.E. OPENING OF TECHNICAL BID.

[21] The on-line Technical bid, sealed cover of physical documents and on-line Commercial bid

of the tenders will be opened online / physical on the date, time & venue specified in

tender notice. Tenderer or his authorized representative or dealer has the liberty to be

present at that time.

[22] (a) In the first instance, only "technical bid" will be opened online on the date of opening the

tender and taken into consideration for finalization. Subsequently, the "commercial bid"

will be opened online only of those tenderers whose quotations satisfy the technical

requirement of the indenter and are otherwise acceptable. The date of opening of

commercial bid will be intimated to the qualified bidder.

(b) Back out from tender at any interim level during tender processing : Once the tenders are

submitted it will be the responsibility of the tenderer not to escape halfway directly or

indirectly by way of raising any problems.

[23] (a) The technical scrutiny of the items will be carried out by a committee of experts nominated

by the Managing Director which may also include demonstration / sample testing and the

report of the scrutiny committee shall be final and binding upon the tenderer, however

Managing Director, G.M.S.C.L. Gandhinagar reserves the right to undertake re-technical

scrutiny and re-demonstration of the equipment as and when required as per the merits of

the case as per Board of Director's resolution dtd. 11th February, 2014.

(b) In case there is a discrepancy in the claim made by the tenderer and the specifications

shown in the product literature / circuit diagram / photograph, reliance will be placed on

the specifications shown in the product literature / circuit diagram photograph, ignoring

the claim of the tenderer. Any change or alteration in the product literature / circuit

diagram/ photograph must be authenticated by the manufacturer and an affidavit from

the manufacturer for supplying the item as altered or changed should also be submitted

failing which such changes / alterations will be ignored.

EARNEST MONEY DEPOSIT

[24] All tenders must be accompanied by Earnest Money Deposit as specified in the schedule

otherwise tender will be ignored.

[25] (a) The E.M.D. is payable by all tenderers except Govt. of Gujarat undertaking / Corporations

duly exempted by Govt. of Gujarat and manufacturers belongs to Gujarat State and having

SIGNATURE & STAMP OF TENDERER

9

valid SSI / TINY / COTTAGE registration alongwith NSIC/CSPO/DGS & D registration for item

under tender enquiry. For getting exemption from paying EMD, tenderers have to furnish

valid and certified documents alongwith tender. Otherwise tender will be rejected.

(b) EMD should be paid in form of Demand Draft in favour of Gujarat Medical Services

Corporation Limited, Gandhinagar drawn on any bank in Gandhinagar OR irrevocable Bank

Guarantee issued by Nationalized Bank including the Public Sector Bank/ Private Sector

Banks authorized by RBI to undertake State Government Business /Commercial

Bank/Regional Rural Bank of Gujarat/ Co-operative Bank of Gujarat mentioned in G.R.No.

EMD/10/2014/570/DMO, dated 01/04/2015 of Finance Department, Govt. of Gujarat as

amended from time to time will be followed. The Demand Draft should be issued by

above bank only, after date of advertisement of tender enquiry. Bank Guarantee will be

accepted in case where amount of EMD exceeds Rs.5000/- B.G. should be valid up to 6 (Six)

months from the date of its issuance. E.M.D. in any other forms will not be accepted.

[26] The E.M.D. / Security Deposit shall liable to be forfeited in the following circumstance

when the:

(a) tender is rejected due to failure to supply the requisite documents in the proper format or

giving any misleading statement or submission of false affidavit or fabricated documents.

(b) party fails to sign the agreement for entering into contract in case the offer is accepted

due to any reason whatsoever

(c) party fails to supply the goods / items as per the orders placed by either this organization

or by direct demanding officers within the delivery period so stipulated.

(d) party fails to replace the goods declared to be not of standard quality or not conforming to

acceptable standards or found to be decayed / spoilt before the date of expiry or to refund

the cost of such goods.

ACCEPTANCE OF TENDER

[27] The tender is liable for rejection due to any of the reasons mentioned below:

(1) Non-Submission of tender within stipulated time online.

(2) Submission of tender without Tender Fee.

(3) Tender is unsigned OR not initialed on each page or with unauthenticated corrections.

(4) Submission of tender documents in unsealed envelop.

(5) Tender not submitted in separate envelopes as per conditions and the envelopes are not

superscribed with details of the tender enquiry and part enclosed.

(6) Non-payment of Earnest Money Deposit {if not exempted.}

(7) Non-submission of required documents as shown in para 15 above.

(8) Conditional and / or vague offers

(9) Unsatisfactory past performance of the tenderer.

(10) Rates have been shown elsewhere than Part-II except Condition No. 54 (v).

(11) Items with major changes / deviations in the specifications / standard / grade / packing /

quality are offered in Part-I. (Please see condition No.13 (i)).

(12) Offering a cheaper accessory not approved / recommended by the manufacturer.

(13) Offering an accessory as optional even though it is required to operate the instrument.

(14) Submission of misleading / contradictory / false statement or information and fabricated /

invalid documents.

(15) Tenders not filled up properly.

(16) Non-submission of notarized authority letter in prescribed format for imported

SIGNATURE & STAMP OF TENDERER

10

components and supporting document as per Condition No. 17 (aa)

(17) Non-submission of IEC Certificate for imported items.

(18) Non-submission of C.A. Certificate in case of Indian manufacturer.

(19) Non-submission of CMC Rates in prescribed format (in Commercial Bid).

(20) Non -submission of Turnover Certificate (pl. see Condition No. 15(k) & 66).

(21) (i) Non submission of Certified / notarized copy of valid Small Scale Industry

Registration. Pl. see Condition No. (3)

(ii) Non submission of Certified / notarized copy of Certificate from Practicing Chartered

Accountant or Practicing company Secretary that the unit / bidder still continues to

be Small Scale, Tiny/ Cottage Industry as on last date of submission of bid.

(iii) Non submission of Certified / notarized copy of latest audited annual balance sheet

and investment in plant and machinery.

NON SUBMISSION OF CERTIFICATE / DOCUMENTS MENTIONED IN SR.NO.{21} –( ii & iii)

FROM SAME PROFESSIONAL.

[28] Any conditional discount given by the bidder such as discount applicable on total order

value, minimum order value on certain group of items etc. will not be considered for

evaluation purpose. However, for ordering purpose, such discount shall be considered.

[29] Discount offered after price bid opening shall also be not considered for evaluation.

However in a case tenderer happens to be selected bidder (without considering discount)

such discount shall be considered while placing the order.

[30] The consolidated rates will be taken in to account for preparing price statement. However,

the tender which found technically acceptable as well as lowest in terms of evaluated rates

only be considered for placing the order but, order will be placed at quoted or mutually

agreed price.

[31] The Managing Director may seek any clarification / explanation / documentary evidence

related to offer at any stage from tenderers if required. However any clarification /

explanation or documentary evidence leads to implication on quoted price shall be

considered only for placing the order but not for price evaluation.

[32] (i) Managing Director, G.M.S.C.L. Gandhinagar reserves the right to consider or reject any or

all tenders or close the tender enquiry without assigning any reason at any time at any

stage.

(ii) Main / Parallel / Substitute R.C. for procurement of stores will be fixed as per G.R. No.MSP-

102004-3342-Z, Dtd.06-11-2003. & 04/10/2006 of Health & Family Welfare Dept.,

Gandhinagar.

[33] The Managing Director, G.M.S.C.L. Gandhinagar does not pledge himself to accept the

lowest or any tender and also reserves the right to accept the whole or any part of the

tender against any item at his discretion. The tender will be accepted if Managing Director,

G.M.S.C.L., is satisfied about the production, sale, quoted price technical details, utility of

products and past performances of tenderer.

[34] Successful tenderers have to pay security deposit as specified by the organization in the

agreement letter in the form of Treasury Challan Deposit under revenue deposit / Demand

Draft in the name of Gujarat Medical Services Corporation Ltd., Gandhinagar drawn on

any bank in Gandhinagar / irrevocable bank guarantee issued by Nationalized Bank

including the Public Sector Bank / Private Sector Banks authorized by RBI to undertake

State Government Business / Commercial Bank / Regional Rural Bank of Gujarat / Co-

operative Bank of Gujarat mentioned in G.R.No. EMD/10/2014/570/DMO, dated

SIGNATURE & STAMP OF TENDERER

11

01/04/2015 of Finance Department, Govt. of Gujarat as amended from time to time will

be followed. Bank Guarantee valid for a period not less than warranty period required at

the time of entering into agreement for the performance of the contract and same to be

extended by contractor as and when desired by GMSCL. Failure to pay security deposit and

to execute the agreement within stipulated period shall invite disqualification of the

tenderer for future quotations apart from forfeiture of E.M.D. and being liable for penalty

as deemed fit by Managing Director in relation to the tender under process. Security

deposit is payable by all the parties except by the undertakings and corporations of the

government of Gujarat which are exempted by Government. The security deposits

submitted in connection with the earlier contracts and which are locked with those

contracts and which have not been released till date will not be considered and fresh

security deposit separately for each item, must be submitted in such cases. The security

deposit shall be refunded only after satisfactory execution of the contract and recovery of

dues, if any. Moreover, "Bank Guarantee valid for a period not less than warranty and

CMC period combined is required at the time of entering into agreement for the

performance of the contract and same to be extended by contractor as and when desired

by GMSCL".

[35] Successful tenderers have to enter into agreement for due performance of the contract.

The agreement form sent by this corporation should be stamped with the adhesive stamp

for the requisite amount, and signed before any Gazetted Officer of this corporation or

before a I Class Magistrate or Justice of peace or Notary Public.

[36] The Accepted Tender (A.T.) holder / Rate Contract (R.C.) holder should supply the,

equipments / items in fresh and sound condition meeting with the specification and

packing approved by the Managing Director. Refurbished or second-hand equipment /

stores will not be allowed under any circumstances. If such case is noticed, than the store

will be rejected outrightly and penal action will be taken against the A.T./R.C. holder. All

supply orders issued by the indenting officers on or before the last date of the currency of

the R.C. will have to be accepted by the R.C. holder and the delivery for all such orders will

have to be effected as per the schedule specified in the order, even though the date of

actual supply may fall beyond the last date of the R.C.

TERMS OF SUPPLY:

[37] The packing and the labels of all the items to be supplied under the order shall be marked

with the words ‘FOR THE USE OF GOVT. OF GUJARAT – NOT FOR SALE’. If the items are

packed in packets which are then placed or repacked within a box / carton / bottle / foil,

these words swill be printed/marked on both the internal / external packs and labels. The

retail price must not be printed or shown anywhere, either on external or internal pack /

box / carton / foil.

[38] The A.T./R.C. holder should have to supply the material in the Original Company’s packing

which shall indicate packing details and other particulars as required under the statutory

provisions. Inner and outer packing of boxes / cartons should be of standard design as

prescribed by the Managing Director from time to time. The final packing of cartons of

corrugated boxes shall be complying with ISS 9313 : 1979 of November, 1980. Corrugated

boxes having double wall 5 ply with maximum combined length 1275 mm or triple wall 7

ply with maximum combined length 1275 mm or triple wall 7 ply with maximum combined

length 1525 mm shall contain maximum gross contents 15 kg. & 20 kg. respectively. A

packing slip of 10" x 8" shall indicate clearly and legibly the name of the product, batch

SIGNATURE & STAMP OF TENDERER

12

number, quantity, date of manufacture, date of expiry gross & net weight, and consignee’s

name & address and other particulars as required.

[39] In the event of breakages or loss of stores during transit against requisition order the said

quantity will have to be replaced by the A.T. / R.C. holder. The purchaser will not pay

separately for transit insurance and the supplier will be responsible for the stores as soon

as possible, but not later than 15 days from the date of arrival of stores at destinations

notify the A.T. / R.C. holder of any loss or damages to the stores that might / should have

occurred during the transit.

[40] Inspection: Inspection shall normally be carried out in the premises of the consignee. If

goods are offered for inspection in the factory premises all expenditure shall be borne by

the A.T. / R.C. holder. The entire store ordered shall have to be offered for inspection in

open condition if required and the same shall be repacked in presence of inspecting team.

All packing should be sealed and signed by inspecting authority and sent to the consignee

without any extra cost within three days from the date of receipt of inspection note.

Inspection charges, including the expenses for the experts, will be payable by the party as

prescribed in the letter of agreement and as determined by the Purchase Committee from

time to time.

[41] No guarantee can be given as to the minimum quantity which will be drawn against the

Rate Contract but the contractor will supply such quantities as may be ordered by Direct

Demanding Officers or by this corporation during the currency of the contract, from time to

time.

[42] Delivery Period: (i) For Items quoted in Indian Rupees: The maximum delivery period will

be six weeks from the date of receipt of the A.T. in case of ordinary purchases and two

weeks in case of the emergency purchase. (ii) For Items not quoted in Indian Rupees : The

maximum delivery period will be nine weeks from the date of receipt of final Letter of

Credit by you or your principal in case of ordinary purchases and two weeks in case of the

emergency purchase.

The installation of equipment is also to be completed within 30 days from the date of

receipt of certificate of site readiness for installation of equipment from the concerned

consignee. If the tenderer fails to supply the goods specified in the A.T. and/ or installation

within the stipulated period, an amount equivalent to ½ % {subject to maximum of 10%} of

the value of the stores not supplied/installed within the stipulated period per week shall be

recovered as liquidated damages unless the penalty is waived by the Managing Director.

Such recovery of the liquidated damages will not stop the Managing Director from carrying

out risk purchase described elsewhere and the amount recovered will be in addition to the

difference of the risk purchase

[43] The bills / invoices are required to be submitted by tenderers specifying the following

details in the appropriate place of the invoices:

(a) No. and date of bills or invoice.

(b) No. and date of A.T. / R.C.

(c) No. and date of order.

(d) Name and specification of item.

(e) Name of manufacturer & Model / Make / Brand

(f) Quantity; and

(g) Total cost.

[44] The A.T. / R.C. holder shall not charge VAT / C.S.T. if they have been exempted by

SIGNATURE & STAMP OF TENDERER

13

concerned authority. Further they cannot charge excess amount of C.S.T. what applicable.

An amount of Sales Tax as applicable to be shown separately in the bill/invoice raised.

Further, an amount of Sales Tax so collected should be remitted to the Govt. within

prescribed time limit, otherwise strict action will be taken against defaulters.

[45] The A.T. / R.C. holder will not charge any Octroi and he should obtain Octroi exemption

certificate from the indenter / consignee.

[46] Payment Terms: {A} The payment shall be made to the A.T. / R.C. holder as under:

(I) For goods requiring installation:

(a) 75% of the invoice amount will be paid within 30 days of the receipt of the goods

conforming to the required specifications and the balance 25% within 30 days of

satisfactory trial and installation of the goods at the destination; or alternatively.

(b) 100% of the invoice amount will be paid within 30 days of the satisfactory trial and

installation of the goods at the destination.

(c) 75% of the invoice amount will be paid within 30 days of the receipt of the goods

conforming to the required specifications and 90% of the invoice amount will be

paid within 60 days of the delivery in good condition if the item requires installation

but the installation cannot be carried out due to the reasons not associated with

the tenderer and balance 10% within 30 days of satisfactory trial and installation of

the goods at the destination. In all case warranty / guarantee shall commence from

successful date of installation.

(d) In case where payment through letter of credit is considered by the purchasing

authority, letter of credit shall be opened subject to 75% amount shall be released

by bank on confirmation of dispatch of goods by foreign supplier and rest of

amount shall be released by bank on receipt of such advice from Managing Director.

(II) For goods not requiring installation

(a) 100% of the invoice amount will be paid within 30 days of the delivery of the goods

at the destination in good condition.

(b) No interest will be chargeable by the A.T. / R.C. holder, if the payment is delayed.

[47] The payment of the bill shall be made after deducting Government dues, if any.

[48] The payment of the bills shall be withheld in the following circumstances:

(a) The goods are found sub-standard or in non-acceptable condition.

(b) Breach of condition of any contract by the A.T. / R.C. holder.

(c) Previous Government dues of A.T. / R.C. holder.

[49] The price escalation clause will not be allowed under any circumstances except statutory

taxes / duties imposed / withdrawn / Increased / decreased on quoted items by the State

or Central Govt. during the period between opening of technical bid and stipulated date of

delivery. The statutory price variation will not be allowed in the cases where:

(i) Stores offered on ex-stock basis.

(ii) Store to be purchased on emergency basis.

(iii) Statutory variation not communicated within seven days of its announcement by the

contractor

(iv) Price break up and prevailing rate as well as amount of taxes / duties not clearly mentioned

in Commercial Bid.

(v) Duties / Taxes applicable due to mere crossing the limit of production / sales.

(vi) Duties / Taxes imposed / increased by the Govt. after stipulated delivery period shown in

the contract.

SIGNATURE & STAMP OF TENDERER

14

RISK PURCHASE

[50] The risk purchase of the items ordered at the cost and risk of the party will be carried out

when the party fails to:

(a) sign the agreement for entering into contract due to any reason whatsoever in case the

offer is accepted.

(b) supply the goods / items as per the orders placed by either this corporation or by direct

demanding officers within the delivery period stipulated above;

(c) party fails to replace the goods declared to be not of standard quality or not conforming to

acceptable standards or found to be decayed / infected / spoilt before the date of expiry or

to refund the cost of such goods.

Provided however that in cases of {b} and {c} above, the risk purchase will be limited to the

quantity so specified therein.

[51] The Risk Purchase will be done at anytime after the delivery period is over.

(a) The Risk Purchase will be done from Main / Parallel or Substitute R.C. holder for

undelivered quantity of the Stores & the Contractor shall be penalized to the extend of 10%

or difference whichever is higher.

(b) When both parallel & substitute A.T. / R.C. are not available, from the next higher

acceptable offer in the respective tender;

Provided that if the risk purchase cannot be carried out on the basis of either of {a}, {b}

above, then it will be carried out from the market after following the prescribed procedure.

[52] Any monetary claim arising due to any of the terms and conditions of the tender / supply,

including the difference arising due to risk purchase, will be recovered in the following

manner:

(a) From any pending bills of the party;

(b) From any E.M.D./ Security Deposits of the party;

(c) If amounts at {a} & {b} above are not sufficient to meet the demand of risk purchase

amount as "LAND REVENUE DUES".

[53] Standard Breach Clause: The Managing Director shall, in addition to his powers under

other clauses to terminate the contract, have powers to terminate his liability there under

of the time by giving one month’s (or such shorter period as may be mutually agreed)

notice in writing to A.T. / R.C. holder of his desire to do so and upon expiry of the notice,

the contract shall be terminated without prejudice to the right accrued to the date of the

termination. However, if the Government decided to put an end to the business relations

on breach of any conditions of the contract no such notice shall be necessary and on event

of Government decided to put an end to the business relations on breach of any conditions

of the contract no such notice shall be necessary and on event of Government deciding to

terminate the business, and the A.T. / R.C. shall stand terminated with immediate affect.

[54] (i) Warranty Clause: The A.T/ R.C holder Shall be subjected to the following warranty clause

that the goods/stores/articles sold to the buyer under this contract shall be of the best

quality and workmanship and shall be strictly in with the specifications and particulars

contained / mentioned in the acceptance of tender notwithstanding the fact that the

purchaser may have inspected and / or approved the said goods / stores / articles a priori

and shall operate and function as specified for a period not less than 12 months from the

date of installation. The decision of the purchaser in that behalf will be final and conclusive

and he will be entitled to reject the said goods / stores / articles or such portion there as

SIGNATURE & STAMP OF TENDERER

15

may be discovered not to confirm to the said description and quality. On such rejections

the goods / stores / articles will be at the seller’s risk and all the provisions here in

contained relating rejection of goods etc. shall apply. The contractor / seller shall if, so

called upon to do replace within a period of month of such further period as may be

extended from time to time by the purchaser in its discretion on an application made

thereof by the contractor / seller the goods / stores / articles or such portion thereof is its

rejected in by the purchaser and it such on even above mentioned warranty period shall be

pay to purchaser such damages as may arise by reasons for the breach of the conditions

herein contained. Nothing herein contained shall prejudice any other right of the

purchaser in that behalf under this contract or otherwise.

(ii) Tenderers will have to provide four free services for maintenance during the warranty

period at least once at every six months. If tenderer fails to provide any of four free

services, 0.25% of total purchase amount of the equipment for each such services that is

not provided shall be forfeited from Security Deposit. In addition to provide services,

supplier has to attend the complaint, if any, for any defects, within 48 hours failing which

0.05% of total amount of the equipment shall be recovered from Security Deposit for each

extra day of delay as liquidated damages. Further, if the supplier fails to fulfill the

contractual obligations of warranty and repair / replace the defective part and make the

equipment operational within 30 days of lodging the complaints, the entire security deposit

will be forfeited and the supplier would be debarred from future business with GMSCL.

Further, all the preventive and breakdown maintenance visits during warranty by the

tenderer alongwith acknowledgement of consignee will have to be intimated to GMSCL

(through email / fax) within 48 hours.

(iii) In cases where the CMC agreement has not been entered in at the time of award of

contract, at least 3 months prior to completion of warranty period, supplier will have to

intimate in writing the Managing Director, G.M.S.C.L. and consignees for entering into

Maintenance Contract and if the Managing Director, G.M.S.C.L. or consignees desire,

supplier will have to enter into a comprehensive maintenance contact within 6 months of

commencement of CMC for 5 years. The bidder will have to furnish his quotation for CMC

for 5 years along with his bid which will be considered for price evaluation purpose. The

quoted CMC rates per annum must not exceed 10% of the total purchase amount of

equipment which would include free replacement of any part / component, if required,

during the period of the contact. If tenderer refuses or fails in duty to enter into CMC

contract, his entire Security Deposit will be forfeited and he would be debarred from future

business with GMSCL. Further, if the tenderer fails to provide "Satisfactory service" during

CMC period, 4% of total purchase amount of the equipment shall be forfeited from Security

Deposit. For this purpose, Satisfactory Service would mean

(a) Attending to complaint within 48 hours of lodging the complaints.

(b) Ensuring repair / replacement of defective parts and making the equipment

operational within 7 days of lodging the complaints.

(c) Providing quarterly preventive maintenance visit.

If supplier fails to fulfill his contractual obligation of CMC and repair / equipment

operational within 30 days of lodging the complaints, the entire security deposit will

forfeited and the supplier would be debarred from future business with GMSCL. Tenderers

will also have to guarantee regular and timely supply of all the spare parts required for the

normal working of the item at a cost not exceeding the cost of such a part charged to any

SIGNATURE & STAMP OF TENDERER

16

other Government organization. Further, all the preventive and breakdown maintenance

visits during CMC by the tenderer alongwith acknowledgement of consignee will have to be

intimated to GMSCL (through email / fax) within 48 hours.

(iv) During Warranty and CMC period, the uptime period of equipment should be minimum

95%. If the breakdown period is more than 18 days for a particular calendar year, penalty

@ 0.1% of total purchase amount of equipment for each extra day of delay as liquidated

damages to be recovered from Security Deposit. Period of breakdown of equipment shall

be excluded from the warranty as well as CMC period. In such a case period of warranty as

well as CMC shall be extended accordingly.

(v) Tenderers will have to provide a list of consumables / parts which would not be included

under warranty and / or CMC and also provide a rate list for the same which will remain in

force for the entire period of contract till the end of CMC. The same must be submitted

physically along with the tender. It will not be considered for price evaluation but at the

time of award of contract, the purchase committee will reserve the right to reject a bid

solely on the ground of high price of parts / consumables and / or if some parts which

ought to be included in CMC / Warranty have been mentioned as chargeable and the

bidder does not agree to provide them for free.

The above conditions of warranty / CMC are to be included in following cases

(i) All equipments whose unit cost is more than Rs. 25,000/- and are to be supplied to

Medical College Hospitals / GMERS Hospitals / District Hospitals / SDH.

(ii) Equipments with unit cost equal to or greater than Rs. 50,000/- and are to be installed

at CHC / PHCs.

(iii) All diagnostic equipments (Pathology, Biochemistry, Microbiology) having unit cost

more than Rs. 10,000/-

(iv) Lifesaving equipments like Pulse Oximeter, Cardioscope, Syringe Pump, Infusion

Pump.

(v) Any other equipment which does not fall in above 4 categories, but, at the time of

award of contract, MD, GMSCL wishes CMC conditions to be imposed on its

procurement.

[55] Tenderer are required to impart training to operate equipment at the place of installation

within seven days of its installation.

[56] Sample Testing: Sample of the material shall be collected by an officer empowered by the

Managing Director in the manner approved by the Managing Director, and will be sent for

testing to an approved laboratory / institution. In case where the order is placed by

Managing Director Demanding Officer, the samples will be collected an officer empowered

by him and will be sent for testing. Testing fee will be recovered from the A.T. / R.C.

holder. The decision of the testing authority will be conclusive and final and binding the

A.T./ R.C. holder. In all supplies 1% of the supply value shall be deducted towards

handling & testing charges from the invoice.

[57] Replacement Clause: If any stores supplied against the A.T. / R.C. are found to be of not of

standard quality on inspection and / or analysis by the competent authority, the contractor

shall be liable to replace the entire quantity of the relevant order within the period as

applicable under clause 39 supra or make full payment of the entire consignment against

the particular invoice, irrespective of the fact that part or full quantity of the store supplied,

may have been consumed. The decision of the Managing Director taken on the basis of the

report of the competent laboratory regarding goods not of standard quality will be final

SIGNATURE & STAMP OF TENDERER

17

and binding. The stock of any item which has been declared not of standard quality shall

be withdrawn from all the indenters and will not be returned to the contractor but will be

destroyed by the corporation and the contractor shall have no claim over such stores. If

the replacement or payment as specified is not made by the contractor, the procedure for

risk purchase as shown above will be initiated without any further reference or intimation

to the contractor, however, the Managing Director may ask for supply of 20% of the

original consignment to meet any exigency of the situation. Neither Claim for relaxation of

replacement for return of goods declared to be not of standard quality nor any request for

acceptance of the replacement goods delayed after the delivery period, due to any reason

whatsoever, will be entertained.

[58] In case of the rate contract, the period of the rate contract shall be two years from the date

of its issuance of Rate Contract. However, the Managing Director reserves the right to

terminate the contract by giving one moth notice at any time at any stage and without any

reason. The rate contract will be operated by GMSCL only. If a RC holder supplying goods

upon direct purchase order from district level officer without approval of GMSCL, it would

be considered as a breach of contractual obligation and would attract penal action which

may extend upto debarment of firm.

[59] In case of the rate contract, the Managing Director may extend the rate contract subject to

the same terms of conditions, if found necessary to do so for a period not exceeding six

months to which the contractor will have to abide. However, the extension for a period

more than six months can be granted on mutual agreement by both parties. In case of the

quantity purchase, the Managing Director, if found expedient, may place within prescribed

period from the date of A.T. a repeat order for the quantity not exceeding the quantity

specified in the A.T. on the same terms and conditions as per the A.T. which the contractor

will have to supply. However, the repeat order for the quantity more than the quantity of

the original A.T. or after a prescribed period from the date of A.T. can be placed on mutual

agreement by both parties and subject to approval of concerned authority.

[60] The A.T. / R.C. can also be terminated by the Managing Director in the following

circumstances:

(1) If the firm is debarred or disqualified or ceases to exist or convicted of any offence.

(2) If the quality of the item to be supplied is found not upto the standard and multiple

samples are found to be not of standard quality.

(3) If supply position of the firm is not satisfactory

[61] Whenever under this contract any sum of money is recoverable from the contractor &

payable by the contractor to the Managing Director of Gujarat Medical Services

Corporation Ltd., Gandhinagar, or an officer empowered by him shall be entitled to recover

such sum by appropriating in part of whole the Security Deposit paid by the Contractor, if a

security being insufficient or if no security has been taken from contractor, then the

balance of the total sum recoverable as the case may be deducted from the sum due to the

contractor under this or any other contract (with the Managing Director of Gujarat Medical

Services Corporation Ltd., Gandhinagar) and remaining balance due will be recovered as

arrears of "LAND REVENUE DUES".

[62] COMPREHENSIVE MAINTENANCE CONTRACT (C.M.C.):- After completion of warranty

period, if the Managing Director, G.M.S.C.L. or Consignees desires, supplier will have to

enter into a comprehensive maintenance contract for 5 years at the rate per annum not

exceeding 10% of the total purchase value of the contract and the same would include free

SIGNATURE & STAMP OF TENDERER

18

replacement of any part / component, if required, during the period of the contract. The

maintenance contract of the above shall be made operative from any time during the first

five years from the date of contract. Any offer for service contract contrary to this condition

will not be accepted. Tenderers will also have to guarantee regular and timely supply of all

the spare parts required for the normal working of the item at a cost not exceeding the cost

of such a part charged to any other Government organization.

[63] For any clarification on any of the above conditions, tenderers may contact the Managing

Director or General Manager (Logistic, Procurement & Quality Control) or Deputy General

Manager (Procurement) during 3 – 4 p.m. on any working day.

[64] The jurisdiction of any dispute will be Gandhinagar or Ahmedabad.

[65] COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE {NOT MORE

THAN 10% COST OF THE EQUIPMENT, OTHERWISE OFFER WILL BE OUT RIGHTLY

REJECTED} FOR NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOUR & SPARES FOR

ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE

COMPARISON. THE CMC PRICE SHOULD BY FILLED IN COMMERCIAL BID ONLY.

[66] Turnover Certificate:

(i) Bidder firm has to submit Turnover certificate of CA for last three years (i.e. 2012-13,

2013-14, 2014-15).

(ii) The average annual Turnover of the last three years should not be less than 2 Crores.

(iii) C.A. Certificate in original / Notarized showing year wise Turnover for the last three

years. The bidder is required to give turnover certificate based on audited account only.

Thus, any tender issued on or before 30th September, the bidder will have to submit

turnover certificate of the three preceding Financial year e.g. Tender issued on 1st

September, 2015, the bidder will have to submit turnover certificate based on audited

account for financial year 2011-12, 2012-13 and 2013-14.

(iv) Relaxation in Condition No. 66 (ii): The average annual Turnover of the last three years

should not be less than 75 lac for items: Plastic Bag, Digital Thermometer, Westergen Tube

for ESR Estimation, Dreyer tube for Widal, WBC pipette, Glass Capillary Tube, ECG Jelly, Test

tube Glass, Microslide, Cover Slip, Vials, Improved Newbauer Chamber / Hemocytometer,

Test Tube Racks, ESR Plastic Vials.

[67] Tender currencies: The tenderer supplying indigenous goods or already imported goods

shall quote only in Indian Rupees. Only for imported goods if supplied directly from abroad,

prices shall be quoted in any freely convertible currencies say USD, Euro, GBP or Yen. As

regards price(s) for allied services, if any required with the goods, the same shall be quoted

in Indian Rupees only if such services are to be performed /undertaken in India.

Conversion of Tender Currency to Indian Rupees:

In case tenderers quote their prices in different currencies, all such quoted prices of the

responsive tenderers will be converted to a single currency viz., Indian Rupees for the

purpose of equitable comparison and evaluation, as per the exchange rates established by

the Reserve Bank of India, as on the date of ‘Commercial bid opening of the said Tender’.

[68] BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED

FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY

DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

[69] Please see Annexure-II for "Important Point to be verified before submission of tender",

which is also available on GMSCL website.

[70] If any tenderer wishes to lodge any complaint against the other tenderer regarding

SIGNATURE & STAMP OF TENDERER

19

submission of false documents, information etc, The tenderer has to submit the complaint

before price bid opening along with deposit of Rs. 1,00,000 (Rupees One Lac only). The

amount so deposited shall be refunded if after scrutiny the complaint is found to be true by

the Managing Director. However, if the complaint is found to be false and malafide the

deposit will be forfeited. No interest shall be paid against this deposit. Any complaint

received after price bid opening will not be entertained. The facts relating to all such

complaints as well as action taken thereof have to be produced before the respective

purchase committee for its consideration.

[71] Appointment of Authorized Officer:

(1) The manufacturer / authorized distributor would be free to appoint authorized officer for the

purpose of liaisoning with GMSCL for the tender related activity. In such cases, it should be

mandatory for the manufacturer / authorized distributor to provide name, full address, company

name, address of the company, PAN number, photo, Email ID and I.D. proof of the appointed

authorized officer along with tender documents. No person except the person so authorized by the

company would be allowed for transaction of work, and no information would be shared with any

other person regarding the tender process.

(2) For all practical purpose GMSCL would continue to allow only manufacturer / authorized

representatives / distributors (as the case may be) for bidding process. The GMSCL would

have no contractual obligation or business relation with authorized officer and all such

liability and conduct of authorized officer and any wrongful activity would be sole

responsibility of the manufacturer / authorized distributor.

The authorized officer should satisfy following criteria:

(1) He should be an official directly connected with the company in question.

(2) In no case more than one company having a particular person / agency acting as a

authorized officer should participate in a single tender inquiry.

If it comes to the notice of GMSCL that, a particular person / agency has acted as

authorized officer indirectly or directly for more than one company, who have participated

in particular tender inquiry, the bids of such companies are liable to be rejected & the EMD

/ SD (as the case may be) would be forfeited.

SIGNATURE & STAMP OF TENDERER

20

VERFICATION, UNDERTAKING, CHECK LIST & DOCUMENTS

From: M/s.________________________ No.:_________________________

________________________

________________________

________________________

To,

The Managing Director,

Gujarat Medical Services Corporation Ltd.,

Regd. Office: Block No. “14”, Ist Floor,

Dr. Jivraj Mehta Bhavan, Sector No. 10,

Gandhinagar-382 010

Sub : Supply of Instruments / Equipments / Miscellaneous Items, etc.

Ref : Tender Enquiry #____________________

Sir,

I/We enclose necessary documents as shown in Annexure “A” are enclosed herewith (in order in

which they are mentioned). The rates quoted against each item are inclusive of excise duties and other

charges. I/We have carefully read and understood the terms and the conditions stated in the tenders

form and I/We shall abide by all these conditions. I/We further endorse that in particular, the terms and

conditions of Delivery Period, Payment Terms, Place of Delivery, etc. are acceptable to me/us and no

representation will be made by me/us afterwards for altering the same. I/We further undertake to

supply the goods to the consignees as per the terms of the A.T. / R.C.

I/We verify that the copies of the certificates / documents attached herewith are authentic true

copies of the original certificates / documents for verification on demand. I/We undertake to supply the

attested copies of certificates / documents required at the time of signing the letter of agreement if

my/our offer is accepted.

I/We verify that I/We are in possession of the requisite licenses / permits required for the

manufacture / supply / sale / distribution of the items and further verify that the said licenses / permits

have not been revoked / cancelled by the issuing authorities and are valid as on date. I/We also verify

that I/We have not been declared defaulter, blacklisted or debarred by any state or Central Government

or Constitutional authority or Financial institution or Judicial Court or any Government undertakings.

I/We also take cognizance of the fact that providing misleading or questionable information or

failure to furnish correct or true information to you or any other Direct Demand Officer or failure to

comply with any contractual requirement laid down by you / them will be considered as a serious breach

of the terms and conditions of the tender and will invite disqualification and other penal action as

deemed fit by the Government / Purchase Committee, G.M.S.C.L.

Thanking you,

Yours faithfully

Date:_____________

SIGNATURE & STAMP OF TENDERER

21

ANNEXURE “A”: SCHEDULE OF DOCUMENTS ATTACHED TO T.E. #____________

Document / Certificate Attached Yours page No.

1 C.A. Certificate for the manufacturing showing year wise production sell of the quoted item for 3 financial years for Indian manufacturers only. {Pl. see condition No.15 (j) & 17(iii)}

Yes / No

2. Manufacturing License / Product Permission / Registration Certificate with C.S.P.O./ G.M.S.C.L. / S.S.I./ K.V.I.C./N.S.I.C./ D.G.S.& D.

Yes / No

3. List of Installations / Users / Customers Yes / No

4. Higher / Lower Price Certificate Yes / No

5. Valid Tax Clearance Certificate OR Returns of last 4 quarters. Yes / No

6. E.M.D. Yes / No

7. Confirmation of Delivery Period Yes / No

8. Letter of Authority of Foreign Principal OR its subsidiary company with copy of agreement (In case of Foreign articles) (MUST BE

NOTARIZED) and and supporting document as per Condition No. 17 (aa)

Yes/ No

9. IEC Certificate for imported items. Yes/ No

10. Whether Page Number is Given On Each Page of Tender? Yes / No

11. Partnership deed / Memorandum of article / Registration of firm etc. Yes / No

12. Document of 100% Subsidiary Company. Yes / No

13. Affidavit by Subsidiary Company. {Pl. see condition No.17 (ii)(b)} Yes / No

14. Confirmation of Place of Delivery Yes / No

15. Confirmation of Payment. Yes / No

16. A.E.R.B. Certificate {if applicable}

Yes / No / Not Applicable

17. I.S.O. Certificate (mandatory if asked in Technical Specification).

Yes / No / Not Applicable

18. I.S.I. Certificate (mandatory if asked in Technical Specification).

Yes / No / Not Applicable

19. Original Product Literature / Photograph

Yes / No / Not Applicable

20. Warranty. 1 Year / 2 Years

21. Copy of valid import license for imported items.

Yes / No. / Not Applicable

22. Turnover certificate of CA for last three years (i.e. 2012-13,2013-14, 2014-15). {Please see Con. No.66}

Yes / No

23 (i) Certified / notarized copy of valid Small Scale Industry Registration. Pl. see Condition No.(3)

Yes / No. / Not Applicable

(ii) Certified / notarized copy of Certificate from Practicing Chartered Accountant or Practicing company Secretary that the unit / bidder still continues to be Small Scale, Tiny/ Cottage Industry as on last date of submission of bid.

Yes / No. / Not Applicable

(iii) Certified / notarized copy of latest audited annual balance sheet and investment in plant and machinery.

Yes / No. / Not Applicable

(iv) CERTIFICATE / DOCUMENTS MENTIONED IN Sr. No. {L23 - ii & iii} (SAME PROFESSIONAL)

Yes / No. / Not Applicable

24 Details of bank account in prescribed format for the payment through RTGS

Yes / No

It is verified that all the certificates / permissions / documents are valid and current as on date and have not been withdrawn / cancelled by the issuing authority. It is further verified that the certificates at Sr. No.4 (Page No.26), 8 (Page No.30) & 17 Declaration Part (Page No.25) are as per the format prescribed by the G.M.S.C.L. and it is clearly and distinctly understood by me / us that the tender is liable to be rejected if on scrutiny and of these certificates is found to be not as per the prescribed format of G.M.S.C.L.

I/We further undertake to produce on demand the original certificate / permission / document for verification at any stage during the processing of the tender. Date: Place :

SIGNATURE & STAMP OF TENDERER

22

ANNEXURE "B"

Bidding Schedules

Tender Fee Furnish the Payment Details of Tender Document

Sr. No Description Supplier Response

1. Amount (Rs.)

2. Bank Name

3. DD No.

4. Branch Name

5. If Exempted, fill details of

exemption

Payment made toward tender fee will not be refunded

Non payment of the tender fee will be make the supplier liable for disqualifications

Wrong/ Fraudulent data submission may lead to disqualification, please ensure that you furnish correct data

Payment should be made in favour of “Gujarat Medical Services Corporation Limited,” Gandhinagar, Gujarat, India.

SIGNATURE & STAMP OF TENDERER

23

EMD Furnish the Payment Details of EMD

Sr. No Description Supplier Response

1. Amount (Rs.)

2. Bank Name

3. DD No.

4. Branch Name

5. If Exempted, fill details of

exemption

Payment should be made by DD/BG , DD should be payable at Gandhinagar at any schedule bank. Payment should be made in favour of “Gujarat Medical Services Corporation Limited,”

Gandhinagar, Gujarat, India. Payment made towards EMD will not be refunded unless bid is accepted. Non Payment of the EMD or insufficient amount of EMD will be make the supplier liable for

disqualifications. Wrong/Fraudulent date submission may lead to disqualification, please ensure that you furnish

correct data.

SIGNATURE & STAMP OF TENDERER

24

DECLARATION OF OWNERSHIP

1. I/We certify that the tenderer is sole proprietorship / partnership firm / private limited

company / public limited company of which the registered office is located in__________________in the

state of____________________

2. The name, designation and address of the authorized signatory who is authorized to negotiate

/ sign / execute on behalf of the tenderer is as under:

Name______________________________________________Designation:____________________

Address:__________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

e Mail: ___________________Telephone : (O) ________________ (R) _________________

Fax :_____________________ (Mobile) ______________________

3. The name, address and telephone numbers of the sole proprietor / all the partners / all the

Managing Directors of the tenderer are as under;

# Name Address Telephone® Fax e Mail

(O)

(R)

(M)

Date: ______________

SIGNATURE & STAMP OF TENDERER

25

DECLARATION OF I.S.O. MARKED GOODS

I/We_________________________________________________________________ hereby

certify that:

{1} The following items which form part of Tender Enquiry #__________are manufactured by us at

__________________________________plant/s which has been awarded

ISO________________*certificate vide #_____________Dt._____________:

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

______________________________________________________________________________

{2} The following items which form part of Tender Enquiry #________above are manufactured by us

/ licenses at_________________________plant/s which has not been awarded any ISO

certificate:

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

_______________________________________________________________________________

Date:

* Mention the category of I.S.O. certificate {i.e. 9000 / 14000, etc.}

SIGNATURE & STAMP OF TENDERER

26

HIGHER PRICE / LOWER PRICE CERTIFICATE

1. I/We________________________________________________________hereby certify that the

prices quoted by us in Tender Enquiry #______are not higher than the prices:

{a} Charged by us to wholesalers or for institutional supplies;

2. I/We further certify that I/We have not supplied or quoted for any item in Tender Enquiry

# ______at prices lower than those quoted for the relevant items to any Government /

Semi Government / Public / Charitable Trust Organization / Institution within the period

of 180 days preceding the last date of submission of the tender.

3. I/We hereby undertake that I/We will not supply or quote for any item in Tender Enquiry #

______at prices lower than those quoted for the relevant items to any Government / Semi

Government / Public / Charitable Trust Organization / Institution within the period of validity of

the offer / rate contract.

4. I/We also undertake to bring to the attention of the Managing Director any incidence of breach of

any of the above paras within 30 days from the occurrence of the breach and further undertake

to refund / reimburse the difference which may arise due to breach of any of the above paras and

I/We also understand that the decision of the Managing Director with regards to the

determination of quantum payable shall be final.

Date:

SIGNATURE & STAMP OF TENDERER

27

COMMERCIAL BID FOR INDIGENOUS ARTICLES

T.E. NO. GMSCL/EQUIPMENT PURCHASE/

Due date: _________

ITEM: _________

Name of Manufacturer: _________

Brand: Model: _________

Sr. No. Details Price in Rupees (Per Unit)

A.

(i) Ex-factory price Main equipment with

standard accessories.

(ii) Optional Items

(a)

(b)

(c)

B. Total Ex Factory prices (i) + (ii)

C. Excise and other duties (if applicable)

@ %.

D. Packing Forwarding, Insurance, Transport

charges from factory to place of Consignees,

Installation.

E. Total price excluding VAT (B + C + D)

F. VAT / C.S.T.

(i) VAT @ % OR

(ii) C.S.T. @ %

G. Service Tax @ %. (if applicable)

H Total F.O.R.D. price.

I. Total Price in words Rs.

Note:-

(1) Price must be quoted in above format with breakup. Quoting of consolidated price without

breakup will not be considered.

(2) Optional item shown in Technical Bid should be quoted separately. (3) All terms and conditions of supply shall be applicable as per tender terms. Any terms and

condition enclosed with Commercial Bid shall be ignored or in such a case offer is liable to be

rejected.

SIGNATURE & STAMP OF TENDERER

28

[B] COMMERICAL BID FOR IMPORTED ARTICLES

T.E. NO.GMSCL/EQUIPMENT PURCHASE/ Due date:

ITEM:

Name of Manufacturer Brand: Model:

Sr. No.

DETAILS Price in Foreign currency

per unit.

Price in Indian

currency per unit.

A. C.I.F. Port Price

(i) Main Equipment with standard accessories

shown in tender documents.

(ii) Optional Items:

(a)

(b)

(c)

B. Total C.I.F. Prices (A + B)

C. *

Custom Duty / CVD etc. @. %.

Price in Indian currency

per unit.

D. * Transport charges from port to place of

Consignees, Transit Insurance within India,

Installation Charges.

E. * Bank/Custom Clearance charges

F. Service Tax @ %. (if applicable)

G. Total F.O.R.D. Price B + C + D + E. C.I.F. PRICE IN FOREIGN

CURRENCY

C + D + E

in Indian

CURRENCY

H. Total Price in Words.

Note:

(1) (a) The tenderer supplying indigenous goods or already imported goods shall quote only in Indian Rupees. Only for imported

goods if supplied directly from abroad, prices shall be quoted in any freely convertible currencies say USD, Euro, GBP or Yen.

As regards price (s) for allied services, if any required with the goods, the same shall be quoted in Indian Rupees only if such

services are to be performed /undertaken in India.

(b) Conversion of Tender Currency to Indian Rupees:

In case tenderers quote their prices in different currencies, all such quoted prices of the responsive tenderers will be converted

to a single currency viz., Indian Rupees for the purpose of equitable comparison and evaluation, as per the exchange rates

established by the Reserve Bank of India, as on the date of “Commercial bid opening”.

(2) Price must be quoted in above format with breakup. Quoting of consolidated price without breakup will not be considered.

(3) Optional item shown in Technical Bid should be quoted separately.

(4) If the rates are quoted in foreign currency, local agency commission will not be allowed for local agents / dealer.

(5) If required, custom exemption certificate shall be provided by consignees if it is allowed under relevant act and issued by

authority concerned.

(6) All terms and conditions of supply shall be applicable as per tender terms. Any terms and condition enclosed with Commercial

Bid shall be ignored or in such a case offer is liable to be rejected.

(7) THE RATES OF THE MAIN EQUIPMENT WITH ACCESSORIES AND OPTIONAL ITEMS SHOULD BE QUOTED IN FOREIGN

CURRENCY ONLY.

(8)* THE RATES OF CUSTOM DUTY / C.V.D., TRANSPORT CHARGES FROM PORT TO PLACE OF CONSIGNEES, TRANSIT INSURANCE

WITHIN INDIA, INSTALLATION CHARGES, BANK / CUSTOM CLEARANCE CHARGES SHOULD BE QUOTED IN INDIAN CURRENCY

ONLY.

(9) For R.C. item: Rates should be quoted in Indian Currency even though the item is imported.

SIGNATURE & STAMP OF TENDERER

29

[B] COMMERICAL BID FOR COMPREHENSIVE MAINTENANCE CONTRACT

T.E. NO.GMSCL/EQUIPMENT PURCHASE/ Due date:

ITEM:

Name of Manufacturer Brand:

Model:

Years C.M.C. Rates (Rs.) Applicable Taxes

(%)

Applicable Taxes

(Rs.)

Total Rate (Rs.)

1st Yr.

2nd Yr.

3rd Yr.

4th Yr.

5th Yr.

Total Rs.

(Total Rupees In words

______________________________________________________________)

Note :-

(1) QUOTED CMC PRICE NOT MORE THAN 10% COST OF THE EQUIPMENT, OTHERWISE OFFER WILL

BE OUT RIGHTLY REJECTED.

(2) Price must be quoted in above format with breakup. Quoting of consolidated price without

breakup will not be considered.

(3) All terms and conditions of supply shall be applicable as per tender terms. Any terms and

condition enclosed with Commercial Bid shall be ignored or in such a case offer is liable to be

rejected.

(4) The Rates of CMC should be quoted in Indian Rupees only.

SIGNATURE & STAMP OF TENDERER

30

(FORMAT OF AUTHORIZATION LETER FOR IMPORTED EQUIPMENTS FOR AUTHORIZED DISTRIBUTOR) {IN

ORIGINAL} (Pl. see Condition No.17(ii))

I / We . hereby

declare that....

1. M/s. is our

authorized distributor for our products / products of our foreign manufacture in Gujarat from

date and they are authorized to quote and follow up on our behalf and the said

agreement is valid in force as on date;

2. I/We undertake to supply the drugs / items for which the quotations are submitted by M/s.

on our behalf in

respect of Tender Enquiry # : and

3. I / We have read all the terms and conditions of the tender enquiry and the same are irrevocably

binding upon us till the expiry of the contract signed & executed on our behalf;

4. I/We shall notify the Managing Director, G.M.S.C.L. immediately if there is any change in the

agreement between M/s. and me/us

regarding authorized distributorship of our products and further undertake to supply the items

quoted by the distributor on my / our behalf at the quoted in the tender enquiry in case of such a

change of agreement.

5. This authority is applicable only for Tender Enquiry # .

Date:-

SIGNATURE & STAMP OF TENDERER

31

Bank Details for RTGS

Sr.

No.

Details Bank Detail

1 Beneficiary Name & Postal Address

2 Name of Bank

Branch Name & Address

Branch Code no.

Branch manager Mobile No.

Branch Telephone No.

Branch E-Mail Id.

3 P Digit code number of bank and

branch appearing on the MICR cheque

issued by the bank.

4 IFSC Code of the Branch

5 Type of Account

6 Account Number

We hereby declare that the particulars given above are correct and complete. If the transaction

is delayed or not effected at all for reasons of incomplete or incorrect information, we would not hold

institution responsible.

Date:

Sign. with stamp

Place:

B a n k C e r t i f i c a t e

We certified that .................................................................................. has account

No.................................... with us and we confirm that the bank details given above are correct as per our

records.

Date:

Place: Signature & Seal of Bank

SIGNATURE & STAMP OF TENDERER

32

ANNEXURE -I

Government of Gujarat, Finance Department, GR. No.

EMD/10/2014/570/DMO

Date 01/04/2015

{A} Guarantees issued by following banks will be accepted as SD/EMD on permanent basis

(1) All Nationalized Banks including the Public Sector Bank – IDBI Ltd. (2) Private Sector Banks – AXIS Bank, ICICI Bank and HDFC Bank.

{B} Guarantee issued by following Banks will be accepted as SD/EMD for period up to March

31, 2016. The validity cut-off date in GR is with respect to date of issue of Bank Guarantee

irrespective of date of termination of Bank Guarantee.

(i) Commercial Banks

1) Kotak Mahindra Bank 2) Yes Bank 3) RBL Bank ( The Ratnakar Bank Ltd.) 4) Induslnd Bank 5) Karur Vysya Bank 6) DCB Bank 7) FEDERAL Bank 8) SOUTH INDIAN Bank

(ii) Co-operative and Rural Banks

1) The Kalupur Commercial Co-operative Bank Ltd. 2) Rajkot Nagarik Sahakari Bank ltd. 3) The Ahmedabad Mercantile Co-operative Bank Ltd. 4) The Mehsana Urban Co-operative Bank Ltd. 5) Nutan Nagarik Sahakari Bank Ltd. 6) Dena Gujarat Gramin Bank

All the eligible banks are instructed to collect the original documents / papers of guarantee from the

concerned tendering authority.

Sd/-

(Rajesh Manjhu)

Joint Secretary (Budget)

Finance Department.

SIGNATURE & STAMP OF TENDERER

33

ANNEXURE –II

Important Point to be verified before submission of tender

(1) If you are participating in the tender as an Indian manufacturer than kindly attach below document.

- SSI (Gujarat Based) with CSPO/NSIC/DGS&D registration certificate for exemption in Tender Fee & EMD. (Refer TE Cond. No. 4)

- Chartered Account Certificate in original showing year wise production and sales for quoted product for last three years. (Refer TE Cond. No. 17(iii))

OR

If you are participating in the tender as an Authorized representative for imported component than

kindly attach below document.

- Authority letter, which should clarify that you are a regular supplier of quoted product of that

manufacturer for last two years preceding the date of Technical Bid. (Refer TE Cond. No. 17(ii)(a))

- Submitted authority letter should be notarized. (Refer TE Cond. No.27(16))

OR

If you are participating in the tender as a Subsidiary Company than kindly attach below document.

- Documents that you are 100% subsidiary company of your foreign manufacture. (Refer TE Cond. No.

17(ii)(c))

- If such Subsidiary company is not participating directly in the tender than Indian subsidiary

Company can give authority to Indian Authorized Distributor (Refer TE Cond. No. 17(ii)) & subsidiary

company has to produce an affidavit that they are not participating directly. (Refer TE Cond. No.

17(ii)(b))

(2) EMD & Tender fee for non SSI & CSPO/NSIC/DGS&S UNIT

(Refer TE Cond. No. 4)

(3) Exemption in EMD & Tender Fee for only Gujarat Based SSI & CSPO/NSIC/DGS&S Unit (Refer TE

Cond. No. 4)

(4) Original / Notarized Turnover Certificate issued by Charted Accountant for Last Three Years and

average annual Turnover of the last three years should not be less than 2 Crores. (Refer TE

Cond. No. 66)

SIGNATURE & STAMP OF TENDERER

34

Common deficiency observed in the Primary Scrutiny of the Tender document

- Non submission of Online Tender.

- Non submission of Physical document before stipulated time & date.

- Non submission of EMD & Tender Fee or submission of less EMD or Tender fee.

- Non submission of EMD & Tender Fee for non-Gujarat based SSI-CSPO/NSCI/DGS&D Unit.

- Non submission of CA certificate for Last financial year i.e. 2014-15.

- Non submission of CA certificate with Production & Sales data.

- Non submission of letter issued by foreign manufacturer saying that particular Indian company is

our Subsidiary Company.

- Non submission of authority letter clearly indicating that the bidder possesses two year experience

as authorized distributors.

- Non submission of authority letter without notary.

- Non submission of Turnover certificate for Last financial year i.e. 2014-15.

- Non submission of Turnover Certificate issued by CA that indicate last three years’ average turnover

is below Rs.2.00 crores. Please see Condition No. 66.

- Unaudited Turnover data will be acceptable for last year if the company can undertake to provide

the audited data before award of contract.

- Non submission of Higher Price - Lower Price certificate.

- Non submission of Literature for quoted model.

- Non submission of Marketing Data.

- Non submission of Valid Sales Tax Clearance Certificate / Challans of last four quarters.

- Non submission of ISI certificate if asked with ISI product.

- Non submission of AERB certificate for quoted model. (where applicable)

- Non submission of IEC certificate. (where applicable)

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-380/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5000/- (Rs. Five thousand only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 380.01 Flexible Fiberoptic

Bronchoscope 15

Nos. Anywhere in

Gujarat 4,50,000/- 1,50,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON.

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-380/2015-16

Name of Item : # 380.01 Flexible Fiberoptic Bronchoscope Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 The flexible fiberoptic bronchoscope is a gold standard for difficult intubation. [ CRITICAL ]

2 The flexible Fiberoptic Bronchoscope should be supplied complete with light source and trolley. [ CRITICAL ]

3 Demonstration of the system is essential. [ CRITICAL ]

4 Light weight, high resolution bronchoscope with light cable. [ CRITICAL ]

5 Field of view 110 degrees or more [ CRITICAL ]

6 Depth of field 3 mm to 50 mm or better. [ CRITICAL ]

7 Distal end diameter 5 mm approximately. [ CRITICAL ]

8 Should allow a minimum 6.5mm I.D. endotracheal tube to be mounted easily. To be demonstrated. [ CRITICAL ]

9 Bending range UP 180 degree and DOWN 130 – 140 degree. [ CRITICAL ]

10 Working length 60 cm or more. [ CRITICAL ]

11 Total length 90 cm or less. [ CRITICAL ]

12 Channel diameter 2.2 mm or more. [ CRITICAL ]

13 Autoclavable suction valve to avoid risk of cross contamination. [ CRITICAL ]

14 Channel cleaning brush. [ CRITICAL ]

15 Telescopic eyepiece for direct compatibility to CCTV system with a suitable adaptor if required for the functioning of the equipment. [ CRITICAL ]

16 Light cable of adequate length for connecting to the halogen light source. [ CRITICAL ]

17 Fully immersible in disinfectant solution. [ CRITICAL ]

18 Leak testing facility should be provided. To be demonstrated. [ CRITICAL ]

19 Product should be FDA/CE approved. [ CRITICAL ]

20 Halogen Light Source: [ CRITICAL ]

a Compact and light weight for easier transportability.

b Should have 150 Watts halogen lamp with standby lamp option.

c Should have in-built Air pump.

d Additional 4 nos bulbs to be included.

e Should be compatible with flexible endoscope.

f Should be manufactured by the same company as the endoscope.

21 The unit shall be capable of operating continuously in a wide range of ambient temperature and relative humidity. [ CRITICAL ]

22 Power input to be 220-240 VAC, 50Hz [ CRITICAL ]

23 User Manual in English. [ CRITICAL ]

24 Maintenance Manual in English. [ CRITICAL ]

25 Cleaning/maintenance kit including container for disinfectant solution- 1set; [ CRITICAL ]

a) Burman Airway

b) Cidex Tray and cleaning brush

26

Should have local service facility .The service provider should have the necessary equipments recommended by the manufacturer to carry out preventive maintenance test as per guidelines provided in the service/maintenance manual. [ CRITICAL ]

27 Should train the identified faculty and staff nurse of the hospital for regular use, cleaning, disinfection, and leak tests. [ CRITICAL ]

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-380/2015-16

Name of Item : # 380.01 Flexible Fiberoptic Bronchoscope Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-383/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5000/- (Rs. Five thousand only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 383.01

Portable USG Machine (Laptop

Model)

14 Nos. Anywhere in

Gujarat 3,78,000/- 1,26,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON.

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-383/2015-16

Name of Item : # 383.01 Portable USG Machine (Laptop Model) Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 Will be used for superficial and deep nerve blocks and superficial and deep nerve plexus blocks of the upper limbs and lower limbs. [CRITICAL]

2 Will also be used for cannulation of central veins of the neck. [CRITICAL]

3 Portable, Compact, light weight. [CRITICAL]

4 Suitable LCD / TFT colour monitor of at least 10 inch. [CRITICAL]

5 Suitable key board. [CRITICAL]

6

Should have Broadband Probes With Slots For 2 USG With Provision For Adaptor For 2 Probes at least two slots for the two usg probes: one linear USG probe should have Latest Available Small Foot Print Please Specify the frequency of 6-12 +/- 2 MHz and the other convex USG probe should have the frequency of 5-2 MHz. Microconvex USG probe 5- 8 +/- 2 Mhz should also be supplied. All transducers should be pin less. [CRITICAL]

7 Should have imaging modes of real time 2 D, pulsed wave Doppler, color doppler (color flow mapping), power Doppler, compound imaging on above mentioned probes. [CRITICAL]

a) Dynamic range upto 165 Db

b) Grey scale (minimum 256 or more)

8 Full screen zoom. [Non-CRITICAL]

9 Cine memory on all modes. [CRITICAL]

10 Hard disk drive minimum 320 GB for Storage of images in jpeg, avi, bmp formats with sorting of data base with at least the patients’ names and dates etc. [NON CRITICAL]

11 Mains operated and Inbuilt battery of 60 minutes duration. [CRITICAL]

12 CD / DVD writing facility. [NON CRITICAL]

13 Machine should be CE and FDA approved. [CRITICAL]

14 Appropriate UPS should be supplied. [CRITICAL]

15 Boot up time should be around 60 seconds. [CRITICAL]

16 Should be supplied with [CRITICAL]

a) suitable trolley

b) A good quality standard laptop ,carry bag appropriate for this model (2 nos.)

Feature which shows entire needle path to be included and demonstrated

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment including all probes. The CMC cost will be taken into consideration for price comparison.

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-383/2015-16

Name of Item : # 383.01 Portable USG Machine (Laptop Model) Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

_______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-389/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5000=00 (Rs. Five thousand only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE / ON RC BASIS OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 389.01 ENT Surgical Microscope

6 Nos.

Ahmedabad, Rajkot, Vadodara, Bhavnagar, Surat,

Jamnagar

11,16,000 3,72,00,000

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON.

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-389/2015-16

Name of Item : ENT Surgical Microscope

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(1) Light - Should have Xenon to Xenon Back Up End (Critical)

(2) Binocular Tube - 0-150 Degree Tiltable Binocular Tube (Critical)

(3) Display System -21 inch display for monitoring and teaching purpose (Critical)

(4) Balancing - Microscope Balancing should be done through electronic sensor only (Critical)

(5) Focal Length -200 to 400mm continuously variable through motorized multifocal lens, activated through hand switch, foot switch, through user interface and manually adjustable override (Critical)

(6) Magnification Range (Non-Critical)

(a) 1.5X to 16X continuous zoom

(7) Recording and archiving and storage device (Critical)

(a) Recorded data should be transferred to USB drive from microscope only

(8) Eye Pieces (Non-Critical)

(a) 12.5X With locking diopter

(9) Field of View (Non-Critical)

(a) 15mm to 146mm

(10) Side Viewing Binocular tube - Side Viewing binocular tube for assistance and teaching purpose (Critical)

(11) Camera - HD Camera should be mounted in microscope without any external attachments (Critical)

(12) Compatible with Co2 Laser Delivery System (Critical)

Operation manual with user demonstration video CD. (with SOP in Gujarati)

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

3

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-389/2015-16

Name of Item : ENT Surgical Microscope

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

Page 1 of 4

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-391/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5,000=00 (Rupees Five Thousand Only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE / ON BI-ANNUAL RATE CONTRACT BASIS OF

ITEM AS UNDER: DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 391.01

Flexible Upper GI Video Endoscope

(Chromo Endoscope) High End

12 Nos.

Anywhere in Gujarat

8,64,000/- 2,88,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON.

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

Page 2 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-391/2015-16

Name of Item : Flexible Upper GI Video Endoscope (Chromo Endoscope) High End

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

The endoscopy system must be Suitable to produce High Definition & High Magnification Images of GI Tract with ability to detect early cancers and pre–neoplastic lesions by optical image enhancement system (Narrow Band Imaging/SPIES/FICE/I-Scan/CBI/SBI).

Video Gastroscope:

Specifications:

1 Field of view: not less than 140° (Critical)

2 Depth of field: 4-100 mm (Critical)

3 Tip deflection: Up :- 210° (Critical)

4 Down:- 90° (Critical)

5 Right:- 100° (Critical)

6 Left:- 100° (Critical)

7 Rigid distal diameter: not more than 9.8 mm (Critical)

8 Insertion tube diameter: not more than 9.8 mm (Critical)

9 Diameter of instrument channel: at least 2.8 mm (Critical)

10 Working length: more than 1000mm (Critical)

11 Total length: more than 1300mm (Critical)

12 Preferably with total brushability (Non-Critical)

13 Built in CCD HD (Critical)

14 Digital video signal processing circuitry

15 Preferably forward water jet mechanism

16 Air, water & suction buttons are silicone free (Critical)

17 Entrance & exit position in field of view (Critical)

18 Fully immersible for disinfection (Critical)

Video Processor (Common for Upper G.I., Lower G.I.): (Critical)

1 High Definition platform, Minimum resolution 1080p.

2 Should provide image at least 70% of screen size

3 Fully compatible to the color systems PAL & NTSC.

4 USB/SD card interface at front panel for Image storage.

Multiple settings allow the user to select the preferred level of image enhancement.

6 Processor is having the additional facility of Electronic 1.5x (minimum)zoom, selectable in 2-4 steps.

7 Integrated Still Image function.

8 Auto Exposure System for consistent illumination level.

9 Automatic white balance with memory function for true color settings.

10 System: Color chip system with in built/separate light source & air water pump

11 Lamp: High Intensity (minimum 100Watt) Xenon lamp, forced air cooling (100-300 Watts)

12 Light output adjustment

13 Video Output: Multiple Options including DVI-D, RGB, Y/C, & Composite

14 R & B color tone adjustment: Preferably seven steps

15 Dual image display: PIP, regular

Page 3 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-391/2015-16

Name of Item : Flexible Upper GI Video Endoscope (Chromo Endoscope) High End

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

16 3 mode image enhancement

17 Controls for Air feed, iris mode selection, white balance, brightness adjustment

18 With key board (compatible with Colonoscope)

Medical grade minimum 26”LED/ LCD Full HD color monitor: (Critical)

1 Size of the monitor should not less than 26”.

2 Monitor should have full HD, 1920 x 1080p resolution.

3 It should accepts High Definition signal of 1920x1080p through DVI & HD-SDI

4 It should also have other inputs like HD-SDI, RGBS, composite, s-video etc.

5 All other on screen menu adjustments like gamma, color, contrast, brightness etc should be provided.

6 Viewing angle should be 1780.

7 Picture in Picture function.

8 It should be provided with Table stand.

9 It should be certified with CE.

Other features:

1 Air water pump & SUCTION.

2 Trolley with two video endoscope hanging system

3 Two spare Xenon lamps addition

4 UPS: 1KVA with 30 minute battery back up

5 Latest configuration of HD image capturing as well as HD video Recording facility along with 1TB External harddisk and Branded Laptop .

6 Training for two surgeons from department by the company for one week.

7 Leakage Tester

Compatible Endotherapy Standard accessories:(Indigenous)

1 Cautery wire/ Active cord

2 Biopsy forceps Reusable

3 Injection needle for sclerotherapy 21G

4 Glue Injector Needle 23G

5 Oesophageal Balloon dilator: wire guided, Balloon Length 6cms

6 Nitinol Guide Wire

7 Shark Tooth Forcep (Foreign Body Removal Forcep): 230 cm, jaws 5mm, Metal Handle, outer sheath of SS coil

8 Rat Tooth Forcep (Foreign Body Removal Forcep)

9 3 Prong Foreign Body Holder Forcep

10 Retrieval Basket

11 Foreign Body Umbrella

12 Marked Spring Tip Guide Wire: 1.8mm tip, 200cm long, round ball tip

13 Esophageal Dilator Set: 14 sizes- 15 Fr to 51 Fr, 100 cms long, Non toxic food grade material

14 Cleaning brush

15 Varices Band ligator: 6 bands, Thread Puller, Flush Needle

16 Mouth piece (Adult & Paediatric)

Page 4 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-391/2015-16

Name of Item : Flexible Upper GI Video Endoscope (Chromo Endoscope) High End

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

Operation manual with user demonstration video CD.

Training for Two Surgeons For atleast one week.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

Entire System should be certified with US FDA and CE European notified body

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-392/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.2000/- (Rs. Two thousand only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 392.01 Flexible Upper GI Video Endoscope

9 Nos. Anywhere in

Gujarat 2,70,000/- 90,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-392/2015-16

Name of Item : Flexible Upper GI Video Endoscope

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

Video Gastroscope:

Specifications: (Critical)

1 Field of view: not less than 140°

2 Depth of field: 5-100 mm

3 Tip deflection:

a Up :- 210°

b Down:- 90°

c Right:- 100°

d Left:- 100°

4 Rigid distal diameter: not more than 9.8 mm

5 Insertion tube diameter: not more than 9.8 mm

6 Diameter of instrument channel: at least 2.8 mm

7 Working length: more than 1000mm

8 Total length: more than 1300mm

9 Preferably with total brushability (Non-Critical)

10 Air, water & suction buttons are silicone free

11 Entrance & exit position in field of view

Video Processor (Common for Upper G.I., Lower G.I. Video-endoscope): (Critical)

1 Should provide image at least 70% of screen size

2 Fully compatible to the color systems PAL & NTSC.

3 Multiple settings allow the user to select the preferred level of image enhancement.

4 Integrated Still Image function.

5 Auto Exposure System for consistent illumination level.

6 Automatic white balance with memory function for true color settings.

7 System: Color chip system with in built/separate light source & air water pump

8 Lamp: High Intensity Xenon (Minimum 100Watts)/LED lamp, forced air cooling

9 Light output adjustment

10 Video Output: Multiple Options including, RGB, Y/C, & Composite

11 R & B color tone adjustment: Preferably seven steps

12 Controls for Air feed, iris mode selection, white balance, brightness adjustment

13 With key board (compatible with Colonoscope)

Medical grade minimum 26”LED / LCD Full HD color monitor: (Critical)

1 Size of the monitor should not less than 26”.

2 Monitor should have full HD, 1920 x 1080p resolution.

3 It should accepts High Definition signal of 1920x1080p through DVI & HD-SDI

4 It should also have other inputs like HD-SDI, RGBS, composite, s-video etc.

5 All other on screen menu adjustments like gamma, color, contrast, brightness etc should be provided.

6 Viewing angle should be 1780.

7 Picture in Picture function.

8 It should be provided with Table stand.

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-392/2015-16

Name of Item : Flexible Upper GI Video Endoscope

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

9 It should be certified with CE.

Other features:

1 Air water pump & Suction

2 Trolley with two video endoscope hanging system

3 UPS: 1KVA with 30 minute battery back up

4 Latest configuration of SD image capturing as well as SD video Recording facility along with 1TB External harddisk and Branded Laptop.

5 Preferably: Certified To :- IEC 601-1 & UL 544 CE According to MDD, protection class 1/CF & ISO Certification for Manufacturing and safety (Critical)

6 Training for two surgeon from department by the company for one week.

7 Leakage Tester

Endotherapy Standard accessories:(Indigenous)

1 Cautery wire / Active cord

2 Biopsy forceps Reusable

3 Injection needle for sclerotherapy 21G

4 Glue Injector Needle 23G

5 Shark Tooth Forcep (Foreign Body Removal Forcep): 230 cm, jaws 5mm, Metal Handle, outer sheath of SS coil

6 Rat Tooth Forcep (Foreign Body Removal Forcep)

7 Retrieval Basket

8 Foreign Body Umbrella

9 Cleaning brush

10 Varices Band ligator: 6 bands, Thread Puller, Flush Needle

11 Mouth piece (Adult & Paediatric)

Operation manual with user demonstration video CD.

Training for Two Surgeons For atleast one week.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

Entire System should be certified with CE European notified body

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________

4

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-392/2015-16

Name of Item : Flexible Upper GI Video Endoscope

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

_______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

Page 1 of 4

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-393/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5,000=00 (Rupees Five Thousand Only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE / ON BI-ANNUAL RATE CONTRACT BASIS OF

ITEM AS UNDER: DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 393.01 Flexible Lower GI Video

Endoscope (Chromo Endoscope) High End

12 Nos.

Anywhere in Gujarat

9,00,000/- 3,00,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON.

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

Page 2 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-393/2015-16

Name of Item : Flexible Lower GI Video Endoscope (Chromo Endoscope) High End

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

Colonoscope:

The endoscopy system must be Suitable to produce High Definition & High Magnification Images of GI Tract with ability to detect early cancers and pre–neoplastic lesions by optical image enhancement system (Narrow Band Imaging/SPIES/FICE/I-Scan/CBI/SBI).

Video Colonoscope: (Critical)

1 Field of view: not less than 140°

2 Depth of field: 4-100 mm

3 Tip deflection:

a Up :- 180°

b Down:- 180°

c Right:- 160°

d Left:- 160°

4 Rigid distal end diameter: not more than 13.8 mm

5 Insertion tube diameter: not more than 13.8 mm

6 Diameter of instrument channel: not less than 3.7mm

7 Working length: more than 1600mm

8 Total length: more than 1950mm

9 Preferred to be with total brushability (Non-Critical)

10 Built in high resolution CCD HD

11 Digital video signal processing circuitry

12 forward water jet mechanism With Pump

13 Air, water & suction buttons are silicone free

14 Entrance & exit position in field of view

15 Fully immersible in liquid (water & Steriliser)

Video Processor (Common for Upper G.I., Lower G.I.): (Critical)

1 High Definition platform, Minimum resolution 1080p.

2 Should provide image at least 70% of screen size

3 Fully compatible to the color systems PAL & NTSC.

4 Preferred USB/SD card interface at front panel for Image storage.

5 Multiple settings allow the user to select the preferred level of image enhancement.

6 Processor is having the additional facility of Electronic 1.5x (minimum)zoom, selectable in 2-4 steps.

7 Integrated Still Image function.

8 Auto Exposure System for consistent illumination level.

9 Automatic white balance with memory function for true color settings.

10 System: Color chip system with in built/separate light source & air water pump

11 Lamp: High Intensity (minimum 100Watt) Xenon lamp, forced air cooling

12 Light output adjustment

13 Video Output: Multiple Options including DVI-D, RGB, Y/C, & Composite

14 R & B color tone adjustment: Preferably seven steps

Page 3 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-393/2015-16

Name of Item : Flexible Lower GI Video Endoscope (Chromo Endoscope) High End

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

15 Dual image display: PIP, regular

16 3 mode image enhancement

17 Controls for Air feed, iris mode selection, white balance, brightness adjustment

18 With key board (compatible with Colonoscope)

Medical grade minimum 26”LED / LCD Full HD color monitor: (Critical)

1 Size of the monitor should not less than 26”.

2 Monitor should have full HD, 1920 x 1080p resolution.

3 It should accepts High Definition signal of 1920x1080p through DVI & HD-SDI

4 It should also have other inputs like HD-SDI, RGBS, composite, s-video etc.

5 All other on screen menu adjustments like gamma, color, contrast, brightness etc should be provided.

6 Viewing angle should be 1780..

7 Picture in Picture function.

8 It should be provided with Table stand.

9 Other features:

10 Air water pump & SUCTION

11 Trolley with two video endoscope hanging system

12 Two spare Xenon lamps addition

13 UPS: 1KVA with 30 minute battery back up

14 Latest configuration of HD image capturing as well as HD video Recording facility along with 1TB External harddisk and Branded Laptop.

15 Training for two surgeons from department by the company for one week.

16 Leakage Tester

Compatible Endotherapy Standard accessories:(Indigenous)

1 Cautery wire / Active cord

2 Biopsy forceps (Colonoscope) Reusable

3 Cleaning brush

4 Foreign Body Grasping forceps

5 Rotatable clip fixing device with clips (25 pieces)

6 Polypectomy Snare: (Colonoscope)

Operation manual with user demonstration video CD.

Training for Two Surgeons For atleast one week.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

Entire System Should be Certified with US FDA and CE European notified body

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

Page 4 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-393/2015-16

Name of Item : Flexible Lower GI Video Endoscope (Chromo Endoscope) High End

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

Page 1 of 4

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-394/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.2,000=00 (Rupees Two Thousand Only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE / ON BI-ANNUAL RATE CONTRACT BASIS OF

ITEM AS UNDER: DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 394.01 Flexible Lower GI Video Endoscope

8 Nos.

Anywhere in Gujarat

2,88,000/- 96,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON.

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

Page 2 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-394/2015-16

Name of Item : Flexible Lower GI Video Endoscope

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

Colonoscope:

Video Colonoscope: (Critical)

1 Field of view: not less than 140°

2 Depth of field: 5-100 mm

3 Tip deflection:

a Up :- 180°

b Down:- 180°

c Right:- 160°

d Left:- 160°

4 Rigid distal end diameter: not more than 13.8 mm

5 Insertion tube diameter: not more than 13.8 mm

6 Diameter of instrument channel: not less than 3.7mm

7 Working length: more than 1600mm

8 Total length: more than 1950mm

9 Preferred to be with total brushability (Non-Critical)

10 Preferred forward water jet mechanism (Non-Critical)

11 Air, water & suction buttons are silicone free

12 Entrance & exit position in field of view

13 Air & water channel should be separate

14 Fully immersible in liquid (water & Sterilizer)

Video Processor (Common for Upper G.I., Lower G.I. Video-endoscope): (Critical)

1 Should provide image at least 70% of screen size

2 Fully compatible to the color systems PAL & NTSC.

3 Multiple settings allow the user to select the preferred level of image enhancement.

4 Integrated Still Image function.

5 Auto Exposure System for consistent illumination level.

6 Automatic white balance with memory function for true color settings.

7 System: Color chip system with in built/separate light source & air water pump

8 Lamp: High Intensity Xenon (Minimum 100Watts)/LED lamp, forced air cooling

9 Light output adjustment

10 Video Output: Multiple Options including, RGB, Y/C, & Composite

11 R & B color tone adjustment: Preferably seven steps

12 Controls for Air feed, iris mode selection, white balance, brightness adjustment

13 With key board (compatible with Colonoscope)

Medical grade minimum 26”LED/ LCD Full HD color monitor: (Critical)

1 Size of the monitor should not less than 26”.

2 Monitor should have full HD, 1920 x 1080p resolution.

3 It should accepts High Definition signal of 1920x1080p through DVI & HD-SDI

4 It should also have other inputs like HD-SDI, RGBS, composite, s-video etc.

Page 3 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-394/2015-16

Name of Item : Flexible Lower GI Video Endoscope

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

5 All other on screen menu adjustments like gamma, color, contrast, brightness etc should be provided.

6 Viewing angle should be 1780.

7 Picture in Picture function.

8 It should be provided with Table stand.

Other features:

1 Air water pump & Suction

2 Trolley with two video endoscope hanging system

3 UPS: 1KVA with 30 minute battery back up

4 Latest configuration of SD image capturing as well as SD video Recording facility along with 1TB External harddisk and Branded Laptop.

5 Training for two surgeons from department by the company for one week.

6 Leakage Tester

Endotherapy Standard accessories:(Indigenous)

1 Cautery wire / Active cord

2 Biopsy forceps (Colonoscope) Reusable

3 Cleaning brush

4 Polypectomy Snare (Colonoscope)

Operation manual with user demonstration video CD.

Training for Two Surgeons For atleast one week.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

Entire System should be certified with CE European notified body

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

Page 4 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-394/2015-16

Name of Item : Flexible Lower GI Video Endoscope

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-395/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5000/- (Rs.Five thousand only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 395.01 Diagnostics

Cystoscope & Resectoscope

12 Nos.

Anywhere in Gujarat

3,60,000/- 1,20,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-395/2015-16

Name of Item : Diagnostics Cystoscope & Resectoscope

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

Cystoscope with Resectoscope

HD Cystoscope : - (Critical)

1 High Definition Cystoscope, Ø 4.0mm, 30° & 4.0mm, 00 wide view with 300mm -330mm working length.

2 Should have better optical clarity and depth of focus.

3 Shapphire cover glass on both ends for more scratch resistance, Laser welded joints for leakage safety, Glass cone / Tip lens filter for longer life of fibers.

4 Autoclavable.

Resectoscope Sheaths(Bipolar 1 + Monopolar 1):- Inner and Outer Resectoscope Sheath for continuous irrigation, rotatable, 26/24 Fr, with standard obturator, suitable for Bipolar and Monopolar working element. (Critical)

1 Resectoscope Sheath with Two stopcocks and obturator (Blunt & Visualising) for 4mm , 30° cystoscope. Size – 26 Fr: One

2 Cystoscope Sheaths:- (Critical)

3 Cystoscope Sheath with Two stopcocks and obturator for 4mm , 30° cystoscope. Size – 17 Fr, 20 Fr & 22 Fr: Each One. (Non-Critical)

VIU (Urethrotomy) Sheath:- (Critical)

1 VIU Sheath with obturator , Working Element & half moon sheath for 4mm , o° urethroscope. Size – 21 Fr: One (Size - Non-critical)

2 VIU Knife Stright & half moon: Five each

Cystoscope – Telescope Bridges :- (Critical)

1 Cystoscope – Telescope bridge with 2 lockable instrument channel, Should be compatible with 4mm telescope. : Two

2 Working Elements with Deflector with 1 instrument channel, lockable & Protection road. Should have One 5 Fr working passage for 5 Fr instruments.

Flexible Instruments:- Length will be compatible with supplied instruments

1 Semi – rigid Biopsy forcep, Oval spoon, Double action, 5 Fr ( 2.1mm ), 40cm length: Three

2 Semi Rigid Stent Removing Forceps 5 Fr: Two

3 Semi-flexible Stent Removing Forceps 5 Fr: Two

4 Semi – rigid Grasping forcep, Alligator jaw, Double action 5 Fr, 40cm length: One

5 Semi – rigid Scissor, Single action, 5 Fr, 40cm length: One

Bipolar 1 and Monopolar 1 Resectoscope Working element :-

1

It should compatible with Single / Double stem – Bipolar and Monopolar electrodes, Passive cutting by spring action – closed handle, Sturdy spring, Downward / Upward HF connection, with protection rod for working element and suitable bipolar and Monopolar high frequency cable (two each).

Litholapaxy Sheath & forceps:

1 Stone Crushing forcep (Compatible with 25fr cystoscope sheath)

2 25 Fr Cycystoscope sheath with Litho Bridge for fragmentation of bladder stone

3 Pneumatic energy unit with two probes. CE Certified

Single / Double stem Bipolar and Monopolar electrodes :-

1 Vaporization electrode 3 mm: Ten each

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-395/2015-16

Name of Item : Diagnostics Cystoscope & Resectoscope

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

2 Straight / Ballpoint electrode 3 mm: Ten each

3 Loop electrode Angled for 30° scope: fifteen each

4 Loop electrode for 00 scope: Six each

All above Equipment and accessories are US FDA and CE European notified body

Operation manual with user demonstration video CD. (with SOP in Gujarati)

Training for Two Surgeons For atleast one week.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

Page 1 of 4

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-396/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5,000=00 (Rupees Five Thousand Only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE / ON BI-ANNUAL RATE CONTRACT BASIS OF

ITEM AS UNDER: DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 396.01 Vessel Sealing

System

9 Nos.

Anywhere in Gujarat

4,05,000/- 1,35,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON.

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

Page 2 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-/2015-16

Name of Item :

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

Vessel Sealing System

1 Description of Function

1.1 The unit delivers a unique combination of pressure and energy to create a consistent seal of vessels and tissue bundles by using the body’s own collagen and elastin to create a permanent fusion zone. (Critical)

2 Operational Requirements (Critical)

2.1 Microprocessor/Microcontroller technology

3 Technical Specifications (Critical)

3.1 Radiofrequency energy generator

3.2 Permanently fuses vessels up to and including 7 mm in diameter and tissue bundles without dissection, isolation, sticking or charring

3.3 When the seal cycle is complete, output to the hand-piece should be automatically be discontinued with an audible tone

3.4 Average seal cycle is 2 to 4 seconds

3.5 Seals withstand three times normal systolic blood pressure

3.6 The technology monitors changes in tissue impedance thousands of times a second, and adjusts energy output accordingly to deliver the appropriate amount of energy for the desired tissue effect

3.7 Feedback-controlled response system automatically discontinues energy delivery when the seal cycle is complete, eliminating the guesswork

3.8 Memory of most recently used intensity and power setting

3.9 Auto diagnosis on switching on and during working to continuously monitor all parameters

3.10 Automatic stoppage of output in case of malfunction with acoustic and visual signal with display of error code.

3.11 Frequency Ieakage on the patient should be less than 50 micro Amp at low frequency and less than 70 mA at high frequency.

4 System Configuration Accessories, spares and consumables (Critical)

4.1 System as specified

4.2

The accessories should include (a) trolley, (b) mains cable with power plug for standard Indian sockets, (c) foot switch, (d) dedicated hand instruments from same manufacturer for open (10 Nos) and laparoscopic surgery (5mm – 10 Nos) from same manufacturer.

5 Power Supply (Critical)

5.1 Power input to be 220-240VAC, 50Hz fitted with Indian power-plug

6 Standards & Safety (Critical)

6.1 Should be USFDA, Conformite European, and BIS approved product.

6.2 Manufacturer and Supplier should have ISO certification for quality standards.

6.3

Electrical safety conforms to standards for electrical safety IEC 60601-1 General Requirements (or equivalent BIS Standard)

Page 3 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-/2015-16

Name of Item :

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

6.4

Shall meet internationally recognised standard for Electro Magnetic Compatibility (EMC) for electromedical equipment: IEC-60601-1-2 :latest edition Or Equivalent BIS) or should comply with 89/366/EEC; EMC-directive as amended

6.5 Certified to be compliant with IEC 60601-2-2 Medical Electrical Equipment Part 2-2: Particular requirements for the safety of High Frequency Surgical Equipments or equivalent if applicable

7 Training

7.1 Comprehensive training for staff of user department and support services till familiarity with the system (Onsite).

8 Service

8.1 After sales service must be provided in the city of installation. In situations requiring service/repair of the unit outside the city of installation, the expenditure on account of this will have to be borne by the supplier. (Critical)

9 Documentation (Critical)

9.1 Product Literature in original along with that of accessories and indigenous components if any. Photocopies/computer generated copies are not acceptable

9.2

Statement of compliance with tender specifications with clear and unambiguous links to relevant portions of product literature/authentic document, which should be highlighted. Alternatives provided for noncompliant specifications with justification must be described in detail with supporting literature.

9.3 Certificate of compliance with standards and approvals stated above

9.4 Certificate of manufacturer/principal regarding authorisation of service facility provided by the supplier

9.5 List of Equipment available in the Service Centre for providing calibration and routine Preventive Maintenance Support. as per manufacturer documentation in service/technical manual.

9.6 List of important spare parts and accessories, which are required for maintenance and repair, with their part number and costing

9.7 Terms and conditions of warranty and CMC including schedules of visit by service personnel with check list of services to be carried out

9.8

Commitment for supply of log book with check list for daily, weekly, monthly and quarterly preventive maintenance with contact details of service personnel along with the equipment. The job description of the hospital technician and company service engineer should be clearly spelt out in the log book.

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

Page 4 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-/2015-16

Name of Item :

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

Page 1 of 7

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-397/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5,000=00 (Rupees Five Thousand Only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE / ON BI-ANNUAL RATE CONTRACT BASIS OF

ITEM AS UNDER: DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 397.01

HD Operative Laproscope Set with Insuffelator, Monitor,

Light Source, Telescope and Hand Instruments (HIGH

END)

16 Nos.

Anywhere in Gujarat

14,40,000/- 4,80,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON.

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

Page 2 of 7

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-397/2015-16

Name of Item : HD Operative Laproscope Set with Insuffelator, Monitor, Light Source, Telescope and Hand Instruments (HIGH END)

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

HD 3CCD CAMERA SYSTEM

(1) should have Min Resolution 1920 x 1080 Pixel, in DVI / HDMI format. (Critical)

(2) Progressive Scan CCD should be – 3 chip (Critical)

(3) Aspect Ratio should be 16:9 (Critical)

(4) Preferred Sensitivity should be 1.5 Lux. to get optimum color resolution with all kind of light source. ( Non- Critical)

(5) It should have Programmable buttons & menu keys on head / Remote. (Critical)

(6) It should have Freeze Function through button on head. (Critical)

(7) There should be a facility of Digital Zoom and optical zoom. (Critical)

(8) Preferred to have Facility to invert or flip the image for allowing surgeon to operate from opposite side of camera. ( Non- Critical)

(9) There should be a function of multi- step digital enhancer. (Critical)

(10) Compatible to different light sources such as LED, Xenon, Halogen for optimum colors on all. (Critical)

(11) It should preferably have detachable C-mount for use of different couplers such as beam splitter, zoom coupler, use on surgical operating microscopes. (Non-Critical)

(12) Video Outputs - HD-SDI - 1, Y/C – 1, Composite - 1, DVI /HDMI- 2 , RGB -1 (Preferred) (Critical)

(13) Key Board Connectivity for data input. ( Non- Critical)

(14) Facility to operate LED or Xenon Light Source from Camera. ( Non- Critical)

(15) It should also have function of Window, Gain & Anti-moire filter. (Critical)

(16) It should be certified with US FDA and CE European notified body. (Critical)

Medical grade minimum 26" LED /LCD Full HD color monitor: (Critical)

(1) Size of the monitor should not less than 26". (Critical)

(2) Monitor should have full HD, 1920 x 1080p resolution. (Critical)

(3) It should accepts High Definition signal of 1920x1080p through DVI & HD-SDI (Critical)

(4) It should also have other inputs like HD-SDI, DVI, RGBS/VGA, composite, s-video etc. (Critical)

(5) All other on screen menu adjustments like gamma, color, contrast, brightness etc should be provided. (Critical)

(6) Viewing angle should be 1780. (Critical)

(7) Full glass flat front panel and splash proof front. (Critical)

(8) Completely closed metal housing. (Non-Critical)

(9) Picture in Picture function. (Non-Critical)

(10) It should be provided with Table stand. (Critical)

CO2 INSUFFLATOR 20 litre: (Critical)

(1) It should be microprocessor based technology. (Critical)

(2) flow rate should be 0.5 - 20 Liter per min. (Critical)

(3) It should have soft mode for initial insufflations. (Critical)

Page 3 of 7

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-397/2015-16

Name of Item : HD Operative Laproscope Set with Insuffelator, Monitor, Light Source, Telescope and Hand Instruments (HIGH END)

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(4) Also there should be high flow mode for fast replacement of gas. (Critical)

(5) There should be automatic flow rate control. (Critical)

(6) Maximum abdominal pressure should not be less than 25mm/Hg. (Critical)

(7) It should be available with all following accessories. (Critical)

(8) High pressure tube with medical filter to connect machine with cylinder. (Non-Critical)

(9) Patient tube should be silicone and medical grade. (Critical)

(10) Required spanners to tighten nuts. (Critical)

(11) CO2 Cylinder (with opening key or built in knob): two Large (9 kg) size to supplied with insufflator. (Critical)

(12) It should be certified with US FDA and CE European notified body. (Critical)

LIGHT SOURCE Xenon 300watt /LED of equivalent illumination: (Critical)

(1) LED lifespan approx 30,000-50,000 hrs / Xenon lamps to be provided for 10000 working hrs (Critical)

(2) Intensity should be control by push buttons & indicated through bar graph / numeric display. (Critical)

(3) Color temperature should be 6000 ° - 65000 K. (Critical)

(4) The fiber optic cable adaptor preferred to have an optical sensor that allows switching ON the bulb only when the cable is connected. (Critical)

(5) Preferred to have a composite input for automatic control of intensity when camera is in fixed shutter mode. ( Non- Critical)

(6) It should be provided with compatible Fiber Optic Light Cables , 300cm, 4.8 mm. (Critical)

(7) It should be certified with US FDA and CE European notified body. (Critical)

HD LAPAROSCOPE 10MM 30°, 10MM 0°, 5MM 30°

(1) Laparoscope 10mm 30°, 10mm 0°, 5mm 30° working length – 300-330mm. (Critical)

(2) High Definition batter optics to get enhanced clarity and brightness. (Critical)

(3) High depth of focus. (Critical)

(4) Medical grade complete stainless steel body with sapphire / Scratch proof glass cover. (Critical)

(5) laser welded joints to body, uniform brightness to the center & periphery (Critical)

(6) It should be certified with US FDA and CE European notified body. (Critical)

Laparoscopy Trolley

(1) Minimum of four shelves (Critical)

(2) Rear cart columns for high stability (Critical)

(3) Four antistatic double castors, front wheels with lock (Critical)

(4) Integrated drawer (Critical)

(5) Integrated push bar handle for easy maneuvering (Critical)

(6) Integrated holder for CO" bottle (Critical)

(7) Minimum dimensions 720 x 1200 mm x 620 (W x H x D) (Critical)

(8) Articulating holding arm for secondary monitor (Critical)

(9) UPS– 2kv , Tolarance ± 1% , ------ 1No. (Critical)

Page 4 of 7

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-397/2015-16

Name of Item : HD Operative Laproscope Set with Insuffelator, Monitor, Light Source, Telescope and Hand Instruments (HIGH END)

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(10) one plug should be 15amp and 10 plugs of 5 amp (Critical)

SUCTION-IRRIGATION UNIT (ISI Mark)

(1) Pump for irrigation and suction (Critical)

(2) Maximum irrigation pressure 400 mm Hg (Critical)

(3) Suction pressure 0.75 bar (Critical)

(4) Control from control panel and/or foot pedal (Critical)

(5) Overflow protection on suction bottles (Critical)

(6) Accessories should include silicone tubings, bacterial filter and bottles with cap (Critical)

IMAGE MANAGEMENT SYSTEM (Inbuilt / External).

(1) Documentation system for digital storage of Full HD video sequences and still images with editing Facilities. (Critical)

(2) Latest processor & HDD, which should be specified (Critical)

(3) Largest possible RAM, which should be specified (Critical)

(4) Integrated DVD/CD writer with maximum speed which should be specified (Critical)

(5) Compact key board with drape (Critical)

(6) Cordless mouse (Critical)

(7) All types of connecting cables (BNC, DVI) and connectors, which should be specified (Critical)

(8) Flat screen colour monitor of 1024x768 resolution with all connectors and connection cables (BNC, S-VIDEO(Y/C), VGA), which should be specified (Critical)

(9) Separate mobile cart with lock and key for housing all the components of the image management system (Critical)

HAND INSTRUMENTS & OTHER ACCESSORIES- all hand instruments with RF connector must be insulated up to the jaw joint. (Critical)

(1) Reusable Veress Pneumoperitoneum Needle: spring loaded, blunt stylet, luer lock, length 10 -12 and 15cm. One Each (Critical)

(2) Reusable Trocar :- 5mm: multifunctional valve, insufflation stopcock and threaded sleeves, pyramidal tip, length (10-11cm). Three (Critical)

(3) Reusable Trocar :-10/11mm & 12 mm: multifunctional valve, insufflation stopcock and threaded sleeves, pyramidal tip, length (10-11cm). Each Two (Critical)

(4) Suction and Irrigation cannula: Size 10 & 5mm, length 36cm, used with suction and irrigation handle. One Each (Critical)

(5) Grasping forceps – toothed 2x4 teeth: Double action jaws, rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility. Each Two (Critical)

(6)

Grasping forceps – toothed 2x 3 teeth: Double action jaws, rotating 7with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility. Each Two (Critical)

Page 5 of 7

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-397/2015-16

Name of Item : HD Operative Laproscope Set with Insuffelator, Monitor, Light Source, Telescope and Hand Instruments (HIGH END)

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(7) Maryland forceps: Double action jaws, rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility. Each Two (Critical)

(8) Grasping forceps- Atraumatic: Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility. Each Two (Critical)

(9) Grasping forceps- Allis: Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility. Each Two (Critical)

(10) Grasping forceps- Mixter: Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility. Each Two (Critical)

(11) Grasping forceps- Plain dissection & Grasping: Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility. Each Two (Critical)

(12) Grasping forceps- Babcock: Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility. Each Two (Critical)

(13) Fan shaped retractor: Rotating , size 5mm, length 33-36cm, dismantling facility. Each One (Critical)

(14) Nathanson / Cusheri Liver Retractor: Set of four sizes (45, 55, 78, 95 mm), sandblasted to eliminate light reflection. One (Critical)

(15) Scissors straight blades: Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility. Two (Critical)

(16) Rotating Metzenbaum Scissors: Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility. Two (Critical)

(17) Bipolar coagulating forceps: Size 5mm, length 30-36cm fenestrated. One (Critical)

(18) Bipolar coagulating forceps: Size 5mm, length 30-36cm, 3mm width of jaws. One (Critical)

(19) High Frequency Cord: For 5mm & 10mm hand instruments with Monopolar Electrodes, spatula tip. Two (Critical)

(20) High Frequency Cord: For 5mm & 10mm hand instruments with Monopolar Electrodes, hook tip. Two (Critical)

(21) Knot pushers: Eye type, length 33-36cm. Two (Critical)

(22) Needle holder coaxial type: Size 5mm, tungsten tip, straight handle with ratchet, single moving jaw, length 33-36cm. Two (Critical)

(23) Clip Applicator - Medium Large: Rotatable, provision for locking the shaft conveniently, 10mm, compatible with clip Medium Large. Two (Critical)

(24) Clip Applicator – Large: Rotatable, provision for locking the shaft conveniently, 10mm, compatible with clip Large. Two (Critical)

(25) Hassan cone: Adaptable to 10mm trocar. One (Critical)

Page 6 of 7

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-397/2015-16

Name of Item : HD Operative Laproscope Set with Insuffelator, Monitor, Light Source, Telescope and Hand Instruments (HIGH END)

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(26) Blunt Obturator: For 11mm port. One (Critical)

(27) Reducer: from 10/11mm to 5mm & 5 to 3 mm. Each Two (Critical)

(28) L-Hook: Size 5mm, length 33-36cm with pin for cautery. Two (Critical)

(29) Spatula: Size 5mm, length 33-36cm with pin for cautery. Two (Critical)

(30) Fascia closure instrument: Size 2.8mm, length 17cm. Two (Critical)

(31) Washers: For 5 & 10 mm cannula and reducers. Fifty Each (Critical)

(32) Container Systems: Metal / Plastic: For sterilization in ETO/ Plasma and storage of telescopes, hand instruments and other accessories. Different sizes. One for each telescope (Critical)

Operation manual with user demonstration video CD. (with SOP in Gujarati)

Training for Two Surgeons For atleast one week.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

The entire system except for the image management system, suction, liver retractor, clip applicator, container and trolley should be from the same manufacturer. (Critical). However the compatibility of all these components to the main equipment must be clearly demonstrated at the time of technical scrutiny. All the components except trolley must be sourced from the parent company and authorization by the parent company has to be produced with the physical documents.

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

Page 7 of 7

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-398/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5000/- (Rs. Five thousand only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 398.01

Laproscope Set with Insuffelator, Monitor,

Light Source, Telescope and Hand

Instrument

11 Nos.

Anywhere in Gujarat

6,60,000/- 2,20,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-398/2015-16

Name of Item : Laproscope Set with Insuffelator, Monitor, Light Source, Telescope and Hand Instrument Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(A) Single Chip Camera: (Critical)

1 Image sensor: 1/3 or ½ CCD chip / CMOS technology

2 Should have Min Resolution 1920 x 1080 Pixel, in DVI / HDMI format.

3 Auto gain control & Microprocessor control

4 Minimum sensitivity for high resolution in low light condition

5 Exposure control: 1/50 second – 1/1000 second

6 Anti moiré filter

7 Automatic white balance with memory function

8 Image freeze function

9 Programmable buttons on camera head

10 Perfocal optical zoom 16-36 mm

11 Digital view out put

12 It should be USFDA and Conformite European certified.

(B) Medical grade minimum 24”LED/LCD Full HD color monitor: (Critical)

1 Size of the monitor should not less than 24”.

2 Monitor should have full HD, 1920 x 1080p resolution.

3 It should accepts High Definition signal of 1920x1080p through DVI /HDMI & HD-SDI

4 It should also have other inputs like HD-SDI, DVI /HDMI, RGBS/VGA, composite, s-video etc.

5 All other on screen menu adjustments like gamma, color, contrast, brightness etc should be provided.

6 Viewing angle should be 178°.

7 Full glass flat front panel and splash proof front.

8 Completely closed metal housing. (Non-Critical)

9 Picture in Picture function. (Non-Critical)

10 It should be provided with Table stand.

11 It should be certified with CE.

(C) CO2 INSUFFLATOR 20 litre : (Critical)

1 It should be microprocessor based technology.

2 flow rate should be 0.5 - 20 Liter per min.

3 It should have soft mode for initial insulations.

4 Also there should be high flow mode for fast replacement of gas.

5 There should be automatic flow rate control.

6 Maximum abdominal pressure should not be less than 25mm/Hg.

7 It should be available with all following accessories.

8 High pressure tube with medical filter to connect machine with cylinder. (Non-Critical)

9 Patient tube should be silicone and medical grade.

10 Required spanners to tighten nuts.

11 CO2 Cylinder (with opening key or built in knob): two Large (9 kg) size to supplied with insufflator.

12 It should be certified with US FDA and CE European notified body. (Critical)

(D) LIGHT SOURCE LED: (Critical)

1 It has lifespan approx 30,000-50,000 hrs.

2 Intensity should be control by push buttons & indicated through bar graph / numerical display.

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-398/2015-16

Name of Item : Laproscope Set with Insuffelator, Monitor, Light Source, Telescope and Hand Instrument Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

3 Color temperature should be 6000 - 6500 °K.

4 The fiber optic cable adaptor preferred to have an optical / mechanical sensor that allows switching ON the bulb only when the cable is connected.

5 Preferred to have a composite input for automatic control of intensity when camera is in fixed shutter mode. ( Non- Critical)

6 It should be provided with compatible Fiber Optic Light Cables , 300cm, 4.8 mm.

7 It should be certified with US FDA and CE European notified body. (Critical)

(E) HD LAPAROSCOPE 10mm 30° and 10mm 0° (Critical)

1 Laparascope 10mm 30° and 10mm 0°, working length – 300-330mm.

2 High Definition batter optics to get enhanced clarity and brightness.

3 High depth of focus.

4 Medical grade complete stainless steel body with sapphire / Scratch proof glass cover.

5 laser welded joints to body, uniform brightness to the center & periphery

6 It should be certified with US FDA and CE European notified body. (Critical)

(F) Laparoscopy Trolley (Critical)

1 Minimum of four shelves

2 Rear cart columns for high stability

3 Four antistatic double castors, front wheels with lock

4 Integrated drawer

5 Integrated push bar handle for easy maneuvering

6 Integrated holder for CO" bottle

7 Minimum dimensions 720 x 1200 mm x 620 (W x H x D)

8 Articulating holding arm for secondary monitor

9 UPS– 2kv , Tolarance ± 1% , ------ 1No.

10 one plug should be 15amp and 10 plugs of 5 amp

(G) HAND INSTRUMENTS & OTHER ACCESSORIES – all instruments from single manufacturer as well as autoclavable (Critical)

1 Reusable Trocar (5Nos) :- 5mm : multifunctional valve, insufflation stopcock and threaded sleeves, pyramidal tip, length (10.5cm)

2 Reusable Trocar (5Nos) :- 10/11mm : multifunctional valve, insufflation stopcock and threaded sleeves, pyramidal tip, length (10.5cm)

3 Suction and Irrigation cannula (2Nos) : size 5mm, length 36cm, used with suction and irrigation handle

4 Grasping forceps (2Nos) – toothed 2x4 teeth: Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility

5 Grasping forceps (2Nos) – toothed 2x 3 teeth: Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility

6 Maryland forceps (5Nos): Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility

7

Grasping forceps (2Nos) - Atraumatic: Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility

4

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-398/2015-16

Name of Item : Laproscope Set with Insuffelator, Monitor, Light Source, Telescope and Hand Instrument Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

8 Grasping forceps- Allis (2Nos) : Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility

9 Grasping forceps- Mixter (2Nos) : Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility

10 Grasping forceps (1Nos) - Plain dissection & Grasping: Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility

11 Grasping forceps- Babcock (1Nos) : Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility

12 Fan shaped retractor (1Nos) : Rotating , size 5mm, length 33-36cm, dismantling facility

13 Hook Scissors (1Nos) : Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility

14 Rotating Metzenbaum Scissors (5Nos) : Double action jaws , rotating with connector pin for unipolar coagulation, size 5mm, length 33-36cm, dismantling facility

15 Bipolar coagulating forceps (1Nos) : Size 5mm, length 33-36cm fenestrated

16 Bipolar coagulating forceps (1Nos) : Size 5mm, length 36cm, 3mm width of jaws

17 High Frequency Cord (2Nos) : For 5mm & 10mm hand instruments with Monopolar Electrodes, spatula tip

18 High Frequency Cord (2Nos) : For 5mm & 10mm hand instruments with Monopolar Electrodes, hook tip

19 Knot pushers (1Nos) : Eye type, length 33-36cm

20 Needle holder coaxial type (2Nos) : Size 5mm, tungsten tip, straight handle with ratchet, single moving jaw, length 33-36cm

21 Clip Applicator - Medium Large (1Nos) : Rotatable, provision for locking the shaft conveniently, 10mm, compatible with clip LT 300

22 Reducer (2Nos) : from 10/11mm to 5mm & 5 to 3 mm

23 L-Hook (2Nos) : Size 5mm, length 33-36cm with pin for cautery

24 Spatula (2Nos) : Size 5mm, length 33-36cm with pin for cautery

25 Fascia closure instrument (1Nos) : Size 2.8mm, length 17cm

26 Washers (10Nos each) : For 5 & 10 mm cannula and reducers

Operation manual with user demonstration video CD.

Training for Two Surgeons.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

5

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-398/2015-16

Name of Item : Laproscope Set with Insuffelator, Monitor, Light Source, Telescope and Hand Instrument Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

The entire system except for the hand instruments and trolley should be from the same manufacturer. (Critical). However the compatibility of all these components to the main equipment must be clearly demonstrated at the time of technical scrutiny. All the components except hand instruments and trolley must be sourced from the parent company and authorization by the parent company has to be produced with the physical documents.

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-400/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5000/- (Rs. Five thousand only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 400.01 Ultrasonic Coagulator

with Vessel Sealer 12

Nos. Anywhere in

Gujarat 6,48,000/- 2,16,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-400/2015-16

Name of Item : Ultrasonic Coagulator with Vessel Sealer

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(A) FUNCTIONAL SPECS FOR ULTRASONIC ENERGY AND ADVANCED RF ENERGY

(Critical)

1 Universal connector to connect Ultrasonic energy and Advanced RF energy instruments.

2 Automatic instrument recognition. (Critical)

3 USFDA and CE approved. (Critical)

4 Touch screen display for fast and setup, operation and on-screen diagnostics. (Critical)

5 System should have the ability for software updates via USB memory stick.

6 Single generator that provides Ultrasonic energy and Advanced RF energy technology for soft tissue dissection and vessel sealing (Critical)

7 System should conform to the following international standards EN (IEC) 60601-1, EN (IEC) 60601-1-2, EN (IEC) 60601-2-2, EN (IEC) 60601-1-8 (Critical)

8 System should provide Class 1 protection against electric shock (Critical)

9 System should have a single foot switch for operating ultrasonic energy or advanced RF energy instruments (Critical)

10 System should have the ability to select hand switch or foot switch activation or both for Ultrasonic and advanced RF energy instruments and the ability to change selection during use (Critical)

11 System should have English language as default

12 System should provide minimal lateral thermal spread approx. 1 mm. (Critical)

13 System should not have an auto switch off mechanism. (Critical)

14 System should have standby mode to ensure safety. (Critical)

15 System should come equipped with system diagnostics and troubleshooting guide to pin point any problems in the systems.

16 System should have on screen warning display system for generator overheating, generator software upgrade, hand piece errors and instrument errors

17 System should be able to power ultrasonic energy instruments with 55.5 KHz frequency and have the ability to power ultrasonic energy instruments in the frequency range of 30-80 KHz in future (Critical)

18 System should be compatible for open surgery and for laparoscopic surgery. (Critical)

19 System should be compatible with both 5mm instruments. (Critical)

20 System should have at least 3-5 power settings levels with power level display for ultrasonic energy instruments. (Critical)

21 System should be equipped with smart advanced RF energy technology to measure the tissue impedance and control the power delivery. (Critical)

22 System should be equipped with advanced RF energy technology that can simultaneously seal and transect vessels up to and including 7mm, large tissue pedicles and vascular bundles. (Critical)

23

System should be equipped with advanced RF energy technology that provides temperature controlled energy delivery which should maintain tissue temperature approximately at 100 degree Celsius. (Critical)

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-400/2015-16

Name of Item : Ultrasonic Coagulator with Vessel Sealer

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

24 System should have Advanced RF Energy hand instruments with a unique electrode configuration to minimize the lateral thermal spread.

25 System should have Advanced RF Energy hand instruments with technology to deliver high compression uniformly across seal area. (Critical)

26 System should have Advanced RF Energy hand instruments that provide tissue / vessel seal strength to withstand bursting pressure of 7 times the systolic pressure. (Critical)

27 All hand probes for open and lap procedures should be able to simultaneously cut and coagulate tissues. (Critical)

28

System should be able to power advanced RF energy hand instruments of 5mm shaft diameter for both open & laparoscopic procedures in different shaft lengths (14cm, 25cm, 35cm & 45cm) and should be both hand & foot activated. (Critical

29 Systems should be supplied with power ultrasonic energy hand instruments of 5mm shaft diameter for both open & laparoscopic procedures and should be both hand and foot activated, with the following specifications (Critical)

(a)

Scissor grip Curved Coagulating Shears with curved, tapered tip for precise dissection and with 240-degree activation triggers that support multiple hand positions in the following shaft lengths (9cm and 17cm). Can seal blood vessels upto and including 5mm in diameter : Three each 9cm & 17 cm with

two compatible transducer cables (Critical)

(b)

Pistol grip Curved Coagulating Shears with ergonomic handle in the following shaft lengths (23cm, 36cm, 45cm). Can seal blood vessels upto and including

5mm in diameter: 23cm- Two pc, 36 cm- Four pc, 45 cm- one pc (Critical)

(c) Curved Blade and Dissecting Hook having telescoping shaft (10cm-14cm) with

integrated hand activation control buttons. : One pc (Critical)

(d) 5mm Lap Dissecting Hook, 32 cm long: One pc (Critical)

System should comprise of the following

Hardware: (Critical)

1 Generator

2 Footswitch & Cable

Accessories: (Critical)

1 Handpiece (Transducer) – 2 units (Critical)

2 Generator Cart

3 Adaptors for ultrasonic and advanced RF energy instruments

4 Compatible online UPS with maintenance free batteries with backup of 2 hours

Operation manual with user demonstration video CD. (with SOP in Gujarati)

Onsite Training for Two Surgeons.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

NOTE:- CMC rate shall be filled in commercial bid only.

4

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-400/2015-16

Name of Item : Ultrasonic Coagulator with Vessel Sealer

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

Page 1 of 4

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-402/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5,000=00 (Rupees Five Thousand Only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE / ON BI-ANNUAL RATE CONTRACT BASIS OF

ITEM AS UNDER: DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 402.01 Flexible Side Viewing

Duodeno Scope 1 No.

Anywhere in Gujarat

4,80,000/- 1,60,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON.

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

Page 2 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-402/2015-16

Name of Item : Flexible Side Viewing Duodeno Scope

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

Video Duodenoscope: (Critical)

1 Field of view: not less than 100°

2 Depth of field: 5-60 mm

3 Tip deflection:

a) Up :- 120°

b) Down:- 90°

c) Right:- 100°

d) Left:- 90°

4 Rigid distal diameter: not more than 13.5 mm

5 Diameter of instrument channel: at least 4.2 mm

6 Working length: more than 1240 mm

7 Total length: more than 1500 mm

8 Preferred to be with total brushability (Non-Critical)

9 Built in high resolution CCD

10 Digital video signal processing circuitry

11 Air, water & suction buttons are silicone free

12 Fully immersible in liquid (water & steriliser)

Video Processor: (Critical)

1 System: Color chip system with in built / Separate light source & air water pump

2 Lamp: Xenon (minimum 100 W) light Source

3 Light output adjustment

4 Weight: not more than 15 kg

5 Video Output: RGB, Y/C, Composite & DVI

6 R & B color tone adjustment: Preferable five steps (Non-Critical)

7 Dual image display: regular

8 3 mode image enhancement

9 On processor controls for Air feed, iris mode selection, white balance, brightness adjustment

Medical grade minimum 26”LED / LCD Full HD color monitor: (Critical)

1 Size of the monitor should not less than 26”.

2 Monitor should have full HD, 1920 x 1080p resolution.

3 It should accepts High Definition signal of 1920x1080p through DVI & HD-SDI

4 It should also have other inputs like HD-SDI, RGBS, composite, s-video etc.

5 All other on screen menu adjustments like gamma, color, contrast, brightness etc should be provided.

6 Viewing angle should be 1780 .

7 Picture in Picture function.

8 It should be provided with Table stand.

Other features:

1 Air water pump & Suction

2 Trolley with two video endoscope hanging system

3 Two spare Xenon lamps addition

4 UPS: 1KVA with 30 minute battery back up

Page 3 of 4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-402/2015-16

Name of Item : Flexible Side Viewing Duodeno Scope

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

5 Latest configuration of HD image capturing as well as HD video Recording facility along with 1TB External harddisk and Branded Laptop.

Endotherapy accessories:

1 Cautery wire / Active cord

2 Biopsy forceps Reusable

3 Retrival Dormia Basket

4 Cleaning brush

5 Mouth piece (Adult)

6 ERCP Cannula

7 ERCP Dilator

8 ERCP Sphincterotome

9 ERCP Mechanical Lithotripter

10 ERCP stone extractor balloon Catheter

11 ERCP Guide wire

Operation manual with user demonstration video CD.

Training for Two Surgeons For atleast one week.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

Entire System should be certified with US FDA and CE European notified body

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

Page 4 of 4

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

Page 1 of 3

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-403/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5,000=00 (Rupees Five Thousand Only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE / ON BI-ANNUAL RATE CONTRACT BASIS OF

ITEM AS UNDER: DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 403.01 Endovision Camera

Chromo HD 10

Nos. Anywhere in

Gujarat 7,50,000/- 2,50,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON.

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

Page 2 of 3

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-403/2015-16

Name of Item : Endovision Camera Chromo HD

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(A) ENDOVISION HD 3CCD CHROMO CAMERA SYSTEM : (Critical)

1 should have Min Resolution 1920 x 1080 Pixel, in DVI / HDMI format. (Critical)

2 Progressive Scan CCD should be – 3 chip (Critical)

3 Aspect Ratio should be 16:9 (Critical)

4 Preferred Sensitivity should be 1.5 Lux. to get optimum color resolution with all kind of light source. ( Non- Critical)

5 It should have Programmable buttons & menu keys on head / Remote. (Critical)

6 It should have Freeze Function through button on head. (Critical)

7 There should be a facility of Digital Zoom and optical zoom. (Critical)

8 Preferred to have Facility to invert or flip the image for allowing surgeon to operate from opposite side of camera. ( Non- Critical)

9 There should be a function of multi- step digital enhancer. (Critical)

10 Compatible to different light sources such as LED, Xenon, Halogen for optimum colors on all. (Critical)

11 It should preferably have detachable C-mount for use of different couplers such as beam splitter, zoom coupler, use on surgical operating microscopes. (Non-Critical)

12 Video Outputs - HD-SDI 1, Y/C – 1, Composite - 1, DVI /HDMI- 2 , RGB -1 (Preferred) (Critical)

13 Key Board Connectivity for data input. ( Non- Critical)

14 Facility to operate LED or Xenon Light Source from Camera. ( Non- Critical)

15 It should also have function of Window, Gain & Anti-moire filter. (Critical)

16 It should be certified with US FDA and CE European notified body. (Critical)

17

CAMERA SYSTEM with integrated innovative visualization technology by shifting color spectrum and homogeneous illumination and contrast

enhancement (Critical)

Operation manual with user demonstration video CD. (with SOP in Gujarati)

Training for Two Surgeons For atleast one week.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

Page 3 of 3

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-403/2015-16

Name of Item : Endovision Camera Chromo HD

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-404/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5000/- (Rs. Five thousand only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 404.01 Endo Vision Camera HD

9 Nos. Anywhere in

Gujarat 3,78,000/- 1,26,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-404/2015-16

Name of Item : Endo Vision Camera HD

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

HD 3CCD CAMERA SYSTEM: (Critical)

1 should have Min Resolution 1920 x 1080 Pixel, in DVI / HDMI format. (Critical)

2 Progressive Scan CCD should be – 3 chip (Critical)

3 Aspect Ratio should be 16:9 (Critical)

4 Preferred Sensitivity should be 1.5 Lux. to get optimum color resolution with all kind of light source. ( Non- Critical)

5 It should have Programmable buttons & menu keys on head / Remote. (Critical)

6 It should have Freeze Function through button on head. (Critical)

7 There should be a facility of Digital Zoom and optical zoom. (Critical)

8 Preferred to have Facility to invert or flip the image for allowing surgeon to operate from opposite side of camera. ( Non- Critical)

9 There should be a function of multi- step digital enhancer. (Critical)

10 Compatible to different light sources such as LED, Xenon, Halogen for optimum colors on all. (Critical)

11 It should preferably have detachable C-mount for use of different couplers such as beam splitter, zoom coupler, use on surgical operating microscopes. (Non-Critical)

12 Video Outputs - HD-SDI - 1, Y/C – 1, Composite - 1, DVI /HDMI- 2 , RGB -1 (Preferred) (Critical)

13 Key Board Connectivity for data input. ( Non- Critical)

14 Facility to operate LED or Xenon Light Source from Camera. ( Non- Critical)

15 It should also have function of Window, Gain & Anti-moire filter. (Critical)

16 It should be certified with US FDA and CE European notified body. (Critical)

Operation manual with user demonstration video CD. (with SOP in Gujarati)

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-404/2015-16

Name of Item : Endo Vision Camera HD

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-411/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.2000/- (Rs. Two thousand only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 411.01 LED OT light Ceiling

Double Dome 10 Nos.

Anywhere in Gujarat

3,00,000/- 1,00,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-411/2015-16 Name of Item : LED OT light Ceiling Double Dome Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(A) LED OT light – Double Dome Ceiling (Critical)

1 Double dome operating light must be designed for the use in high demanding surgical procedures.

2 State-of-the-art LED bulbs should be used to ensure a low energy consumption and a long service life.

3 Outer handles at the light head should be provided to allow for non-sterile positioning. (critical)

4 Light head must be designed with smooth transitions and surfaces, without slots, gaps or exposed screwing to ensure fast and effective cleaning. (critical)

5 The light head with streamlined shape is favourable within laminar flow. (critical)

6 The light head must be resistant to disinfectant. (critical)

7 Third party certification for laminar air flow should be preferably attached.

(Non-Critical)

8 For sterile positioning an ergonomic, exchangeable and centrally positioned sterile handle within the light head should be provided. (critical)

9 Domes of surgical light must be provided with unlimited rotation (360°). Light head and suspension must be sealed dust proof. (critical)

10 Color temperature should be homogeneous at every illumination intensity. (critical)

11 The surgical light should be complete with all components for ceiling mount and electrical feed-in, incl. finalised installation. (critical)

12 Control Unit on Light Dome feather touch and Digital / Bar display. (critical)

(B) Technical data for Each Dome: (Critical)

1 Central illumination intensity at a distance of 1 meter : 140,000 to 160,000 lux (critical)

2 Light field diameter at a distance of 1m : 170-250 mm (critical)

3 Depth of illumination not less than 1200 mm (critical)

4 Average Color rendering index Ra : 94 to 96

5 Color rendition index R9 (red) : 90 or more (critical)

6 Color temperature equal or more than : 4300K to 5000K (variable settings - Optional) (Non-Critical)

7 Adjusting the illumination intensity : 25% to 100% (critical)

8 Number of LED : Maximum 120 units

9 LED with individual lense reflector system (critical)

10 Service life LED bulbs minimum 30000 hours (critical)

11 Replacement of LED single bulbs should be possible (critical)

12 Separate Ambient light mode (Endolight / Backlight) - Light Intensity should be max 5000 lux (critical)

13 Diameter of light head : 500 to 750 mm

14 Power Supply: 100-240 V (AC)

(C) Safety Features: (Critical)

1 Protection class acc. to IEC 60601-1 -(critical)

2 Mains connection component - Protection class 1

3 Light head – SELV

4 Protection class acc. to IEC 60529

3

PART-I TECHNICAL BID T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-411/2015-16 Name of Item : LED OT light Ceiling Double Dome Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

5 Arm system/mains connection component - IP 30

6 Light head - IP 42

7 Classification in accordance with EU Directive 93/42/EEC Annex IX - Class I

8 IEC 60601-1 - Medical electrical equipment – Section 1-1

9 IEC 60601-2-41 - Medical electrical equipment – Section 2-41

10 IEC 60601-1-2 - Medical electrical equipment – Section 1-2

11 It should be Conformite European & US FDA certified. (critical)

Operation manual with user demonstration video CD. (with SOP in Gujarati)

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-412/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5000/- (Rs. Five thousand only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 412.01 Ceiling OT Light

Double Dome with Camera

19 Nos.

Anywhere in Gujarat

9,12,000/- 3,04,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-412/2015-16

Name of Item : Ceiling OT Light Double Dome with Camera

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(A) LED OT light – Double Dome Ceiling (Critical)

1 Double dome operating light must be designed for the use in high demanding surgical procedures.

2 State-of-the-art LED bulbs should be used to ensure a low energy consumption and a long service life.

3 Outer handles at the light head should be provided to allow for non-sterile positioning. (critical)

4 Light head must be designed with smooth transitions and surfaces, without slots, gaps or exposed screwing to ensure fast and effective cleaning. (critical)

5 The light head with streamlined shape is favourable within laminar flow. (critical)

6 The light head must be resistant to disinfectant. (critical)

7 Third party certification for laminar air flow should be preferably attached.

(Non-Critical)

8 For sterile positioning an ergonomic, exchangeable and centrally positioned sterile handle within the light head should be provided. (critical)

9 Domes of surgical light must be provided with unlimited rotation (360°). Light head and suspension must be sealed dust proof. (critical)

10 Color temperature should be homogeneous at every illumination intensity. (critical)

11 The surgical light should be complete with all components for ceiling mount and electrical feed-in, incl. finalised installation. (critical)

12 Control Unit on Light Dome feather touch and Digital / Bar display. (critical)

(B) Technical data for Each Dome: (critical)

1 Central illumination intensity at a distance of 1 meter : 140,000 to 160,000 lux (critical)

2 Light field diameter at a distance of 1m : 170-250 mm (critical)

3 Depth of illumination not less than 1200 mm (critical)

4 Average Color rendering index Ra : 94 to 96

5 Color rendition index R9 (red) : 90 or more (critical)

6 Color temperature equal or more than : 4300K to 5000K (variable settings - Optional) (Non-Critical)

7 Adjusting the illumination intensity : 25% to 100% (critical)

8 Number of LED : Maximum 120 units

9 LED with individual lense reflector system (critical)

10 Service life LED bulbs minimum 30000 hours (critical)

11 Replacement of LED single bulbs should be possible (critical)

12 Separate Ambient light mode (Endolight / Backlight) - Light Intensity should be max 5000 lux (critical)

13 Diameter of light head : 500 to 750 mm

14 Power Supply: 100-240 V (AC)

(C) Safety Features: (critical)

1 Protection class acc. to IEC 60601-1 -(critical)

2 Mains connection component - Protection class 1

3 Light head – SELV

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-412/2015-16

Name of Item : Ceiling OT Light Double Dome with Camera

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

4 Protection class acc. to IEC 60529

5 Arm system/mains connection component - IP 30

6 Light head - IP 42

7 Classification in accordance with EU Directive 93/42/EEC Annex IX - Class I

8 IEC 60601-1 - Medical electrical equipment – Section 1-1

9 IEC 60601-2-41 - Medical electrical equipment – Section 2-41

10 IEC 60601-1-2 - Medical electrical equipment – Section 1-2

11 It should be Conformite European & US FDA certified. (critical)

(D) Third Arm for Camera or integrated dome mounted camera: (critical)

1 Material for camera casing aluminum

2 Frame chip 1/3“ CMOS sensor (critical)

3 Image resolution full HD, 1920 x 1080 pixel (critical)

4 Refresh rate PAL / NTSC

5 Image signal output to control unit 2 x HD-SDI / 2 x HDMI and 2xDVI / 1xY/U/V (via 3yBNC) / 1xFBAS (via BNC) (critical)

6 Zoom: 120-fold (10-fold optical / 12-fold digital) (critical)

7 Minimal illumination level 12.0 lux (critical)

8 White balance: automatic & manual (critical)

9 Still frame & freeze digital

10 Focus: automatic & manual (critical)

11 One-touch- autofocus required (critical)

12 Auto-iris

13 Full function IR Remote Control should be provided (critical)

14 Both Light & Camera from Same Manufacturer

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

4

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-412/2015-16

Name of Item : Ceiling OT Light Double Dome with Camera

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-415/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5000/- (Rs. Five thousand only)

SERIAL # OF P.T.F. : ___________________________

NAME & ADDRESS OF TENDERER :

C.S.P.O. REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS /

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE NAME OF ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE ) (RS.)

TOTAL ESTIMATED VALUE (RS.)

1 415.01 Surgery OT Pendant 20

Nos. Anywhere in

Gujarat 7,20,000/- 2,40,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-415/2015-16

Name of Item : # 415.01 Surgery OT Pendant

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

Double Arm Ceiling Supply Unit for Surgeon side

(A) Ceiling Supply Unit (critical)

1

A modular ceiling-mounted supply unit providing the platform for creating optimal workplaces in operating theatres, intensive care units and other locations used for medical purposes. Maximum flexibility of movement and open interface structure for accessories ensure the optimal ergonomic positioning of equipment required for surgery, diagnostics and treatment. A limited numbers of media outlets such as medical gases, vacuum, electric power and data interfaces can be positioned practicably wherever they are required. Its modern, but timeless design allows the pendant to harmonize and blend in with its surroundings.

2 Essentially, the units consist of a ceiling-mounted interface, an arm system and a supply column or head. Arm systems and supply columns come in a variety of lengths.

3

The latest "state-of-the-art" dual function braking system combines all the positive aspects of pneumatic and friction braking. Intelligent brake controls and easy moving bearings make arm rotation and the positioning of Workstations simple. It is also possible to combine two identical or different ceiling-mounted supply units to form one double unit. Equipment holders, shelves and an extensive range of workstation components and accessories can be attached to the supply columns and supply heads, thus allowing flexible equipping of workplaces to suit the application in hand.

(B) Workstation Components (critical)

A Ergonomic workstation components designed on requirements of clinical staff in professional product design:

B Different sizes of shelves for all interfaces

C Different sizes of drawers and keyboard drawers

D Optional integrated side-rail systems max. load 10kg

E Quick and easy to clean - no visible screw heads

F No sharp edges or grooves - integrated protective corners

G Powder coated surface - scratch-proof, fade-resistant, anti-static surfaces

(C) Terminal Units – Double locking (critical)

1 The terminal units must be according to DIN EN 737-1 and DIN 13260-2 standards.

2 For the release bushings there should be a choice to select between a color neutral or an ISO color coding.

3

DIN plug-in couplings and release bushings Plug-in couplings should be acc. to German Standard DIN 13260-2 with gas-type specific, non-interchangeable shape and two stage locking mechanism. Internal safety mechanism must be ensured by means of pin combination. The housing should be made of glass fiber reinforced plastic.

4 The release bushing should have gas-type label with symbolic gas-type inscription incl. label reading: "Do not use outlet/System under test".

5 Each terminal unit must be gas specific. Check valve and maintenance valve must be separate components.

3

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-415/2015-16

Name of Item : # 415.01 Surgery OT Pendant

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

6

It must not be possible to reassemble components in such a way that the fully-assembled terminal unit is no longer gas-specific. Material used in terminal units must have no electrolytic corrosion property. Coding of all relevant components for non-interchangeable connections. Design should enhance rapid installation on site

7 Efficient & safe maintenance replacement of 2nd fix without interruption of hospital service.

8 Probe parking position must be a standard feature of the gas outlet.

9 In case of wall mounting or concealed mounting, terminal units must be provided in two parts.

10

First part should be grouted in wall and brazed with distribution pipe before finishing the interiors of the room and should be covered with threaded cover to avoid any damage to the first part and to avoid any dust entry inside the copper pipe .

11 Second part should be designed so that it can be fitted easily with the first part without damaging the interior work of the room.

A Double arm pendant minimum length of arm should be 1750mm. (Critical)

B Minimum column length should be 1400mm with load carrying capacity of 120 kg. (Critical)

C Angle of rotation of column and arms should be 330 degree. (Critical)

D Diameter of bearing inside the arm to pass the service cables min 104 mm. (Critical)

E Should have the stopping facility to stop the arm movement as per the site requirement. (Critical)

F Should come with the friction break as standard and the pneumatic break as standard for arm system. (Critical)

G Minimum 4 shelves and drawer and possibility to upgrade more shelves on sight in future (Critical)

H Should have 2x Vac, 1x CO2 gas, 1xO2 and 1x Compressed surgical gas outlets. (Critical)

I Should have 10 electrical 230 V sockets with switch and 1 RJ 45 connector facility. (Critical)

J Should comply with the following standards. (Critical)

i) Basic requirement of the medical device directive (MDD 93/42/EWG) (Critical)

ii) DIN EN 60601-1/ medical electrical devices (Critical)

iii) DIN EN 60601-1-2 / medical electrical devices (Critical)

iv) DIN EN 793 / medical supply units (Critical)

v) EN ISO 14071/ medical products – Risk analysis (Critical)

vi) Product must comply to ISO 11197 (critical)

Operation manual with user demonstration video CD.

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement Warranty for 2 years and CMC price next 5 years, which should include cost of labor spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

4

PART-I TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-415/2015-16

Name of Item : # 415.01 Surgery OT Pendant

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

Page 1 of 7

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-612/RI-E-214/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5000/- (Rs. Five Thousand only)

SERIAL # OF P.T.F. :

NAME & ADDRESS OF TENDERER : ___________________________

: ___________________________

: ___________________________

C.S.P.O., REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS/

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE )

(RS.)

TOTAL ESTIMATED

VALUE (RS.)

1 214.01

Automated microbial identification system

01 No. Vadodara 4,80,000/- 1,60,00,000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON.

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-612/RI-E-214/2015-16

Name of Item : Automated microbial identification system

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(1) Features:

(a) System should be an automated microbial identification system based on MALDITOF technology capable of analyzing at least 96 samples per run. (Critical)

(b) The setup should include complete instrumentation, software, database, server and necessary accessories to do microbial identification. (Critical)

(c) System should be capable of identification of microbes (Gram positive bacteria, Gram negative bacteria, Mycobacterium, Mycoplasma, anaerobes, fungi). (Critical)

(d) Vendor supplying the system and the system database should have expertise in environmental and industrial microbiology. (Critical)

(2) Instrumentation:

(a) Effective flight path should be of at least 95 cm drift length (Critical)

(b) Laser : maximum pulse rate 50 laser shots/sec (Critical)

(c) Laser shots per spot : 500 (Critical)

(d) Mass range : 1 – 500 KDa (Critical)

(e) Mass resolution : > 5000FWHM-ACTH 18039 ( (M+H) + 2465 Da) (Critical)

(3) Software:

(a) Should be Windows based, easy to use instrument control, database and analysis software. (Critical)

(b) System should have a highly developed quality management system for quality control and well defined traceability through 21 CFR part 11 compliance. (Critical)

(c) Results should be displayed directly with the microbial identification with confidence level. (Critical)

(d) System should have connectivity with the server to connect it to the LIMS. (Critical)

(e) System should have a facility for remote access through an external computer placed anywhere in the world through a secured server. (Non-Critical)

(4) Database

(a) Should be for environmental isolates with online reference library to compare and analyze. (Critical)

(b) Identification range should fall between 2000 – 20,000 Da mass range. (Non-Critical)

(c) Database should be built on the basis of the whole population of microorganisms. (Critical)

(d) System should have an advanced spectra classifier. (Critical)

(e) Should have facility to create our own library and new database. (Critical)

(f) Automatic free regular updates should be done free of cost. (Critical)

(5) Standard Accessories

(a) System should be provided with accessory to perform the biochemical profiling of the microbes based on automated advanced colorimetric technology capable of handling at least 60 samples at any point of time. (Critical)

3

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-612/RI-E-214/2015-16

Name of Item : Automated microbial identification system

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(i) The Biochemical reactions should be available in both kinetic mode and end point mode within a day. (Critical)

(ii) The results for the Biochemical reactions should be available on intuitive software which is 21 CFR part 11 compliance and FDA clearance with facility of audit trail and electronic signature. (Critical)

(iii) Biochemical profiling should be done using plastic cards impregnated with biochemical substrates specifically for Gram positive cocci, Gram negative cocci, Gram negative rods, Bacillus species, Coryneform species, anaerobic bacteria, yeast and fungal species. (Critical)

(iv) Biochemical profiling should be done by an automatic analyzer allowing automatic filling of test cards with the test suspension followed by automatic internal barcode reading, sealing and loading of cards in the incubator sections. (Critical)

(v) Incubated cards should be read by 3 internal optical systems every 15 min to give the results as soon as analysis is over. (Non-Critical)

(vi) Analyzer should be connected to a computer with preloaded software capable of kinetic analysis of ongoing reading and producing results in real time. (Critical)

(vii) Software should be capable of creating new organism list in the database apart from the existing database via Supplement React file. (Critical)

(viii) An automated Gram staining system capable of staining for at least 30 slides per run should be provided along with the Biochemical profiling system. (Critical)

(ix) Automated Gram stainer should have a LCD touch screen with options to have traceability for user login, reagent monitoring, sensors for reagent consumption and different programs for staining and activity log. (Critical)

(x) A digital densitometer taking readings of microbial culture suspension should be provided (Non-Critical)

(b) System should be provided with a fully automated Enzyme Linked Fluorescent Assay based equipment for screening of pathogen bacteria from a food sample (Critical)

(i) ELFA technology should be capable of direct detection of the following bacteria from sample: (Critical)

1 Salmonella species.

2 Listeria species

3 Listeria monocytogenes

4 E. coli O157

5 Campylobacter species

6 Enterotoxin producing staphylococcus

(ii) The instrument should be capable of handling at least 30 different samples. (Non-Critical)

(iii) ELFA technology should be able to give results within 24- 48 hrs from sample preparation. (Critical)

(iv) The technology should involve sample inoculation strips containing all reagents required for testing along with a Solid Phase receptacle tagged

4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-612/RI-E-214/2015-16

Name of Item : Automated microbial identification system

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

with Antibodies against the bacteria to be detected. (Critical)

(v) The system should involve only adding of pre enriched sample into individual strips containing all other reagents (enzyme conjugate/ wash buffer/ substrate). (Critical)

(vi) No other reagents should be used during the testing in the system. (Critical)

(vii) ELFA technology should be connected to intuitive software preloaded on a PC. (Critical)

(viii) The instrument should be a multi parametric system which consists of five sections with 6 positions on each section. Each section is independent of others and so they can be started at different time(Critical)

(ix) The instrument should be able to perform more than two parameters in the same run. Each section is equipped with a pilot lamp which can show whether the tests are finished or not. (Critical)

(x) The system should be equipped with a fluorometric scanner mounted on a mechanical device. The scanner can move among the sections and detect the fluorescence of the test strips. (Critical)

(c) System should be supplied with a bench top incubator specific for the incubation of the ELFA strips. (Critical)

(d) System should be provided with a fully automated Media Preparator and Sterilizer. (Critical)

(i) Volume capacity : 1 to 9 Liters (Critical)

(ii) Sterilizing temperature : 100 to 125 degree C (Critical)

(iii) Temperature probe inside the media (Critical)

(iv) Sterilization time : 1 to 60 minutes maximum (Critical)

(v) Supplement can be added in aseptic conditions during or at the end of the cycle with temperature compensation. (Non-Critical)

(vi) Possibility to customize the temperature and time cycle. (Critical)

(vii) Dispensing temperature : 25 to 80 degree C (Critical)

(viii) Memory 20 different programs saved (Non Critical)

(ix) Follow-up and saving of alarms during sterilization cycle. (T , probe, etc) (Critical)

(x) Accuracy of Pt 100 probe +/-0.1 degree C (Critical)

(xi) Accuracy of temperature during sterilization step : less than +/- 1 degree C (Critical)

(xii) Transparent lid to see all compounds from the top of the system (Non Critical)

(xiii) Easy opening and closing of lead in one point(Critical)

(xiv) Equipped with printer for reporting of all cycle details: Traceability of operator, name of media, media batch number and detailed graph of temperature during the whole cycle. (Critical)

(xv) Stirring of media with paddles during the whole cycle and dispensing with stable speed (Critical)

(xvi) Safety process with audible alarm and display of any trouble (Critical)

(xvii) Display of pressure of the vessel with gauge needle (Critical)

5

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-612/RI-E-214/2015-16

Name of Item : Automated microbial identification system

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(xviii) Removable and light stainless steel vessel with grip(Critical)

(xix) Possibility to connect the system with an external probe for monitoring (Critical)

(xx) Traceability ; saving temperature curve during cycles ; printing on (Non Critical)

(xxi) Media stirring with vertical paddles in order to guaranty a good media and temperature homogeneity all over the vessel. (Critical)

(xxii) Security: automatic lid closing from 80◦C (Critical)

(xxiii) Minimum losing of media during at the end of dispensing (less than 50 ml) (Critical)

(xxiv) Probe access available to add an external probe in order to improve temperature monitoring. (Critical)

(xxv) Dispensing of standard media can be performed at 45◦ C to 50◦ C (Critical)

(xxvi) Optional external probe for continuous monitoring with wireless transfer of data (Non Critical)

(xxvii) Local Service Engineer Network available(Critical)

(e) System should be provided with an Automated Media Pourer and Stacker for dispensing of Media in Petri Plates. (Critical)

(i) Ability to pour up to 10 or 14 L in one cycle, depending upon dishes in carrousel without operator action for unloading/loading the carrousel. (Critical)

(ii) Throughput at least 700 plates/hour with 18 ml/ plate /tube(Critical)

(iii) System with minimum footprint and less than one meter high(Critical)

(iv) Capacity of 560 dishes with standard conditions and maximum height of 90 cm (Critical)

(v) Possibility to recover media during priming of tube (Non Critical)

(vi) Spin of plate during dispensing for excellent flatness of media (Critical)

(vii) Ability to accept 90 mm and 55 mm Petri (with optional kit) (Critical)

(viii) Ability to switch between dish sizes in less than three minutes (Non Critical)

(ix) Doses as low as 5 ML for 55 mm dishes, 12 ml for 90 mm dishes and 9 ml for bi-plates (Critical)

(x) Pours perfectly mixed deoxycholate agar plates and blood agar (with optional kit) (Critical)

(xi) Cooling of the poured plates by a Peltier system(Critical)

(xii) Plates should open for less than 4 seconds for filling (Critical)

(xiii) Plate should be closed just after media dispensing for no contamination risk (Critical)

(xiv) Safety system enabling pistons to be moved manually with system powered up (Critical)

(xv) Ability to turn the carrousel in either direction (Critical)

(xvi) Shuttle system for dish opening during filling: transfer disc not acceptable (Critical)

(xvii) Completely watertight control panel, not pierced for knobs or switches (Critical)

6

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-612/RI-E-214/2015-16

Name of Item : Automated microbial identification system

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(xviii) Easy load pump head not requiring screws to be dismounted (Critical)

(xix) Removable accessories(carrousel and dispensing devices) without tools(Critical)

(xx) Optional printer that prints on the side of the base of the dish (Critical)

(xxi) No adjustment to the printer is necessary if the carrousel is changed (Critical)

(xxii) 20 customizable program memories; parameters protected by password. (Critical)

(xxiii) Control via on-screen keyboard and keys on via mouse(Critical)

(xxiv) Colored computer screen, graphic display with interactive user guide(Critical)

Display in English (Critical)

Ability to upload multiple languages and specific menus (Non Critical)

USB connection for data output and traceability (Critical)

Connectivity with USB, Ethernet, …accesses (Critical)

IP address and Ethernet interface permitting; (Non Critical)

Remote diagnostic

Remote software updating

Versatile power input : 100-240 V, 50/60 Hz, 240 W (Critical)

Automatic filling of tubes and large plate with pump menu (Critical)

Safety with audible alert function and display of any event (Critical)

(f) System should be provided with an Automated peristaltic Pump for pouring of Media in tubes and Flasks and large Plates (Critical)

(i) Dose Volume Range :Min: 1 mL ; Max greater than 20L (Critical)

(ii) Accuracy : 0.1 ml for 9 ml (depends on tubing ID 0.2 ml for 18 ml and flow rate) less than 2percentage over the full range (Critical)

(iii) Distribution mode3 : Dose – Multi-dose (Critical)

(iv) Adjustable speeds 3 + 1 free selectable (Critical)

(v) Traceability : Dose, media name, user, date, batch (Critical)

(vi) Connectivity :Bidirectional (LIMS) (Critical)

(vii) Traceability data export :Printer, USB key or FTP server (Critical)

(viii) Data format : XML, CSV, JSON (Critical)

(ix) Communication : Ethernet, USB, WIFI (Critical)

(x) Program management: Volume Cycle, speed, number of doses delay between each dose. (Critical)

(xi) Language : English (Critical)

7

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-612/RI-E-214/2015-16

Name of Item : Automated microbial identification system

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

Operation manual with user demonstration video CD. (with SOP in English)

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement warranty for 2 years and CMC price next 5 years, which should include cost of labor, spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/E-613/RI-E-215/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.5000/- (Rs. Five Thousand only)

SERIAL # OF P.T.F. :

NAME & ADDRESS OF TENDERER : ___________________________

: ___________________________

: ___________________________

C.S.P.O., REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS/

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE )

(RS.)

TOTAL ESTIMATED

VALUE (RS.)

1 613.01

Automated sterility Testing system

01 No. Vadodara 780000/- 26000000/-

NOTE:

(1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON.

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-613/RI-E-215/2015-16

Name of Item : Automated sterility Testing system

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(1) System should be a rapid sterility testing system for sterile filterable product based on the technology of solid phase cytometry along with epifluoresence microscopy. (Critical)

(2) System should be able to do direct detection of bacteria, yeast, mould, spores. (Critical)

(3) System should be USFDA cleared. (Critical)

(4) Workflow(Critical)

(a) System should allow the filtration of samples by using both ready to use disposable Fluorassure Integrated Filtration Unit and reusable stainless steel filtration units. (Critical)

(b) System should allow the tagging of live cells with fluorescent dye to emit fluorescence which would be detected by the scanner. (Critical)

(5) The system should be able to give results for Sterility testing of products and water testing within 5 hrs using the same protocol. (Critical)

(6) The system should allow use of polyester etched membrane for filtration having a pore size of 0.4µ. (Critical)

(7) The Scanner should be able to scan the entire surface of the membrane. The laser scanning is fully overlapping to ensure that any fluorescence event on the membrane surface will be detected by the system’s multiple detection channels. (Critical)

(8) The system should advance discrimination parameters, so that the system can differentiate between labeled microorganisms and ‘background’ (electronic, optical, and auto-fluorescent particles). The resulting data are then transferred to a computer memory. (Critical)

(9) The data should be available as a Scan map, which shows the exact location of each detected microorganism can be located and visually validated as being a labeled microorganism. (Critical)

(10) Sensitivity of the system should be 1 cell per volume of product filtered (Critical)

(11) The linearity of the system should be up to 1,00,000 microorganisms/ filtered volume. (Critical)

(12) System should be able to use ready to use calibration solution made up of Fluorescent beads. (Critical)

(13) Technical Specifications: (Critical)

(a) Laser Unit: Argon laser 488 nm excitation wavelength.

(b) Detectors : 3 wavelengths :500 – 530 nm, 540 – 570 nm 570 – 585 nm

(c) Sample compartment should be tight compartment with safety interlocks for Laser control temperature regulated support mechanism ( 4 - 8°C with Peltier cooling), with positive focus alignment, with motorized drawer and membrane support location accuracy of 100µm.

(d) Microscope: Dimension : Epifluorescence with 100 W HBO lamp.: One objective with 10 x or 20 x magnification. : One Objective with 40 x or preferably 50 x magnification : Fitted with Filter block for FITC label.

(14) Computer and software : (Critical)

3

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-613/RI-E-215/2015-16

Name of Item : Automated sterility Testing system

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(a) Data acquisition and processing by Intel Duo Core 1 GB RAM or higher

(b) Mass Storage: 160 GB or higher hard disk

(c) CD-ROM writer, 19’’ flat Monitor, Inkjet Printer or higher

(d) Specific board for data capture and treatment

(e) Data capture: High performance DSP technology (20 million instructions./sec.) with high speed 12 bit analogue-digital converters

(f) Operating system Windows 7 or higher

(g) Data traceability 21 CFR Part 11 compliance software

(h) Storage on Hard disk for full traceability

(i) Data output Network capability.

(15) System should use non-destructive protocol with easy confirmation using

microscopy. (Critical)

(16) Accessories: Systems should be supplied with the following: (Critical)

(a) Suitable autoclavable filtration manifold.

(b) Suitable Isolator for enabling filtration in a sterile environment.

(c) An epifluorescence microscope.

(d) A reference membrane to calibrate microscope.

(e) Vacuum pump for filtration.

(f) Sonicator to clean the filter holders.

Operation manual with user demonstration video CD. (with SOP in English)

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

4

PART-I

TECHNICAL BID

T.E. NO.: GMSCL/EQUIPMENT PURCHASE/E-613/RI-E-215/2015-16

Name of Item : Automated sterility Testing system

Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

Comprehensive replacement warranty for 2 years & CMC price next 5 years, which should include cost of labor, spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER

1

GUJARAT MEDICAL SERVICES CORPORATION LIMITED (A Government of Gujarat Undertaking)

Regd. Office: Block No.14, 1st Floor, Dr. Jivraj Mehta Bhavan Sector No.10, Gandhinagar.

IMPORTANT INSTRUCTIONS / TERMS / CONDITIONS TO TENDERERS

FORMING PART & PARCEL OF ENQUIRY DOCUMENT:

TENDER ENQUIRY # GMSCL/EQUIPMENT PURCHASE/ E-614/RI-E-213/2015-16

ITEM : SHOWN AS UNDER

TENDER FEE : Rs.2000/- (Rs. Two thousand only)

SERIAL # OF P.T.F. :

NAME & ADDRESS OF TENDERER : ___________________________

: ___________________________

: ___________________________

C.S.P.O., REGISTRATION GROUP NO. : 14 MISC INDUSTRIAL PRODUCTS/

17 MEDICAL EQUIPMENT

THIS TENDER ENQUIRY IS FOR FIXED QTY. PURCHASE OF ITEM AS UNDER:

DETAIL SPECIFICATIONS ARE GIVEN IN PART-I i.e. TECHNICAL BID.

Sr. No.

ITEM CODE ITEM QTY.

PLACE OF FREE DELIVERY &

INSTALLATION

E.M.D. (3% OF TOTAL

ESTIMATED VALUE )

(RS.)

TOTAL ESTIMATED

VALUE (RS.)

1

614.01

Automated microbial enumeration and

Sterility Monitoring system

1 No. Vadodara 285000/- 9500000/-

NOTE: (1) THE TENDER SHOULD BE SUBMITTED ONLY BY MANUFACTURES. HOWEVER, THEIR AUTHORIZED DEALER

SHALL ALLOW DELIVERY OF STORES. SUBMISSION OF TENDER / BILLING BY AUTHORIZED DISTRIBUTOR / DEALER WILL NOT BE CONSIDERED.

(2) IF MANUFACTURER IS NOT AVAILABLE FOR IMPORTED COMPONENT (EQUIPMENT – MATERIALS) THEN THE AUTHORIZED REPRESENTATIVE OR DEALER APPOINTED EITHER BY PARENT COMPANY OR ITS SUBSIDIARY COMPANY SHALL BE ALLOWED TO QUOTE THE TENDER. (PL. SEE CONDITION NO.17)

(3) THE TENDERER HAS TO SUBMIT ALL THE REQUIRED DETAILS / DOCUMENTS WITH THE TENDER. NO COMPILANCE WILL BE ACCEPTED AND CONSIDERED AFTER DUE DATE I.E OPENING OF THE TECHNICAL BID.

(4) COMPREHENSIVE REPLACEMENT WARRANTY FOR 2 YEARS & CMC PRICE NEXT 5 YEARS, WHICH SHOULD INCLUDE COST OF LABOR, SPARES, ENTIRE EQUIPMENT. THE CMC COST WILL BE TAKEN INTO CONSIDERATION FOR PRICE COMPARISON.

(5) BIDDER FIRM HAS TO SUBMIT TURNOVER CERTIFICATE OF CA FOR LAST THREE YEARS (i.e. 2012-13, 2013-14, 2014-15). THE AVERAGE ANNUAL TURNOVER OF THE LAST THREE YEARS SHOULD NOT BE LESS THAN 2 CRORES. C.A. CERTIFICATE IN ORIGINAL/ NOTARIZED SHOWING YEAR WISE TURNOVER FOR THE LAST THREE YEARS. PLEASE SEE GENERAL TERMS & CONDITION NO.66 FOR DETAILS AND RELAXATION.

(6) BIDDER FIRM HAS TO SUBMIT DETAILS OF THEIR BANK ACCOUNT IN PRESCRIBED FORMATE FOR THE PAYMENT OF BILLS, EARNEST MONEY DEPOSIT AND SECURITY DEPOSIT THROUGH RTGS ( PL. SEE CONDITION NO. 68 ).

SIGNATURE & STAMP OF TENDERER

2

PART-I TECHNICAL BID T.E. NO.: GMSCL/Eq. Purchase/E-614/2015-16 Item Name Automated microbial enumeration and Sterility Monitoring system Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(1) The system should be a fully automated walk away system for enumeration of microbe in non-filterable / filterable, sterile / non sterile and water samples based on the technology of flow cytometry using a fluorescent dye to tag the live cells present in the specimen with a minimum throughput of 25 samples per hour. (Critical)

(2) The system should have automated tagging of cells with the florescent dye and automatic reading of results with no manual involvement. (Critical)

(3) The system should be able to produce the test results to release the product as per regulatory requirements within 24-48 hrs. (Critical)

(4) System should have linearity down to 1 cell/gm or 1cell/ml of sample tested. (Critical)

(5) System should be capable of doing Preservative efficacy testing along with other tests. (Critical)

(6) The system should be connected to a computer pre - loaded with software for data entry and result interpretation. (Critical)

(7) The software should be able to differentiate between the samples meeting the acceptance criteria and samples going out of range of the required criteria. (Critical)

(8) Technical Specifications: (Critical)

(a) Analyzer

(i) Laser wavelength: 488 nm

(ii) Flow cell : Quartz, rectangular

(iii) Measurement channel

(b) Detectors:

(i) FL 1 : Wavelength 500-530 nm for labeled cells.

(ii) FL 2 : Wavelength 540-580 nm for particle discrimination.

(c) Sample preparation Unit: This should consist of one 5 X 5 sample rack.

(i) Cleaning solution rack

(ii) Arm washing rack

(iii) Waste fluid disposal rack

(iv) 2 syringe pump and 2 membrane pumps.

(v) Temperature controlled incubation rack and cooling rack.

(d) Computer Unit

(i) Windows 7 Pro or higher

(ii) Pentium IV or higher

(iii) 2 GB RAM or higher

(iv) 320 GB Hard Disk or higher

(v) CD ROM Writer

(vi) Software with 21 CFR Part 11 compliance

(e) Monitor, Key Board

(f) Laser Printer

(9) Accessories (Critical)

(a) System should be supplied with a stomacher with flexible speed (slow / normal / fast), blending capacity (80 to 400ml), removable stainless steel paddles, integrated waste drawer, leak proof blending chamber, adjustable timer (10s to 3min), very low noise level.

3

PART-I TECHNICAL BID T.E. NO.: GMSCL/Eq. Purchase/E-614/2015-16 Item Name Automated microbial enumeration and Sterility Monitoring system Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(b) System should be supplied with an automated gravimetric diluter for sample preparation along with one pump, tubing kit, bag holder, sticky tags, bags. It should be a self-regulating weighing system with drift alarm with accuracy in compliant with ISO 7218 and ISO6887-1.

(c) System should be supplied with accessory to perform automated microbial enumeration in food samples using MPN method in 24/48 hrs., with ISO, AOAC, AFNOR Approvals

(d) The Microbial enumeration should be done using MPN method in miniaturized cards each containing 16 tubes

(e) There should be specific cards for the following specific parameters

(i) Aerobic count

(ii) Total viable count

(iii) Total coliforms counts

(iv) E.coli counts

(v) Enterobacteriaceae counts

(vi) S.aureus counts

(vii) Lactic acid bacteria counts

(viii) Bacillus cereus counts

(ix) Yeast & Mould counts

(f) System should consist of a sample preparation station and result reading unit connect via Wi-Fi modem.

(g) Sample preparation station should consist of :

(i) 144 tests media stand for easy access by the user.

(ii) 2 dispensers with secondary diluent for media rehydration.

(iii) One computer with a waterproof mini-keyboard, for data input and barcode scanner for medium vial and card identification.

(iv) One Filler/ Sealer instrument use vacuum to automatically transfer prepared sample-media mixture into the reagent test card and able to seal the cards automatically by hot knife in 3 minutes

(v) Shall be able to fill and seal 6 cards simultaneously

(vi) After the card are scanned, the related information will be relayed to the Reading station through a wireless WIFI connection in real time

(vii) Computer specifications:

CPU: Intel Pentium 4 or higher

RAM at least 128Mb or higher

Hard Disk at least 40Gb or higher

Monitor : Flat LCD monitor

(h) Reading station unit

(i) Consists of one computer with a barcode scanner and a mouse and software shall run on Windows for higher operating user interface and based on graphical user interface.

(ii) One reader to read the fluorescence value of each well of the card and interpret the microbial growth for each card

(iii) The reader reads 20 cards at the same time in less than 5 minutes.

(iv) The results are sent to the computer and calculation of the enumeration result using the software inside. The results are shown on the screen or printed out by color printer when asked by the operator

4

PART-I TECHNICAL BID T.E. NO.: GMSCL/Eq. Purchase/E-614/2015-16 Item Name Automated microbial enumeration and Sterility Monitoring system Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

(v) Computer specifications:

CPU: Intel Pentium 4 or higher, RAM higher 128Mb, Hard Disk 40Gb,DVD+RW and CD writer

Monitor : Flat LCD monitor

(i) Disposable components should include size of credit card with 48 micro-wells and each corresponds to a dilution tube and the size of the well corresponds to 1 to 3 levels of dilution.

(j) Each card has a barcode label which indicates the serial number of the card that determines the card type, lot number and expiration dates.

(k) The culture medium containing in a bar coded vial, is in dehydrated format and contain fluorescent indicator substrate.

(l) During sample inoculation, the vial of medium and the card are linked through a pre-inserted tube. The culture media-sample mixture are distributed in the wells of the cards by vacuum filling and sealed in the Filler / Sealer instrument automatically.

(i) The bacteria multiply during incubation and metabolize the culture media inside the wells

(ii) According to the number and size of the positive wells (fluorescent or non-fluorescent), the system uses statistical methods to calculate the number of micro-organisms present into the initial sample. The final result is expressed in CFU/g

(10) Detection Limit (Critical)

(a) 1:40 dilution: 10-49000CFU/ g of the food sample

(b) 1:400 dilution: 100-490000CFU/ g of the food sample

(11) International validations: (Critical)

(a) AFNOR validations

(b) AOAC

(12) Environmental requirement (Critical)

(a) Operational Temperature: 15-30ºC

(b) Humidity: 20%-80% RH, non-condensing

Operation manual with user demonstration video CD. (with SOP in English)

Copy of Supply order (cost must not be disclosed), satisfaction report and contact details of at least 2 healthcare institutions in India must be provided for the quoted model.

Comprehensive replacement warranty for 2 years & CMC price next 5 years, which should include cost of labor, spares, entire equipment. The CMC cost will be taken into consideration for price comparison.

NOTE:- CMC rate shall be filled in commercial bid only.

[B] Basic facilities / infrastructure required such as power supply, water, drainage etc. for installation and commissioning of equipment shall be mentioned hereunder:

1

2

3

[C] Details of availability of after sales services in Gujarat

1 Address of Manufacturer’s Service Center: _______________________________ _______________________________ _______________________________

5

PART-I TECHNICAL BID T.E. NO.: GMSCL/Eq. Purchase/E-614/2015-16 Item Name Automated microbial enumeration and Sterility Monitoring system Manufacture________________ Brand______________ Model__________________

[A] Required Specifications Specifications

available in offered Model

2 Name of Service Engineer : _______________________________ _______________________________ _______________________________ Phone No. (0) (R)

3 Address of Local Depot of parts and other: ________________________________ consumable stores ________________________________

________________________________ Phone No. (0) (R)

NOTE:

1. The specifications available in the equipment offered shall be mentioned clearly against each tender specification.

2. Details specifications chart, design drawing etc. for equipment offered are to be provided along with original literature if rates of equipment exceeds Rs.10,000/-.

3. For any imported equipment/part of equipment, valid documentary evidence regarding foreign make as well as import of goods is to be provided by the Tenderer along with consignment.

4. Any item, material, consumable required for installation and commissioning of equipment to be brought by supplier at the time of installation of equipment.

SIGNATURE & STAMP OF TENDERER