EMPLOYEES` STATE INSURANCE HOSPITAL Rohini, Sector

advertisement
EMPLOYEES’ STATE INSURANCE HOSPITAL
Rohini, Sector-15, New Delhi – 110089
Website: www.esic.nic.in
F. No. 115/U/16/30/C-Arm./2013
Ph . 27860004
Fax. 27553098
Dated 05.11.15
Fax:
27553098
M/S._____________________________
_________________________________
_________________________________
_________________________________
(To be returned on or before from the date of opening till 1:00 P.M. otherwise tender shall not be
accepted)
Medical Superintendent, ESI Hospital, Rohini, Delhi invites tender under two bid system for the
equipments as per specifications and terms & conditions enclosed. Interested firms are
requested to collect Tender form with terms & conditions from DMS Office, ESIC Hospital,
Rohini, on any working day from 10.00 AM to 3.00 PM and on Saturday from 10.00 AM to 12
noon at the cost of Rs. 500/- (Five Hundred) in the form of Demand Draft /Banker
cheque(Nonrefundable) in favour of ” ESIC FUND ACCOUNT NO. 1”. Tender document can also
be downloaded from ESIC website www.esic.nic.in in that case DD/Banker Cheque for the cost of
tender is to be enclosed with Tender.
Tender should be submitted in sealed envelope & super-scribed as ““Tender for Equipment
(Name of equipment)” in the office of M.S. ESI Hospital, Rohini, Delhi in the tender box placed
in the chamber of Dy. Medical Superintendent on due date of opening up to 1.00 P.M. In case
the Tender is sent by post it must reach in the Office of M.S. by up to 1.00 P.M. Proof of postage
won’t be considered as a claim for timely submission of tender. The tender shall be opened on
the due date of opening at 2.30 P.M. in DMS room in presence of bidders or their representative,
who wish to be present. In case due date of opening is declared holiday, bids will be received and
opened on next working day at the same time and venue.
Medical Superintendent
EMPLOYEES’ STATE INSURANCE HOSPITAL
Rohini, Sector-15, New Delhi – 110089
Ph . 27860004
Fax. 27553098
Website: www.esic.nic.in
F. No.:115/U//16/30/C-Arm/2013
Dated : 05/10/2015
Fax: Rohini27553098
Sealed tenders are invited by Medical Superintendent ESI Hospital Sector-15,
110089 for the supply of following items:S.No.
1
2
3
4
Name
equipment
of
C-Arm
Image
Intensifier
Supply of Medical
Gases
Operating
Microscope (Eye)
Nd -Yag Laser
Total
Qty.
AMC
CMC
01
Yes
Yes
Tender
Cost
(Rs.)
500/-
----
------
-----
500/-
01
Yes
Yes
500/-
01
Yes
Yes
500/-
in
Place
supply
of
ESI Hospital
Rohini Delhi
ESI Hospital
Rohini Delhi
ESI Hospital
Rohini Delhi
ESI Hospital
Rohini Delhi
Earnest
Money in
(Rs.)
1,00,000/-
Bid
System
Date of bid’s
Opening
Two Bid
03/11/2015
15,000/-
Two Bid
03/11/2015
50,000/-
Two Bid
04/11/2015
30,000/-
Two Bid
04/11/2015
Interested firms are requested to collect Tender form with terms & conditions from DMS Office
ESIC Hospital Rohini, on any working day from 10.00 AM to 3.00 PM and on Saturday from
10.00 AM to 12 noon at the cost of Rs. 500/- (Five Hundred) in the form of Demand Draft
/Banker cheque(Nonrefundable) in favour of “ ESIC FUND ACCOUNT NO. 1” Tender document
can also be downloaded from ESIC website www.esic.nic.in in that case DD/Banker Cheque for
the cost of tender is to be enclosed with Tender.
Tenders complete in all respect, must be deposited in the office of the Medical Superintendent,
ESI Hospital, Rohini, Sector 15, Delhi-110089 on or before from the date of opening up to
1.00 P.M. The tenders will be opened on the same day in the chamber of Dy. Medical
Superintendent at 2.30 P.M. in the presence of tenderers or their representatives who may like
to be present on that day. In case due date of opening of tender is declared as holiday, tenders
shall be received and opened on next working day as per the above mentioned schedule.
Tenderers are to submit two sealed bids Viz. Techno-commercial Bid and Price Bid separately
super-scribing as “Techno-commercial Bid” for Equipment (Name of equipment) due
on…………., on first envelope and “Price Bid” for Equipment (Name of equipment) due on
……….. on the second envelope. Both the envelopes should have name of the company quoting
the tender, Each and every page of the quotation should be separately numbered and duly signed.
Both the envelopes are again to be put and sealed in a single envelope Super-scribing name of
equipment and name of company last date of submission of tender addressed to the Medical
Superintendent, ESI Hospital, Rohini, sector 15, Delhi-110089 as follows:
The tender/s(Technical bid and price bid envelops) should be put in sealed envelope addressed to
the Medical Superintendent, ESI Hospital, Rohini, sector 15, Delhi-110089. The envelope should
be super-scribed as “Tender for Equipment (Name of equipment) due on ……….. .
The contents of Techno Commercial Bid should include following items
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
Covering letter indicating the list of enclosures.
EMD in accordance with instructions as above.
Name and detailed specifications of the quoted Equipment with price Blanked.
Name and detailed specifications of essential accessories if any with price Blanked.
Name and detailed specifications of optional accessories if any with price Blanked.
Warranty minimum for Two Years.
Rates of AMC and CAMC minimum for 5 years after expiry of warranty.
Users List along with performance certificate from installations done in Delhi /NCR
Statement of deviation parameter wise from specifications if any.
Copy of PAN & latest I.T.R.
Statement of deviation parameter wise from tendered conditions, if any.
Authority letter from manufacturer/ authorized distributor/ stockiest if applicable.
Name and address of nearest authorized service center.
Catalogue of the equipment showing the make/model no. and specifications.
Declaration/ undertaking on stamp paper as per the Performa enclosed.
The contents of price Bid should include following items:
The information given at Techno commercial bid should be reproduced in price bid with prices
indicated.
Rates/Price should preferably be typed both in words as well as in figures, free from erasing,
cutting and over-writing.
Price quoted should match with the items quoted in technical bid.
Each and every page of the quotation be separately numbered and duly signed.
Only Techno-commercial bid (Un-Priced bid) will be opened first and shall be referred for the
Technical Evaluation. The price bid of only those tenderers whose technical bid is found
acceptable by the competent authority will be opened for further action.
In case the price quoted cannot be matched with the item/s quoted in technical bid the bid shall
be liable to be rejected
Rates/Price and S.T./ VAT must be quoted separately .The price should be all inclusive lump
sum price offered for each item including cost of the equipment, freight, insurance, transit
insurance, packing forwarding etc. and including charges for installation and commissioning
with all the men and material required for the same and for the quoted warranty period.
The price should be on F.O.R. ESI Hospital Rohini Sector-15 Delhi basis. No other charges in
addition will be payable on any account over and above the lump sum price quoted in the price
bid except S.T/VAT. The rates quoted in ambiguous terms such as “Freight on actual basis” or
“Taxes as applicable extra” or “Packing forwarding extra” will render the bid liable to rejection.
The price should be quoted in I.N.R.
TERMS AND CONDITIONS GOVERNING CONTRACT
1. The Tenderer must enclose a demand draft/banker Cheque only for a sum of rupees
mentioned against each items as earnest money drawn in the favor of ESI Fund A/C No.1.
2
3
4
5
6
7
8
9
10
11
12
13
14
15
EMD Deposited with earlier tender if any or in any other form as given, will not be
adjusted/accepted against this tender. Tender without EMD or tender cost will not be
accepted in any case.
Tenderer will have to demonstrate the quoted item if required to Technical Evaluation
Committee within the stipulated time frame as and when asked for or as has been
mentioned in the tender. The tender shall be liable to be cancelled on non-compliance of
this clause.
EMD will be released after finalization of tender to unsuccessful bidder/s.
Successful bidder has to deposit 10% of the total cost of equipment as performance security
with the Medical Superintendent in the form of Demand Draft/ Banker’s Cheque/ Bank
guarantee else 10% of the payment due (Rounded-up) shall be with-held which will be
released on satisfactory performance of the equipment after expiry of warranty period.
Either the authorized Indian agent on behalf of the principal/OEM or principal/OEM itself
can bid but both cannot bid simultaneously for the same item/product in the same tender.
If an agent submits bid on behalf of one principal/OEM, the same agent shall not submit a
bid on behalf of another principal/OEM in the same tender for same item/product.
The company will get only one chance for demo. In case the company fails to arrange the
demo, the tender shall liable to be cancelled.
The date for demonstration shall be fixed with mutual consent on telephone & e-mail the
same shall be confirmed in writing and by fax/ e-mail. In any case not more than two
weeks time shall be given to arrange for demo.
In case demo of the equipment is required the same has to be arranged at Delhi or NCR.
Only the item/s of manufacturers or their authorized distributor/stockiest would be
considered.
Tenderer must provide the telephone no., fax no. and e-mail with tender for all
correspondence.
The equipment should be guaranteed /warranted for a minimum period of two years or as
mentioned in specifications from the date of satisfactory installation, inspection and
commissioning.
Delivery schedule: - Within 45 days after placement of supply order.
If the supplier fails to deliver the goods within the time frame, the consignee shall,
without prejudice, deduct from the contract price, a sum equivalent to 0.5% per week of
delay or part thereof, subject to a maximum of 10% of the contract price. Once the
maximum is reached, the EMD may be forfeited.
16 Firm should undertake to enter into Annual Maintenance Contract (AMC) / Comprehensive
Maintenance Contract (CMC) for equipment as well as for accessories attached for
minimum period of five years after completion of warranty period and accordingly quote
the rates of AMC/CMC for five years. The rates quoted should be both for Comprehensive
(CMC) as well Non Comprehensive (AMC) for five years. Firm should undertake to keep
the equipment in running order throughout the year and in case of equipment going out of
order during Warranty/AMC or CMC the fault will be attended within 24 hours and
rectified within 7days of lodging the complaint. Failure to rectify the fault would entail
downtime penalty @ 0.25% of basic cost of equipment per week.
17 Payment of equipment will be made within two weeks after the successful installation,
commissioning and training to user department and satisfactory inspection of the
equipment.
18 For the equipment where reagents, cartridge, consumables, etc. are required. The price bid
must include: A) Rate list indicating the prices and packing prevalent on date of tendering,
B) List indicating cost and life of consumables.
19 Photocopy of latest I.T.R. & PAN No. Should be enclosed with the completed tender.
20 Tenderer if not a manufacturer, has to submit manufacturer’s valid authorization certificate.
21 The validity of tender will be for a period of six months from the date of opening.
22 If any accessories like voltage stabilizer/ UPS, water filtration/ purifier/ soften plant etc. are
required with the equipment must be quoted with the equipment itself.
23 Rates of spares chargeable may be indicated with the tender.
24 The Medical Superintendent has the right to accept or reject any or all the tenders without
assigning any reason(s) thereof.
25 The Tenderer is required to submit undertakings as per the Performa enclosed on a nonjudicial stamp paper of Rs.10/-.
26 If the equipment needs calibration, the firm shall be responsible for calibration as part of
CMC.
27 Amount of AMC/CMC as the case may be, shall also be considered for arriving at the
lowest cost.
28 The firm should undertake that the rates quoted are not the higher than quoted for any other
govt. Institution / hospital in Delhi/ NCR.
Medical Superintendent
UNDERTAKING: (To be submitted in non judicial stamp paper of Rs. 10/=)
1 I/We … (Name of authorized Signatory) the undersigned hereby declare and affirm that
I/We have gone through the terms and conditions governing the tender and undertake to
comply with all terms and conditions.
2 That the rates quoted by me are valid and binding upon me for the period of validity of
tender.
3 That the earnest money of Rs._________________ deposited by me/us vide Banker
Cheque/Demand Draft no.___________ Dt.__________drawn on………….. (Name of
the Bank) is attached herewith.
4 That I/We authorize Medical superintendent to forfeit the earnest money deposited by
me/us in case of any delay or failure to supply the article within the stipulated time and
the items of desired/quoted quality.
5 That I/We will be in the position to provide Annual Maintenance
Contract/Comprehensive Maintenance Contract (AMC/CMC), spare parts, accessories
attached and its consumables from the date of satisfactory installation of the equipment
till the AMC/CMC period is over.
6 That there is no vigilance/CBI case or court case pending against the firm, debarring my
firm to supply of items quoted.
7 That I/We hereby undertake to supply the items as per directions given in supply order
within stipulated period.
8 That I/We undertake to maintain the equipment to the satisfaction of user during the
period of warranty and guarantee.
9 I/We have been informed that the Medical Superintendent has the right to accept or reject
any or all the tenders without assigning any reason thereof.
10 We (Name of firm) undertake that we will provide 4 (Four) preventive service on
quarterly basis during the warranty and AMC/CMC period as offered in our tender and
any no. of break down calls shall also be attended within 24 hrs. I also agree that the
payment of AMC/CMC shall be made to me on quarterly basis after satisfactory
preventive service.
11 I/We agree to deposit 10% amount of cost of equipment in the form D.D. / Bank
guarantee towards performance security for the warranty period.
12 The rates quoted are not the higher than quoted for any other govt. Institution / hospital
in India.
Signature and address of the Tenderer
CHECK LIST
S. No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13
14.
15.
16.
17.
Specifications
Authority letter from manufacturer/ authorized
distributor/ stockiest
Declaration/ undertaking on stamp paper as per
Performa enclosed
Copy of PAN No. & Latest I.T.R.
Whether the equipment quoted meets all
specifications or not
Any deviation from tendered specifications
Additional features if any
Nearest place for availability of after sales
service
User list/List of the installations & performance
certificate
Relevant catalogues enclosed or not
Any deviation from terms and conditions of
tender
Validity of tender (six months)
Total cost of equipment including essential
Prices to be
accessories
blanked in
techno
commercial bid
Rates of sales tax/ VAT etc.
--do-Warranty offered (minimum 24 months after
--do-successful installation and satisfactory
inspection)
Rate of AMC year wise minimum for five years
--do-after expiry of warranty.
Rate of CMC year wise minimum for five years
--do-after expiry of warranty.
Name of manufacturer and model quoted
Prices to be
indicated only
in price bid
--do---do--
--do---do--
Specifications of Operating Microscope (Eye)
1.
Continuous motorized zoom operated through foot switch.
2.
Control of X-Y movement through foot pedal.
3.
Inclinable (Tilt able) binocular surgeon’s tube
4.
Motorized foot control for fine focusing.
5.
Eye piece(10-12.5 X)
6.
Facility for IPD adjustment.
7.
Focal Length of objective lens/ working distance should be 175-200mm.
8.
Halogen reflector lamp / LED illumination.
9.
Protective filters should be present.
10.
Excellent resolution/ stereopsis and contrast of the Image
11.
Binocular Co-axial assistant microscope.
12.
Foot controlled illumination.
13.
Maximum arm extension of at least 1200mm.
14.
Mounted on mobile Floor Stand with width/ diameter of base not
exceeding 850mm.
15.
Make-Imported.
Specification of Nd-Yag Laser:1. Nd-Yag Laser for Ophthalmic use.
2. Wavelength: 1064 nm.
3. With aiming diode laser
4. Mode:
Fundamental/ Fundamental Q Switch/ Q Switch
5. Energy:
Range from 0.5 to 10mJ should be available.
6. Spot size:
10micro meter or less
7. Burst mode: 2 to 3 pulses per burst should be available
8. Pulse width/ duration/length: 4 nano second or less
9. Repetition rate: 2 Hz or more
10.Cone angle: 16 degrees
11.Slit lamp for delivery should have 3 to 5 step magnification/ continuously
variable magnification
12.CE/FDA certified
13.With electrically / Hydraulically operated motorized table
Essential accessories:1.With suitable CVT
2.With imported Abraham lens/lenses for capsulotomy and iridectomy/
iridotomy
Specifications of C- Arm Image Intensifier.
Mobile image intensifier system with true counter balanced c – arm
for fluoroscopy and x- ray operation .
High frequency generator.
C- Arm unit
Orbital movement : 110 degree or more
Angulation
: + 90 to - 25 degree
Imersion depth
: 60 cm or more
Free space
: minimum 75cm or more
Source to II
: 100cm or more .
Power requirement : 220 v/ 240 v +- 10% 50hz . Single phase .
System should be EUROPEAN CE , US FDA, AERB approved.
should be pest and dust proof sealed unit.
Monitor trolley for 2 TFT monitors of size at least 18” or more .
X- ray high voltage generator 1.4 KW or more
A)
B)
C)
D)
E)
F)
G)
H)
I)
J)
K)
Electrical up & down vertical movement : 45 cm or more
Horizontal movement : 20 cm or more
Swivel movement
: +/- 10deg or more
Rotation of C-Arm : 120 deg or more
KV range
: 40 kv to 110 kv or more
Fluoroscopy / mA range : 0.2 to 7 ma or more
Fluoroscopy / Radiographic KV range : 40 – 110KV
Digital Radiography : 0.2 to 12 mA
Pulse Fluoroscopy function
radiographic mAs range : 60 mAS or more
X- Ray tube should be fit for continuous fluoroscopy for 10 minutes or
more.
L) Anatomical programme memory
M) LED readout for parameter display .
N) High capacity stationary anode tube with anode heat capacity 40 KHU or
more.
O) Small focal spot size: 06.mm
P) collimation : iris type with parallel and rotation compensation filters.
Q) Beam hardening filter to cut soft x- rays.
R) Radiation safety indicator and machine should stop after certain
exposure.
S) Exposure using hand and foot switch, for radiography and fluoroscopy .
T) Radiation on warning light on both C-Arm console and trolley.
U) x- ray image intensifier with 9” dual field with grid PB 8/40
V) Laser targeting device.
W) TV camera matrix 1024 x 1024 (1kz)
X)
2 TFT monitors of at least 18” size medical grade with minimum resolution
1024 X 1024 pixels.
Y) Digital image rotation should be possible without x- ray radiation
Z) Digital memory should be at least for 200 images and the same should
be transferable to the CD in DICOM format . The memory unit should
integrated with system / trolley .
Accessories
-
Extra light weight aprons - LEAD .5 mm ,qty – 10 nos
Thyroid cover , lead goggles , gonodal shield - 5 each
Hangers for 10 aprons.
CVT/ Servo controlled stabilizer 5 kva.
Spare set of fuses .
Operating and service manuals .
Storage covers -2 sets .
Image testing boards -2pc.
Thermal printer with 10 rolls of thermal paper .
Cassette holder – 2 no.
2 year warranty followed by CMC for 5 years .
All the major components like generator, tube , collimator etc. Should be
from the same manufacture .
EMPLOYEES’ STATE INSURANCE HOSPITAL
Rohini, Sector-15, New Delhi – 110089
`
Website: www.esic.nic.in
F.No DM(RH)U-16/19/2/ Med. Gases/2003
Fax:
27553098
Dt. 05.10.2015
Cost of Tender: Rs. 500/=
Date of Closing of Tender: 03.11.2015
Time of Closing of Tender: 1.00 P.M.
Date of Opening of Tender: 03.11.2015
Time of Opening of Tender: 2.30 P.M.
TENDER FOR THE SUPPLY OF LIQUID MEDICAL OXYGEN & GROUP MEDICAL GASES.
Medical Superintendent, ESI Hospital Rohini, Sector-15, New Delhi-15. invites sealed bids for
the supply of medical gases i, e. Oxygen, nitrous oxide, carbon dioxide, Nitrogen & Compressed
Air etc. in this hospital. Interested firms are requested to download the tender documents from
our website www.esic.nic.in.Tender form complete in all respects along with Tender cost of RS.
500/- & EMD of Rs. 15,000/- in the form of DD/ Banker’s Cheque in favour of ESI fund A/c no. 1
must be dropped in the tender box kept in Dy. Medical Superintendent room up to 1.00 P.M. by
03.11.2015. The tender will be opened on the same day i.e. 03.11.2015 at 2.30 P.M. in Dy.
Medical Superintendent room. If any representative of the tenderer wishes to be present at the
time of opening, he can do so. Tender received late will not be entertained. In case due date of
opening is declared as holiday tenders shall be received and opened on next working day as per
the above mentioned schedule
The tender/s should be submitted in sealed envelope addressed to the Medical Superintendent,
ESI Hospital, Rohini, sector 15, Delhi-110089, The envelope should be super-scribed as“Tender
for supply of Medical Gases” due on ……….. for ESI Hospital, Rohini, sector 15, Delhi110089.”
Tenderers are to submit two bids Viz. Techno-commercial Bid and Price Bid separately superscribing as “Techno-commercial Bid” for supply of Medical Gases DUE ON 03.11.2015 on first
envelope and “Price Bid” for supply of Medical Gases due on 03.11.2015 on the second
envelope. Both the envelopes should have name of the company quoting the tender, Each and
every page of the quotation should be separately numbered and duly signed. Both the envelopes
are again to be sealed and put in a single envelope Super-scribing Tender for supply of Medical
Gases, name of company and last date of submission of tender (as described on first para above)
addressed to the Medical Superintendent, ESI Hospital, Rohini, sector 15, Delhi-110089
Terms and conditions of the contract is enclosed as annexure A & B and specifications at
Annexure-C. Prospective interested firms are advised to inspect or visit the site for LMO/VIE,
manifold room on any working day i.e. 9 AM to 1 PM till the last date of submission of tenders.
Medical Superintendent reserves the right to reject any tender or all without assigning any
reason there of
Medical Superintendent
Annexure-A
Terms and Conditions:1. The contract will be valid for 2 years from the date of finalization of tender and same
can be extended by the Medical Superintendent on mutual agreement on same terms
and conditions till the finalization of next tender or fresh arrangement. Med.
Superintendent. reserves the right to terminate contract at any stage if supplies and
performance found unsatisfactorily on observation of user department.
2. Earnest money amounting to Rs. 15,000/- must be deposited along with tender form
either through Banker’s cheque or Demand Draft in favour of ESIC Fund Account No. 1
payable at Delhi.
3. In the event of withdrawal/ revocation of the tender before the date of acceptance the
earnest money will be forfeited.
4. The earnest money will however be returned without interest to the tenderer, where
tender is not accepted.
5. The tenderers are advised to submit pre-receipt along with application for refund of
EMD, which will be released as soon as tender is finalized.
6. Medical Superintendent reserves the right to cancel the tender at any time without
assigning any reason therefore.
7. The place of delivery will be Manifold room (Ground floor) ESI hospital, sector 15 Rohini,
Delhi.
8. Any freight and cartage charges will be borne by the contractor for delivering the items.
9. On acceptance of tender, the contractor/supplier shall deposit a sum of Rs. 80,000/-(Rs.
Eighty thousand only) as security money for Liquid Medical Oxygen +/ - Group Medical
Gases or Rs. 20,000/-(Rs. Twenty Thousand only) for Group Medical gases for fulfillment
of the terms and conditions for the contract. The security will be deposited in the form
of Demand Draft / banker’s cheque in favour of “ESIC A/c No.1”. & on due satisfactory
performance and completion of the contract in all respects, the security money will be
refunded to the firm without any interest.
10. Failure or delay in supply of life saving medical gases shall result in financial penalty and
any other levies as decided by Medical Superintendent.
11. The tenderer should give an undertaking that if he fails to maintain standards of tank
and cylinders, gases and if some mishap occurs, the supplier company shall be
responsible for the same.
12. Firm must give an undertaking to the hospital that they will provide uninterrupted
supplies as per demand of the hospital.
13. Firm can quote for all or selected gases /LMO for supply.
14. The hospital reserves the right to make an alternative arrangement at risk and cost of
the firm if it fails to oblige.
15. The rejected supply if any should be taken and replaced by the supplier within 24 hrs.,
without causing any interruption to the hospital services.
16. Supply has to be made available between 10.00 AM to 6.00 PM only.
17. In case supply is not received till 6.00 PM the hospital authorities will have the right to
purchase Medical Gases from the open market and extra money spent due to rate
difference plus cartage charges will be deducted from the performance security and/ or
EMD of the supplier.
18. The details of enclosures should be numbered and total pages should be mentioned in
the forwarding/ offer letter.
19. Supplier /Manufacturer can visit the available site of existing manifold / LMO Tank in the
hospital .
20. Successful bidders would be bound to supply the gases even after completion of tenure
on tender rates, terms & conditions till the next tender/fresh arrangement is finalized.
21. In case of disputes, the same shall be referred to any arbitrator appointed by the
medical superintendent and the decision the arbitrator will be final and binding to both
the parties. The venue of the arbitrator shall be Delhi.
Annexure-B
Special conditions:1. The firm must be manufacturer/ authorized distributor of medical gases i.e. medical
oxygen, nitrous oxide and Medical air and the firm should hold valid manufacturing
license for medical gases from the state drug controller as per the provision of drugs and
cosmetic act 1940 and rules there under.
2. Firm, should have a valid license for storage, filling and cylinder testing license and other
requisite license if any issued by CCE Nagpur as statutory requirement.
3. The tenderer has to ensure compliance of Rule 3 of the gas cylinder rules, 2004 and
timely obtain necessary filling permission from the chief controller of explosives under
Rule 45 while supplying the cylinders for filling of compressed cryogenic gases, if
required.
4. Should have reputation and experience of over last 5 years as Medical Gas
manufacturer/ authorized supplier to at least three reputed hospitals of more than 100
bedded, out of which two should be Govt. institute/ hospital supported with certificate
issued by the user deptt. along with copy of supply order.
5. Should have provision of full facility for testing and logging for impurities in each batch
of manufactured gas.
6. All cylinders should be tested and specified for filling of medical gases by CCE approved
test shop.
7. In house facility for regular testing & certification of cylinder/LMO for tare weight
Hydraulic pressure tests etc. as per norms for compressed gas cylinders under
explosives Act 1981, expenditure will be borne by the supplying company.
8. The firm should have adequate & efficient safe transport along with a depot in Delhi/
NCR region in order to ensure timely supply of medical gases.
9. Vendor supplying liquid medical oxygen should provide 20 medical oxygen bulk ‘D’ type
cylinders for the matrix of the manifold as a standby arrangement.
10. The firm should take responsibility to maintain color code of all medical gases cylinders
& LMO including those belonging to the hospital.
11. The firm shouldn’t demand separate security, caution money & rent/ maintenance
charge, transport charges and holding charges on LMO tank & gas cylinders.
12. The firm should install the LMO tank/vessel & Connect to the manifold pipe line. No
installation and uprooting charges will be paid.
13. The firm will be responsible for routine check, maintenance at no extra cost.
14. The installation of LMO vessel will be done on turnkey basis including requisite licenses;
it should be procured by supplier on behalf of Medical Superintendent as per applicable
rules.
15. The firm should ensure for refilling and supply of all sizes of cylinders for the qualified
medical gases (O2, N2O, CO2, Medical Air and Nitrogen) i.e. in A, B,D/Bulk AA bottle
type etc.
16. Tenderer are bound to supply the store/ manifold room during the validity of tender at
the approved rates. The validity of the tender will be for the period of Two years from
the date of finalization of the tender. The rates quoted should be certified as the lowest
quoted for any institution in Delhi/NCR in the last 2 years. If the price of any item is
reduced due to any reasons during the validity of the tender he will intimate to this
office the reduced rates immediately.
17. The vessel should be maintained in such a way to keep natural evaporation rate less
than 2%.
18. The firm must provide the authenticated conversion table for its contents (Liquid
oxygen) of LMO.
19. MS reserves the right to select different vendors for different gases at most suitable
conditions among qualified bidder.
20. Cylinder should have company monogram & to be compliance with CGC rules.
Mode of measurement
1. a) Liquid Oxygen will only be received after weighing the tanker before supply at
mutually consented Dharam Kanta (Nearest to hospital) along with the receipt. The
tanker will be sent again to the same Dharam Kanta on the same day for weighing after
refilling the tank in the hospital campus to be installed by the company & Net weight of
the Liquid Medical Oxygen supplied to the hospital shall be determined (on production
of both receipt duly signed) by subtracting the “weight after supply” from the “weight
before supply” on the same day.
b) Representative from the hospital may visit the Dharam Kanta from time to time for
inspection of gross weight, tare weight and net weight of the Oxygen tanker. Firm will
provide necessary cooperation in this matter, no additional charges will be payable from
hospital.
Medical Superintendent
Check List:1. Valid manufacturing licenses for Medical Oxygen (Liquid & Gas) and nitrous oxide
(Attested copies)
2. Valid license for storage, filling and testing of cylinders (Attested copies)
3. A CCE approved test shop certificate.(Attested copies )
4 Experience certificate of 3 reputed hospitals
5 Lowest rate certificate in last 2 years, certifying that the rate quoted are not higher than
quoted elsewhere.
6 Non black listing certificate. Certificate stating that the firm has not being black listed in
the past and no vigilance or other enquiries pending.
7 Undertaking that uninterrupted supply of gases will be maintained or else alternative
arrangement will be made at own risk of the firm.
8 Certificate mentioning total number of vehicles of liquid oxygen transport tank in
possession and permission to ply on roads all time.
9 Certificate stating that all term and conditions of tender are acceptable.
10 Catalogue / Complete literature indicating detailed specifications of LMO vessel and
cylinders.
11 Performance Report from competent authority of hospital stating uninterrupted supply
of Medical gases.
Annexure-C
Technical Specifications for Medical Gases
1.
2.
3.
4.
5.
6.
-
Compressed Medical Oxygen.
Medical grade I.P. 1996/Latest IP 2010
Certified safe for human use.
Purity more than 99.8 %
Carbon monoxide less than 5 PPM
Carbon-di-oxide not more than 300 PPM
Free from halogen, polymer & oxidizing substance & moisture.
Should not cause any damage to the materials of cylinders, Gas pipeline, Anesthesia
machine and ventilators.
Liquid Medical Oxygen :- As per IP 1996/ latest 2010
Should provide safety feature in the line with Global safety as a part of installation
Vessel should be of standard material and technology keeping in view of safety &
International standard.
Vessel Capacity : 2.0 KL- 6.0 KL Approx. water capacity (Single tank)
Configuration- Vertical preferred
Operating working pressure 10 to 15 kg/cm2 (approx.).
Should have compact unit including vessel, vaporizer, & incorporated with audio visual
alarm for low content and pressure.
Dimension of Vessel-Vendors are requested to visit/Inspect the site so that the tank of
requisite dimension can be provided by them to meet our requirement. Consumption
approximately 18- 20 D type cylinders / day.
Purity- more than 99.8 %
Medical grade I.P.
Certified safe for human use.
Should not cause any damage to gas pipeline, anesthesia machine and ventilators.
Should have content indicator and preferably low liquid level alarm with safety system
in case of emergency/un-natural calamities.
Nitrous Oxide.
Medical grade I.P. 1996/Latest IP 2010
Certified safe for human use.
Purity 99% in liquefied form.
Humidity and other impurities zero percent free from hydrogen sulphide. Free of all
forms of reducing and oxidizing substances.
Should not cause any damage to the materials of cylinders, Gas pipeline, Anesthesia
machine and ventilators.
Each batch must have passed tests for alkalinity, arsenic, phosphate and ammonia.
Carbon dioxide
Medical use & Should not damage any instrument / equipment.
Certified safe for human use.
Compressed Air
Certified safe for human use.
Medical grade.
Moisture/ oil/ dust free
Should not damage any instrument used with it
Nitrogen
Certified safe for pneumatically powered surgical instruments.
Water pump dry nitrogen.
Purity 99.97%
PRICE BID
Performa for inviting tenders & Rates particulars of medical gases.
A. Liquid Medical Oxygen
1.
2.
3.
4.
5.
LMO (Liquid Medical Oxygen) Tank Capacity ( Weight and Volume )
Evaporation Rate for Maintenance
Liquid Medical Oxygen Rate/kg
Any Taxes Statutorily Applicable
Number of Cylinders provided as backup arrangement
B. Medical Gas Cylinders
S.
No.
1.
2.
3
Compressed Medical Gases
Oxygen Cylinders
Nitrous Oxide
Cylinders
A
Typ
e
A
Type
B
Type
D
Type
D
Type
Carbon Dioxide
Cylinders
A
Type
AA
Typ
e
Bottl
e
Type
Compresse
d Medical
Air
D/Bulk
Nitroge
n
Basic Price
Per Cubic
Meter
Rate/kg
Any other
charges to
be specified
Note:
Rates must be written in figures & words.
1. Net rate to be quoted in the grand total inclusive of all charges.
2. Installation and commissioning of Liquid Medical Oxygen clarification regarding
installation of vessels for Liquid oxygen with its capacity with Certificate of the
Vessel.
3. The rates at which the cylinder will be delivered in the hospital must be quoted
both in the words and figures per cylinder.
4. There should be no revision of rate during contract period except changes in
taxes whenever notified by govt.
THE ABOVE PERFORMA SHOULD BE FILLED UP DULY SIGNED & TO BE
ENCLOSED ALONG WITH THE FINANCIAL BID ONLY AND NOT WITH THE
TECHNICAL BID, FAILING WHICH YOUR OFFER WILL BE SUMMARILY
REJECTED.
Name and Signature of Authorized Signatory with Seal
D/Bulk
Download