Download as pdf or txt
Download as pdf or txt
You are on page 1of 134

Odisha State Medical Corporation Limited

(A Government of Odisha Enterprise)


Website : www.osmcl.nic.in , Email : proc.osmcl@nic.in

Bid Reference No. OSMCL/2015-16/EQP-ICU(Cat.I)/01

e-TENDER DOCUMENT

SUPPLY & INSTALLATION


OF
ICU EQUIPMENT
(Category – I)

Regd. Office: In front of Ram Mandir, Convent Square, Unit – III,


Bhubaneswar -751 007
Tel. : (0674) 2380660

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
1
INDEX
Sl. PAGE
DESCRIPTION
NO. NO.
1 NOTICE INVITING TENDER 3-4
2 SECTION – I INSTRUCTION TO BIDDERS 5 -7
GENERAL DEFINITION & SCOPE OF
3 SECTION – II 8-10
CONTRACT
4 SECTION – III TENDER SCHEDULE 11 -12
5 SECTION – IV SCHEDULE OF REQUIREMENT 13-15
SPECIAL CONDITIONS OF CONTRACT
6 SECTION – V (TIME LIMITS & PRE-QUALIFICATION 13 -15
CRITERIA)
7 SECTION – VI GENERAL CONDITIONS OF CONTRACT 20-54
8 SECTION - VII TECHNICAL SPECIFICATIONS 55-107
9 SECTION - VIII FORMATS OF BID SUBMISSION 108-124
10 SECTION -IX ANNEXURES – FOR SELECTED BIDDERS 125-134

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
2
Odisha State Medical Corporation Limited
In front of Ram Mandir, Convent Square, Unit – III,
Bhubaneswar -751 007
Tel. : (0674) 2380660 Website : www.osmcl.nic.in , Email : admn.osmcl@nic.in

NOTICE INVITING BID


Bid Reference No. : OSMCL/2015-16/EQP-ICU(Cat.I)/01 Date: 17.12.2015
Online Bids through e-Tender portal (https://tendersodisha.gov.in) are invited
from eligible bidders for supply, installation & commissioning of ICU Equipment as
per the particulars mentioned below:

Sl.
Particulars Date and time
No.
19.12.2015, 3 PM
1. Date & time of release of bid
28.12.2015, 11 AM
2. Date & time of Pre-bid Venue : Conference Hall,
meeting Odisha State Medical Corporation Ltd.,
In front of Ram Mandir, Convent Square,
Unit – III, Bhubaneswar
Date & time of Online bid Start Date & Time End Date & Time
3.
submission 5.1.2016, 3 PM 18.1.2016, 5 PM
Date & time of online
4 20.1.2016, 11 AM
Technical bid opening
Date of demonstration of To be informed to those bidders whose bids are
5
Equipment (if required by found to be technically responsive based on
the Tender Inviting documents furnished in technical bid.
Authority for some
equipments)
6 Date of opening of Price To be informed to the qualified bidders
Bid
The bid document with all information relating to the bidding process including
cost of bid document, EMDs, Prequalification criteria and terms & conditions are
available in the websites: www.osmcl.nic.in and https://tendersodisha.gov.in The
Authority reserves the right to accept / reject any part thereof or all the bids
without assigning any reason thereof.

Sd/
Managing Director
OSMC Ltd., Odisha
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
3
Memo No.______________/OSMC Dt. ________

Copy submitted to the Principal Secretary to Govt. H&FW Dept. for kind information.

Sd/
Managing Director
OSMC Ltd.,Odisha

Memo No.__ ____________/OSMC Dt.__________

Copy forwarded to the DMET, Odisha for information.

Sd/
Managing Director
OSMC Ltd.,Odisha

Memo No.__ ____________/OSMC Dt.__________

Copy forwarded to the DHS, Odisha for information.

Sd/
Managing Director
OSMC Ltd.,Odisha

Memo No.____ __________/OSMC Dt. ___________

Copy forwarded to the State Head Portal, IT Cell, Odisha Secretariat,


Bhubaneswar for information.
Sd/
Managing Director
OSMC Ltd.,Odisha

Memo No.___ __________/OSMC Dt. __________


Copy forwarded to the Chief Manager (Technical), State Procurement Cell,
Nirman Saudh, Bhubaneswar for information.

Sd/-
Managing Director
OSMC Ltd.,Odisha

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
4
SECTION I
INSTRUCTION TO BIDDERS
1.1 The Odisha State Medical Corporation Limited - OSMCL (Tender
Inviting Authority) is a Govt. of Odisha Enterprise for providing services to
the various health care institutions under the Department of Health &
Family Welfare. One of the key objectives of the OSMCL is to act as the
central procurement agency for all essential drugs and equipments for all
health care institutions (hereinafter referred to as user institutions) under
the department.

1.2 This „Bid Document‟ contains the following:


Section I : Instruction to bidders
Section II : Scope and Description of Contract
Section III : Bid Schedule
Section IV : Schedule of Requirement
Section V : Specific Conditions of Contract
Section VI : General Conditions of Contract
Section VII : Technical Specifications
Section VIII : Formats for bidder for Submission of Bid (Technical
bid)
Section IX : Annexures [Formats for the successful bidder(Supplier)
after finalization of bid]

1.3 The bid documents published by the Bid Inviting Officer (Procurement
Officer Publisher) in the e-procurement portal
https://tendersodisha.gov.in will appear in the “Latest Active
Tender”. The Bidders/ Guest Users can download the Bid documents
only after the due date & time of sale. The publication of the bid will be
for specific period of time till the last date of submission of bids as
mentioned in the Bid Schedule (Section III) after which the same
will be removed from the list of “Latest Active Tender”. The bid
document is also available at website : www.osmcl.nic.in

1.4 PARTICIPATION IN BID


1.4.1 PORTAL REGISTRATION:

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
5
The bidder intending to participate in the bid is required to register
in the e-procurement portal using his/her active personal/official
e-mail ID as his/her Login ID and attach his/her valid Digital
signature certificate (DSC) - Class II or III to his/her unique
Login ID. He/She has to submit the relevant information as asked for
about the bidder. The portal registration of the bidder is to be
authenticated by the State Procurement Cell after verification of
original valid certificates/documents such as (i) PAN and (ii)
Registration Certificate (RC) / VAT Clearance Certificate (for
Procurement of Goods) of the concerned bidder. The time period of
validity in the portal is at par with validity of RC/ VAT Clearance. Any
change of information by the bidder is to be re-authenticated by the
State Procurement Cell. After successful authentication, bidder can
participate in the online bidding process.
1.4.2 LOGGING TO THE PORTAL:
The Bidder is required to type his/her Login ID and password. The
system will again ask to select the DSC and confirm it with the
password of DSC as a second stage authentication. For each login, a
user‟s DSC will be validated against its date of validity and also against
the Certificate Revocation List (CRL) of respective CAs stored in
system database. The system checks the unique Login ID, password
and DSC combination and authenticates the login process for use of
portal.
1.4.3 DOWNLOADING OF BID:
The bidder can download the bid of his / her choice and save it in
their system and undertake the necessary preparatory work off-line
and upload the completed bid at their convenience before the closing
date and time of submission.
1.4.4 CLARIFICATION ON BID:
The registered bidder can ask questions related to bid online in the e-
procurement portal but before the pre-bid meeting. The Officer
inviting the bid / Procurement Officer-Publisher will clarify queries
related to the bid.
1.4.5 PREPARATION OF BID

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
6
The detail guideline for preparation of bid is mentioned at General
condition of Contract- Section VII (Clause 6.4 – 6.7 & 6.17)
1.4.6 PAYMENT OF EMD AND COST OF BID DOCUMENTS:
The detail guideline for payment of EMD & Cost of Bid Documents is
mentioned at General Condition of contract- Section VII (Clause 6.5 -
6.7)
1.4.7 SUBMISSION AND SIGNING OF BID
The detail guideline for submission of & signing of bid is mentioned at
General Condition of Contract- Section VII (Clause 6.16 - 6.17)

Note: (Uploading of files for submission of bid)

The bidders can find two files (i) Scan copy of EMD, Tender document
cost, Sales Tax registration certificate, PAN, Part of the documents as
per Check list Format T1 (serially) & (ii) Balance documents as per
check list Format -T1 (serially) in technical bid for uploading their
files.

However for management of space, the bidders can divide their


scanned documents (all pages should be signed by authorized signatory
with seal and then to be scanned) in two parts equally (as the size
of the two files are same) and upload one part (Scan copy of EMD,
tender document Cost, Sales Tax registration certificate, VAT, PAN,
Documents as per check list T1 serially in one file and balance
document of the check list T1 in the second file to avoid any space
constraint.

The BOQ file (Excel file) is to be uploaded in the price bid.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
7
SECTION II
General Definitions & Scope of Contract
2.1 General Definitions
2.1.1 Department means Health & Family Welfare Department, Government
of Odisha.

2.1.2 Government means Government of Odisha.

2.1.3 Bid / Tender Inviting Authority is the Managing Director or authorized


person of OSMCL by the Managing Director, who on behalf of the User
Institution/Government or the funding agencies calls and finalize bids
and ensure supply, installation and after sales service of the equipments
procured under this bid document.

2.1.4 Bid Evaluation Committee & Technical Committee are Committees


authorized by the Managing Director of OSMCL to decide on the
purchase of the drugs and equipments to be procured by the OSMCL.

2.1.5 User Institutions are the Govt. health care institutions under the Health
& FW Department, Government of Odisha for which the equipment
under this bid is procured.

2.1.6 Funding agencies are usually Directorates of Health & FW Department,


Govt. of Odisha like Directorate of Health Services, Directorate of
Family Welfare, Directorate of Public Health, Directorate of Medical
Education & Training, Directorate of Drugs Control Administration etc.
and Societies like OHS&FW, SIHFW etc. that provide funds for the
procurement of drugs and equipments on behalf of whom the bid is
invited by the Tender Inviting Authority.

2.1.7 Blacklisting/debarring – the event occurring by the operation of the


conditions under which the bidders will be prevented for a period of 3
years from participating in the future bids of Tender Inviting
Authority/User Institution, more specifically mentioned in the Specific
Conditions of Contract (Section V) and General Conditions of Contract
(Section VI) of this bid document, the period being decided on the basis
of number of violations in the bid conditions and the loss/hardship
caused to the Tender Inviting Authority/User Institution on account of
such violations.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
8
2.2 Scope

2.2.1 The bids are invited for the supply, installation and commissioning
(including training) of the equipments, the details of which are
mentioned in Section IV, needed for the government health
institutions of Odisha on behalf of the Government of Odisha. The
Odisha State Medical Corporation Ltd. - OSMCL (hereinafter called as
the Tender Inviting Authority) is acting as the central procurement
agency as well as service provider for the institutions. The main
objective is to obtain competitive price through centralized
procurement and ensure after sales service to the equipments procured
under this bid. For this, the Corporation, on behalf of the Depart of
Health & Family welfare, Government of Odisha, will undertake and
oversee the procurement process, ensure that the successful bidders
are installing the equipments properly at the locations/institutions
specified and provide the after sales service during the agreed period of
contract in respect of the equipments installed to the satisfaction of the
Tender Inviting Authority as well as the user institution.

2.2.2 Rate Contract: This is a Rate contract Bid, the rate of which will be
valid for a period of one year from the date of finalization of rate
contract. However, the approx. quantity requirement is mentioned in
the Schedule of Requirement – Section IV, which may vary increase or
decrease to an extent of 15%. The bidders are expected to quote their
best rates for the equipment, the technical specifications, approx.
quantity and locations of the equipment, under the first instance of
supply are also mentioned in Section IV of this bid document. During
the rate contract period, only OSMCL is authorized on behalf of
Health & Family Welfare Department, Govt. of Odisha to place
purchase orders for the supply and installation of the same equipments
procured under this bid during the validity of the rate contract period.

2.2.3 If the Tender Inviting Authority choose to place repeat order(s) during
the rate contract period for supply, installation and commissioning,
then the successful bidder is bound to supply the same make/model of
equipment(s) as approved at the same rates and under the same terms
and conditions of this bid.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
9
2.2.4 The rate contractors can withdraw at any point of time, after the
minimum price firmness period of 180 days, but not after accepting the
Letter of Intent or entering into agreement with OSMCL.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
10
SECTION III
TENDER SCHEDULE
3.1. Bid Details

Bid Reference
1. OSMCL/2015-16/EQP-ICU(Cat.I)/01
No.
Rs.5,250/- ( inclusive 5% VAT ) for any or all the
Cost of Bid
2. equipment
Document
Sl. Name of the Item EMD (Rs.)
1 ABG Machine (Catridge based) 40,000/-
2 ABG Machine (Liquid based) 1,00,000/-
3 Anesthesia Work station (Advanced) 6,00,000/-
4 Anesthesia Machine/Boyle's Machine 2,50,000/-
5 Anesthesia Ventilator 20,000/-
6 BIPAP Machine 1,00,000/-
7 BIS Monitor 12,000/-
8 Bubble CPAP with compressor & blender 35,000/-
9 Central Station for monitoring 35,000/-
10 CPAP Machine 65,000/-
11 Defibrillator with Monitor 1,75,000/-
12 Haemodialysis Machine 1,00,000/-
13 ICU Bed Manual with Bed side locker 30,000/-
14 ICU Bed Motorised with Bed side locker 4,50,000/-
15 Intubation Adult Bronchoscope set 12,000/-
Earnest
16 Infusion Pump 70,000/-
3. Money
17 Video Laryngeoscope (Adult) 20,000/-
Deposit
18 Multipara Patient Monitor( Basic) 4,50,000/-
19 Multipara Patient Monitor (High End) 5,00,000/-
20 Oxygen Concentrator(Single outlet) 1,00,000/-
21 Oxygen Concentrator(Double outlet) 50,000/-
22 Patient Warming Device 30,000/-
23 Pulse Oxymeter 2,50,000/-
24 Syringe Pump (Double) 45,000/-
25 Syringe Pump (Single) 1,20,000/-
26 Syringe Pump (MRI Compatible)) 2,500/-
27 Ventilator (Neonate to Pediatric) 4,00,000/-
28 Ventilator (Pediatric to Adult) 14,00,000/-
29 Ventilator (Neonatal High Frequency) 80,000/-
30 Ventilator (Portable) 50,000/-
Note: The bidder may quote for any or all the equipment by
submitting the required EMD for that equipment.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
11
4. Validity of bid 180 days from the last date of bid submission.
Performance
5. 10% of the purchase order price (for successful bidders)
Security
Validity of Up to 90 days after the date of completion of the contractual
6. Performance obligations including warranty period.
Security

3.2. Important Dates:

Sl.
Particulars Date and time
No.
19.12.2015, 3 PM
1. Date & time of release of bid
28.12.2015, 11 AM
2. Date & time of Pre-bid Venue : Conference Hall,
meeting Odisha State Medical Corporation Ltd.,
In front of Ram Mandir, Convent Square,
Unit – III, Bhubaneswar
Date & time of Online bid Start Date & Time End Date & Time
3.
submission 5.1.2016, 3 PM 18.1.2015, 5 PM
Date & time of online
4 20.1.2015, 11 AM
Technical bid opening
Date of demonstration of To be informed to those bidders whose bids are
5
Equipment (if required by found to be technically responsive based on
the Tender Inviting documents furnished in technical bid.
Authority for some
equipments)
6 Date of opening of Price To be informed to the qualified bidders
Bid

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
12
SECTION IV
SCHEDULE OF REQUIREMENT
4.1 Equipment(s) Tendered:
*Whether *Whether cost Place of
CMC is of Reagents / delivery &
Name of the Qty required Cassettes are Installation
Equipment (Approx.) to be Required to be
quoted quoted
(Yes/No)
1 ABG Machine (Catridge 7 Yes Yes MCHs
based)
2 ABG Machine (Liquid 9 Yes Yes MCHs,
based) SVPPGIP
3 Anesthesia Work station 14 Yes No MCHs,
(Advanced) SVPPGIP, CH
4 Anesthesia Machine/Boyle's 41 Yes No MCHs, CH,
Machine DHHs
5 4 Yes No MCH
Anesthesia Ventilator
6 26 Yes No MCHs, CH,
BIPAP Machine
RGH, DHHs
7 BIS Monitor 3 Yes No MCHs

8 Bubble CPAP with 5 Yes No SVPPGIP


compressor & blender
9 Central Station for 6 Yes No MCHs
monitoring
10 CPAP Machine 22 Yes No MCHs, CH,
RGH, DHHs
11 31 Yes No MCHs, CH,
Defibrillator with Monitor SVPPGIP,
DHHs
12 Haemodialysis Machine 6 Yes No MCHs,
SVPPGIP
13 ICU Bed Manual with Bed 20 Yes No MCHs, CH
side locker
14 ICU Bed Motorised with 65 Yes No MCHs,
Bed side locker SVPPGIP
15 Intubation Adult 4 Yes No MCHs, AHRCC
Bronchoscope set
16 Infusion Pump 93 Yes No MCHs

17 Video Laryngeoscope 3 Yes No MCHs, AHRCC


(Adult)

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
13
18 Multipara Patient Monitor 114 Yes No MCHs, CH,
( Basic) SVPPGIP,
DHHs
19 Multipara Patient Monitor 52 Yes No MCHs
(High End)
20 Oxygen Concentrator 150 Yes No MCHs, RGH,
(Single outlet) DHHs
21 Oxygen Concentrator 40 Yes No SVPPGIP
(Double outlet)
22 Patient Warming Device 7 Yes No MCHs

23 Pulse Oxymeter 161 Yes No MCHs, RGH,


SVPPGIP,
DHHs
24 Syringe Pump (Double) 38 Yes No MCHs

25 Syringe Pump (Single) 149 Yes No MCHs, RGH,


SVPPGIP,
DHHs
26 Syringe Pump (MRI 2 Yes No MCHs
Compatible))
27 Ventilator (Neonate to 14 Yes No MCHs,
Pediatric) SVPPGIP
28 Ventilator (Pediatric to 61 Yes No MCHs, CH
Adult)
29 Ventilator (Neonatal High 2 Yes No SVPPGIP
Frequency)
30 Ventilator (Portable) 6 Yes No MCHs

MCH : Medical College Hospitals

DHH : District Headquarter Hospitals

CH : Capital Hospital

RGH : Rourkela Govt. Hospital

SVPPGIP : Sardar Vallabhbhai Patel Post Graduate Institute of Paediatrics


(Sishubhawan), Cuttack

AHRCC : Acharya Harihar Regional Cancer Centre, Cuttack

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
14
* Important Notes:

1. The bidders shall have to quote the price of CMC (for all items) in the price
schedule in the price BoQ (attached as excel file) in the e-tender portal.

2. The bidders have to quote the price of Reagents / Cartridges in the price
schedule against those equipment where it is mentioned as “Yes” above (for
item Sl. Nos. 1 & 2). The price of the consumable shall have to be quoted in a
separate price schedule format (attached as a PDF file) in the e-tender portal,
which shall be taken into account for evaluation.

3. In addition, the bidders have to quote the prices of the cost of spare parts of the
items quoted in the separate price schedule format attached as a PDF file) in the
e-tender portal. However, this shall not be taken into account for evaluation.

4.2 Technical Specifications:

The detailed technical specifications and other quality parameters of the


above equipment are contained in Section VII.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
15
SECTION V
SPECIAL CONDITIONS OF CONTRACT
5.1 Time Limits Prescribed
Sl.
Activity Time Limit
No
60 days from date of issuance of
5.1.1 Delivery period
Purchase Order.
Comprehensive warranty
5.1.2 3 years from the date of installation
period
5.1.3. CMC/AMC period 3 years CMC after warranty

Preventive maintenance One visit every six months (2 visits in


visits to all User Institution a year) for periodic/preventive
5.1.4
concerned during maintenance and any time for
Warranty/CMC or AMC attending repairs/break down calls.

Frequency of payment of Payments shall be on a six month


5.1.5
CMC or AMC charges basis as per the approved rate.
Submission of Performance
10 days from the date of issuance of
5.1.6 Security and entering into
Letter of Intent.
contract
Time for making payments
Within 30 days from the date of
5.1.7 by Tender Inviting
submission of proper documents
Authority
Maximum time to attend
5.1.8 Within 48 hours
any Repair call
5.1.9 Uptime in a year 95%

5.2 Pre qualification of Bidders:


5.2.1 Manufacturer / Importers are eligible to participate in the bid
provided, they fulfill the following conditions:

(i) In case of manufacturer, they will have to furnish the


manufacturer’s form as per Format T6
(ii) Import License (In case of Importer only).

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
16
(iii) In case of Importer, they will have to furnish the
manufacturer’s authorization form from the original
equipment manufacturer (OEM) as per Format T7
(iv) Valid ISO certificate (of the Manufacturer)
(v) Product must be ISI / BIS / CE / US FDA / IEC etc. (valid
ISI/BIS /CE /US FDA / IEC certificate) certified (As per
Section VII - technical specification).
(vi) Should have proof of supply 50% of the required quantity
(as mentioned in schedule of requirement) (executed
directly by manufacturer /Importer or through distributor) of
the equipment(s)/similar equipment mentioned in the
schedule of requirement to any Govt. organization / Corporate
Hospitals / PSU Hospitals / UN Agencies in India and
purchase order copies in support of that in last 3 years (As per
Format T9– Item-wise)
(vii) Proof of annual average turnover (Manufacturers/Importer)
of Rs. 10 Crores or more in the last three (3) financial
years certified by the Chartered Accountant as per the format
at Format T8 .
(viii) Must have three years of experience in manufacturing /
Importing of similar items.
(ix) Manufacturing unit who has been blacklisted either by the
Tender Inviting Authority or by any state Govt. or Central
Govt. organization is not eligible to participate in the bid for
that item during the period of blacklisting. Copies of stay
order(s) if any against the blacklisting should be furnished
along with the bid.
(x) Alternative bids are not allowed.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
17
5.2.2 Authorized Distributors are eligible to participate in the bid
provided:
(i) They submit manufacturer’s authorization form from the
original equipment manufacturer (OEM) as per Format T7.
(ii) They should have Proof of Average annual turnover of Rs. 3
Crores or more in last three (3) financial years as per Format
T8. In addition to this, the distributor shall also submit the
average annual turnover of the manufacturer/importer of the
item(s) as mentioned in 5.2.1 (vii) above.
(iii) Proof of supply of 50% of the required quantity (as
mentioned in schedule of requirement) (executed directly
by manufacturer or through distributor) of the
equipment(s)/similar equipments mentioned in the schedule of
requirement to any Govt. organization /Corporate Hospitals /
PSU Hospitals / UN Agencies and purchase order copies in
support of that in last 3 years (Format T9 -Item wise).
(iv) Must have three years of experience in trading of similar items.
(v) The authorized distributor will submit the following documents in
support of the manufacturer along with the bid:
a) Valid ISO certificate
b) valid ISI / BIS / CE / US FDA / IEC certificates of the
manufacturer (As per Section VII - technical
specification).
(vi) Alternative bids are not allowed.
vii) The Manufacturer or the bidder if blacklisted either by the
Tender Inviting Authority or by any state Govt. or Central Govt.
organization for the quoted item is not eligible to participate in
the bid during the period of blacklisting. Copies of stay order(s) if

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
18
any against the blacklisting should be furnished along with the
bid.
Note : Valid certificate mean the certificates should be valid on the date
of opening of technical bid.

5.2.3 The bidders have to submit the EMD (s) & the Bid document cost as
mentioned in Section-III.

5.2.4 Presence of authorized service centre in Odisha / Eastern India (Proof to


be submitted in Format T4)
5.3 Form “C” or Form “D” shall not be issued by the Tender
Inviting Authority. Therefore, if the bidders are quoting CST, they
shall indicate the percentage (%) of tax as applicable without Form
“C” or “D” in the relevant price schedule format.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
19
SECTION VI
GENERAL CONDITIONS OF CONTRACT
6.1 Contents of the Bid Document:
This „Bid Document‟ contains the following:
Section I : Instruction to Bidders
Section II : General Definition & Scope of Contract
Section III : Bid Schedule
Section IV : Schedule of Requirement
Section V : Special Conditions of Contract
Section VI : General Conditions of Contract
Section VII : Technical Specifications
Section VIII : Formats for bidder for Submission of Bid (Technical Bid)
Section IX : Annexures [Formats for the successful bidder (Supplier)
after finalization of bid]

6.2 Bid Document:

6.2.1 The detailed technical specifications and terms and conditions


governing the supply, installation, commissioning and the after sales
service of the equipments bided are contained in this “Bid Document”.

6.2.2 The bid document shall be made available in the website


www.osmcl.nic.in and https://tendersodisha.gov.in for
downloading. Bidder shall submit Bid Document cost (mentioned in
Section III) as described in clause 6.5 and non submission of the same
shall be one of the primary reasons for rejection of the offer in the first
round.

6.2.3 The documents shall be submitted online through the e-Tender portal
https://tendersodisha.gov.in Bidders have to enroll themselves in
the e-procurement portal and digital signature certificate is required.

6.2.4 The general guidelines on e-Tender process is as mentioned below :

6.2.4.1 Bidders should have a Class II or III Digital Signature


Certificate (DSC) to be procured from the Registration Authorities
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
20
(RA). Once, the DSC is obtained, bidders have to register in the e-
procurement portal https://tendersodisha.gov.in for
participating in this bid. Website registration is a one-time process
without any registration fees. However, bidders have to procure DSC
at their own cost.

6.2.4.2 Bidders may contact e-Procurement support desk of OSMCL over


telephone at 0674 - 2380660, or State Procurement cell help desk
1800-3456765, 0674-2530998 for assistance in this regard.

6.2.4.3 The e-Tender process comprises the stages viz. downloading the bid
document, pre-bid meeting (as applicable to each bid), bid
submission (technical cover and financial cover), opening of technical
bid and opening of financial bids for the technically qualified bidders.

6.2.4.4 Payment of Bid Document Cost & EMD:

The details of payment of document cost & EMD is mentioned


at clause 6.5

6.2.4.5 The details of documents (in PDF format) for online submission of
technical bid is mentioned at clause 6.17

6.2.4.6 The blank price bid format should be downloaded and saved on
bidder‟s computer without changing file-name otherwise price bid
will not get uploaded. The bidder should fill in the details in the same
file and upload the same back to the website.

6.2.4.7 Prices quoted by the Bidder shall be fixed during the bidder's
performance of the contract and not subject to variation on any
account. A bid submitted with an adjustable/variable price quotation
will be treated as non - responsive and rejected.

6.3 Responsibility of Verification of Contents of Bid


Document:
6.3.1 The purchasers of the bid document shall examine all instructions,
forms, terms and specifications in the Bid Document and verify that all
the contents mentioned under clause 6.1, are contained in the „Bid
Document‟.

6.3.2 Failure to furnish any information required by the bid documents and
submission of an offer not substantially responsive to it in every respect

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
21
shall be at the bidder‟s risk and may result in the rejection of the bids,
without any further notice.

6.4 Guidelines for Preparation of Bid

6.4.1 The Bidder shall bear all costs associated with the preparation and
submission of its bid and OSMCL, hereinafter referred to as “Tender
Inviting Authority”, will in no case be responsible or liable for these
costs, regardless of the conduct or outcome of the bidding process. The
documents to be submitted online is mentioned in clause 6.17.

6.4.2 In the event of documentary proof as required being not enclosed, the
Bid shall be liable to be rejected. All pages of the bid, except for
unamendable printed literature, shall be signed by the authorized
person or persons signing the bid along with the stamp of the bidder.

6.4.3 Language of Bid:- The Bid prepared by the bidder and all
correspondence and documents relating to the bid exchanged by the
bidder and the Tender Inviting Authority, shall be in English language.
Supporting documents and printed literature furnished by the bidder
may be written in another language provided they are accompanied by
an authenticated accurate translation of the relevant passages in the
English language in which case, for purposes of interpretation of the
Bid, the English translation shall govern.

6.4.4 The bid (in English Language only) for the supply of equipments
mentioned in Section IV shall be submitted along with detailed
specifications. A technical leaflet /brochure / literature shall be
furnished

6.4.5 The documentary evidence regarding past performance shall be


submitted along with the Bid shall be produced duly attested by the
bidder on every page and serially numbered. Any interlineations,
erasures or over writing shall be valid only if they are initialed by the
person (s) signing the offer.

6.4.6 Bidder shall submit a declaration letter as per the format given as
Format T5 and copy of amendments published if any signed by the
bidder or the authorized representative shall be enclosed as part of the
technical bid as a proof of having read and accepted the terms and
conditions of the bid document.

6.4.7 An offer submitted in vague /ambiguous financial terms and the like,
shall be termed as non-responsive and shall be summarily rejected.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
22
6.4.8 Clarifications to specific requests shall be responded through e-mail and
general clarifications, affecting all the bidders shall be published in the
official website of the Tender Inviting Authority (www.osmcl.nic.in).
However, it shall be the duty of the prospective bidder to ensure that the
clarifications sought for has been properly received in time by the
Tender Inviting Authority.

6.4.9 Any clarification on the e-Tender procedure shall be obtained from


OSMCL and the contact numbers are 0674 - 2380660 .

6.5 Payment for e-Tenders (Bid document Cost & EMD)

6.5.1 The bid document cost and EMD shall be paid by the bidder
in the following manner through the e-Tender system:

1. The bid document fee & EMD shall have to be furnished in


shape of Demand Draft from any nationalized/scheduled bank
in India in favour of Managing Director, Odisha State Medical
Corporation Ltd., payable at Bhubaneswar.

2. The bidder has to furnish the scan copy (in PDF format) of the
demand draft (s) alongwith other required document of technical
bid through online submission on or before the due date & time of
submission of technical bid.

3. However, the original instrument of the bid document cost &


EMD(s) in a sealed envelop must reach the Tender Inviting
Authority by post / courier on or before the opening of technical
bid, failing which the bid shall be rejected. The sealed envelop
containing the bid document cost & EMD should be clearly
superscribed as : Bid document cost & EMD, Bid Reference No.
and the name of the bidder.

6.6 Bid Document Cost

6.6.1 The bidder has to submit the bid document cost as mentioned in
Section–III and non-submission of Bid Document Cost as mentioned in
Section III shall be one of the primary reasons for rejection of the offer
in the first round.

6.6.2 All bidders shall pay bid document cost as per the instructions provided
in clause 6.5. Bidders are liable to pay bid document cost even if
any exemption is allowed in EMD.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
23
6.7 Earnest Money Deposit (EMD) :

6.7.1 The amount of the EMD(s) to be submitted per item is mentioned at


Section III and Non- submission of EMD as mentioned in Section III
shall be one of the primary reasons for rejection of the offer in the first
round.

6.7.3 Local MSEs only registered in Odisha with the respective DICs,
Khadi, Village, Cottage & Handicraft Industries, OSIC, NSIC shall be
exempted from submission of EMD, subject to submission of the valid
registration certificate from the concerned authority.

6.7.4 None of the bidders other than those specified in clause 6.7.3, are
exempted from submission of EMD.

6.7.5 EMD of unsuccessful bidders will be discharged/returned as promptly


through online transfer.

6.7.6 The successful bidder's EMD will be discharged upon the bidders
signing the contract and furnishing the performance security.

6.7.7 No interest will be paid for the EMD submitted.

6.7.8 The EMD will be forfeited, if a bidder;

6.7.8.1 Misrepresents facts or submit fabricated / forged / tampered /


altered / manipulated documents during verification of bidding
process.
6.7.8.2 withdraws its bid after the opening of technical bid;
6.7.8.3 a successful bidder, fails to sign the contract after issuance of
Letter of Intent
6.7.8.4 fails to furnish performance security after issuance of Letter of
Intent.

6.8 Deadline for Submission of Bid

6.8.1 Bidders shall upload all the necessary documents in the e-Tender portal
before the last date & time for online submission and the Tender
Inviting Authority shall not be held liable for the delay.

6.8.2 The Tender Inviting Authority may, at its discretion, extend the deadline
for submission of Bid by amending the Bid Document, in which case, all
rights and obligations of the Tender Inviting Authority and the bidders

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
24
previously subjected to the deadline shall thereafter be subjected to the
same deadline so extended.
6.9 Modification and Withdrawal of Bids
6.9.1 The bidder can modify or withdraw bids submitted online before the last
date & time for online submission.

6.10 Period of Validity of Bid


6.10.1 The bid must remain valid for minimum 180 days (six months) from the
date of opening of price bid. A bid valid for a shorter period shall be
rejected by the Tender Inviting Authority as non-responsive.

6.10.2 The successful bidder upon entering into a contract can withdraw from
the contract by giving one month prior notice after 180 days of price
firmness, but not after the execution of agreement or issuance of Supply
order for any of the agreed items.

6.10.3Withdrawal or non-compliance of agreed terms and conditions after the


execution of agreement or issuance of Supply Order will lead to invoking
of penal provisions and may also lead to black listing/debarring of the
successful bidder.

6.11 Rejection of Bids:


6.11.1 The bids shall be rejected in case the bidder fails to meet the pre-
qualification criteria as specified in Clause 5.2 of Section V

6.11.2 At any point of time, the Tender Inviting Authority reserves the right to
reject the bid if the bidder fails to fulfil the terms & conditions of the bid
document including technical specification, demonstration (wherever
required), furnishing of relevant document as per the satisfaction of
Tender Inviting Authority.

6.12 Notices
6.12.1 The Tender Inviting Authority shall publish the following information
on its website or e-Tender portal at the appropriate time as part of
ensuring transparency in the bid process;

6.12.1.1 The bid notices, documents, corrigendum, addendum etc if any.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
25
6.12.1.2 Amendments to the bid conditions, if any, especially after the pre-
bid meeting.

6.12.1.3 Results of the responsiveness of the technical bids and minor


infirmities/clarifications sought.

6.12.1.4 List of bidders qualified for demonstration of equipment and


reasons for rejection of unqualified bidders.

6.12.1.5 Results of the demonstration of the equipments, reasons for


rejection of equipments and provisional list of bidders qualified
for price bid opening.

6.12.1.6 Final List of technically qualified bidders.

6.12.1.7 Summary of Online price bid opening

6.12.2 Notice, if any, relating to the contract given by one party to the other,
shall be sent in writing by email or fax and confirmed by post. The
procedure will also provide the sender of the notice, the proof of
receipt of the notice by the receiver. The addresses of the parties for
exchanging such notices will be the addresses as incorporated in the
contract

6.12.3 The effective date of a notice shall be either the date when delivered to
the recipient or the effective date specifically mentioned in the notice,
whichever is later.

6.13 Other Terms and Conditions

6.13.1 All the terms and conditions in respect of warranty/guarantee,


CMC/AMC, Training of Staff etc mentioned in Section V shall be
complied with.

6.13.2 Technical Specifications and Standards:- The Goods & Services to be


provided by the successful bidder under this contract shall conform to
the technical specifications and quality control parameters mentioned
in Section VII of this document.

6.13.3 The bidder shall be responsible for payment of any charges due to any
statutory authorities such as Income Tax, Sales Tax, Customs Duties
etc.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
26
6.13.4 In the event, if it found that there is some statutory deduction to be
made at the source, the Tender Inviting Authority will have the
authority to do so.

6.14 Pre-Bid Meeting


6.14.1 A pre-bid meeting will be convened to clarify the doubts of the
prospective bids. The Tender Inviting Authority may or may not amend
the terms and conditions as well as technical specifications of the bid
document after the pre-bid meeting on the basis of feedback obtained
during such meeting with a view to obtain maximum number of
competitive bids.

6.14.2 Date of pre-bid meeting is mentioned in Section III.

6.14.3 Pre-bid meeting is called by the Tender Inviting Authority to explain


briefly about the requirements as well as the terms and conditions of
the bid document and to get the views of the prospective bidders, or
any clarifications sought by the prospective bids on bid terms &
conditions / specifications etc., as part of ensuing transparency in the
bid process. Response to pre-bid queries if any by the prospective
bidders shall be based on the written letters from

6.14.4 It is an opportunity for the prospective bidder to obtain all the details
about the bided items, conditions governing the bids and also to get the
explanation of any ambiguous condition that may be present in the bid
document.

6.14.5 It is also an opportunity for the Tender Inviting Authority to assess the
market and obtain feedback on the technical specifications/features etc
requested by the User Institution/funding agency, so as to make
amendments in the bid document on the basis of expert advice.

6.14.6 Failure to attend the Pre-bid meeting will not be a disqualification, but
a loss of opportunity for the prospective bidders to understand about
the items bided and the bid conditions.

6.14.7 Filled up Bids (Online Submission) will be accepted only after the
date of pre-bid meeting.

6.15 Amendment of Bid Documents:

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
27
6.15.1 At any time prior to the dead line for submission of Bid, the Tender
Inviting Authority may, for any reason, modify the bid document by
amendment.

6.15.2 The amendments shall be published in e-Tender portal, and the bidder
shall submit copy of amendments published if any signed by the bidder
or the authorized representative shall be enclosed as part of the
technical bid as a proof of having read and accepted the terms and
conditions of the bid document.

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

6.16 Submission of Bid

6.16.1 The bids are to be submitted on-line in two parts in the e-Tender
portal. Each process in the e-procurement is time stamped and the
system can detect the time of log in of each user including the Bidder.

6.16.2 PART-I as TECHNICAL BID shall be submitted on-line only in the


e-Tender portal with all the required documents as mentioned in
clause 6.17.

6.16.3 PART II as PRICE BID (in the required Format) has to be submitted
online only. The price bid format (excel sheet available in e-Tender
portal) is specific to a bid and is not interchangeable. The price bid
format file shall be downloaded from the e-Tender portal and quote the
prices in the respective fields before uploading it. The Price bids
submitted in any other formats will be treated as non-responsive.
Multiple price bid submission by bidder shall lead to cancellation of
bid.
6.16.4 The bidder should check the system generated confirmation
statement on the status of the submission.
6.16.5 SIGNING OF BID
The bidder shall digitally sign on all statements, documents,
certificates uploaded by him, owning responsibility for their

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
28
correctness / authenticity. If any of the information furnished by the
bidder is found to be false / fabricated / bogus, the EMD/Bid Security
shall stand forfeited & his/her name shall be recommended for
blocking of portal registration and the bidder is liable to be blacklisted.

6.16.6 SECURITY OF BID SUBMISSION:


6.16.6.1All bid uploaded by the bidder to the e-procurement portal will be
encrypted.
6.16.6.2The encrypted bid can only be decrypted / opened by the authorised
openers on or after the due date and time.
6.16.7 RESUBMISSION AND WITHDRAWAL OF BIDS:
6.16.7.1 Resubmission of bid by the bidders for any number of times before the
final date and time of submission is allowed.
6.16.7.2 Resubmission of bid shall require uploading of all documents
including price bid a fresh.
6.16.7.3 If the bidder fails to submit his modified bids within the pre-defined
time of receipt, the system shall consider only the last bid submitted.
6.16.7.4 The Bidder can withdraw it’s bid before the closure date and time of
receipt of the bid by uploading scanned copy of a letter addressing to
the Procurement Officer Publisher (Officer Inviting Bid) citing
reasons for withdrawal. The system shall not allow any withdrawal
after expiry of the closure time of the bid.
6.16.7.5 The bidder should avoid submission of bid at the last moment to
avoid system failure or malfunction of internet or traffic jam or power
failure etc.
6.16.8 The details of the documents to be uploaded online are mentioned in
Clause 6.17.

6.17 List of Documents in Bid Submission

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
29
The list of documents (Scanned documents to be uploaded online
in PDF format) as a part of Technical Bid (PART I) is as mentioned
below:

6.17.1 Bid Document cost [(Scanned copy of the DD in PDF)]

6.17.2 Earnest Money Deposit (s) [Scanned copy of the DD in PDF)]

6.17.3 Format – T1 (Check List)

6.17.4 Format – T2 (Details of Items quoted)

6.17.5 Format – T3 (Details of EMD submitted)

6.17.6 Format – T4 (Details of Bidder & Service Center)

6.17.7 Format – T5 (Declaration Form)

6.17.8 Format – T6 (Manufacturer‟s Form – in case the bidder is the OEM)

6.17.9 Format – T7 (Manufacturer‟s authorization Form – in case the bidder


is the authorized distributor of OEM)

6.17.10 Format – T8 (Annual Turnover Statement by Chartered Accountant)


In case of distributor, they have to furnish the audited statement of the
OEM alongwith their own turnover.
6.17.11 Copies of the annual audited statement / Annual Report for 2011-12,
2012-13, 2013-14 (Provisional statement of account shall not be
considered). In case of distributor, they have to furnish the audited
statement / copies of the pages of the audited statement in Annual
Report of the OEM alongwith their own turnover.
6.17.12 Format–T9 (Performance Statement during the last three Years)

6.17.13 Copies of purchase orders & end user certificates in support of the
information furnished in Format T-9

6.17.14 Format – T10 (Statement of deviation – Technical Specification)

6.17.15 Format – T11 (Para-wise compliance to Technical Specification)

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
30
6.17.16 Copy of the Leaflets / Technical Brochures / Product Data
Sheets of the Model offered in support of the information provided in
Format – T11

6.17.17 Copy of Quality Certificates (valid ISI / BIS / CE / US FDA / IEC


etc. & ISO) of the product / organization (As per Section VII -
Technical Specification).
6.17.17 Copy of the VAT / CST registration certificate

6.17.18 Copy of PAN

6.17.19 Copy of IT Returns of the financial years 2011-12, 2012-13 & 2013-14

A Copy of the all the above documents uploaded in the technical bid
shall also to be submitted alongwith the Original EMD & Tender
document Cost on or before the scheduled online technical bid
opening. However, the copy of all documents to be submitted should be
exactly the same as uploaded in e-tender portal. Copy of the
documents to be submitted shall be only for the purpose of clarity / better
visibility of the documents uploaded in case of any scanned documents
uploaded (like product catalogues etc.) is not clear. In that case, the
documents shall be considered for evaluation if the scan copy of the
same is uploaded.

Note: No price information to be furnished in the


Technical bid.

6.18 Opening of Technical Bid

6.18.1 The technical bid opening is online. The date of technical bid opening
is only published in advance. The date of opening of price bid will be
decided after demonstration (the items for which is decided by Tender
Inviting Authority) for those bidders who qualify in the technical bid
evaluation and shall be informed in advance.

6.18.2 The on-line opening of the technical bid and the price bid shall be done
by the Tender Inviting Authority or his authorized representatives as
per bid schedule. The prospective bidders or his/her representative can
access to the on-line bid opening by logging in to the e-Tender portal
with the registered digital signature. Bidders or his/her representative

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
31
shall not come to the office of the Tender Inviting Authority for the
opening of either technical or price bids.

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

6.18.4 In the event of the bid and claims in the on-line documents are
materially missing or of substantial error or unqualified for want of
required qualifications, shall stand disqualified and rejected. However,
minor infirmities in the submission of documents will be allowed to be
rectified by obtaining required clarification by the Tender Inviting
Authority so as to ensure qualification of maximum number of
competitive offers to the final round.

6.18.5 The bidder shall be responsible for properly uploading the relevant
documents in the format specified in the e-Tender portal in the specific
location and the Tender Inviting Authority shall not be held liable for
errors or mistakes done while submitting the on-line bid.

6.18.6 The date and time of Price Bid will be announced only after the
opening of the Technical Bid and demonstration of the features,
operation etc of the equipment by the bidders.

6.19 Evaluation of Bid


6.19.1 Bid Evaluation Committee:

6.19.1.1 The documents submitted as part of the technical bids shall be


scrutinized by a bid evaluation committee duly appointed.

6.19.1.2 The bid evaluation committee may also verify the veracity of claims in
respect of the known performance of the equipment offered, the
experience and reputation of bidder in the field, the financial solvency
etc.

6.19.1.3 The decisions of the bid evaluation committee on whether the bidders
are responsive or non-responsive or requiring clarifications will be
published.

6.19.2 Technical Committee:

6.19.2.1 The demonstration (wherever required) shall be conducted by a


Committee called the „Technical Committee‟ in which external

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
32
experts from the User Institutions/Funding Agencies may also be
present.

6.19.2.2 The composition of technical committee may vary with the type
of the equipment bided.

6.19.2.3 The decisions of the technical committee will also be published.

6.20 Clarification of Bids

6.20.1 During evaluation of bids, the Tender Inviting Authority may, at its
discretion, give opportunity to the bidder(s) for clarification of points
raised by the bid evaluation committee on its bids submitted.

6.20.2 The request for clarification and the response shall be in writing, either
through email or fax or by post.

6.21 Demonstration of Technical Specifications &


Performance:

6.21.1 Before opening of the Price Bid, if it is decided by the by the Tender
Inviting Authority for certain equipment to have a demonstration of
the equipment for assessing the compliance to the technical
specification as indicated in Section VII, then the bidder shall arrange
for demonstration of offered items at Bhubaneswar at it‟s own cost,
either directly or through authorized Dealer /Distributors, as the case
may be.

6.21.3 Failure to demonstrate the technical specification or performance of


the items to the satisfaction of the technical committee or the Tender
Inviting Authority will lead to automatic rejection of the bid and the
price bid of such bidders shall not be considered for opening of Price
bids.

6.21.4 The Tender Inviting Authority‟s/User Institution‟s contractual right to


inspect, test and, if necessary, reject the goods after the goods‟ arrival
at the final destination shall have no bearing of the fact that the goods
have previously been inspected and cleared by Tender Inviting
Authority‟s inspector during demonstration as mentioned above.

6.22 Price Bids Opening

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
33
6.22.1 The opening of the price bid shall be done online by the Tender
Inviting Authority or his authorized representative and only the Price
Bids of those firms qualified in the detailed scrutiny and evaluation of
the Technical bid and successful PDI /demonstration, conducted by
the Technical Committee/Tender Inviting Authority shall be opened in
the second round.

6.22.2 Price Offered shall be in Indian Rupees. Price should be quoted for the
supply, installation, training (if necessary) and successful
commissioning of the accessories and fulfilment of warranty/guarantee
and after sales service to the satisfaction of the User Institution.

6.22.4 Fixed price: Prices quoted by the Bidder shall be fixed during the
period of the contract and not subject to variation on any account.

6.22.5 There shall also be no hidden costs.

6.22.7 Bidder shall quote prices in all necessary fields in the available format.
The price shall be entered separately in the following manner:

6.22.7.1 Basic Price: Basic unit price should include the cost of all
accessories which includes excise duty / customs duty, packing,
insurance, forwarding /transportation (door delivery) with 2
(two) years onsite warranty, calibration charges if any &
excludes VAT/sales tax / entry tax.

6.22.7.2 Sales Tax (CST or OVAT): Applicable Sales Tax (CST or OVAT)
shall be quoted in this column in numeric values and in Rupees
(If the field is left blank, value will be taken as zero). Form “C”
or Form “D” shall not be issued by the Tender Inviting
Authority. Therefore, if the bidders are quoting CST, they shall
indicate the % of tax as applicable without Form “C”or “D” in the
relevant price schedule format.

6.22.7.3 The bidders shall offer the price which shall be inclusive of all the
accessories mentioned in the technical specification under Section
IV.

6.22.7.4 CMC (Comprehensive Maintenance Contract) Rates as per price


schedule

6.22.7.5 Bidder shall also quote CMC / AMC rates (exclusive of service tax)
for a period mentioned in clause 5.1 after comprehensive
warranty period. The Rates of CMC for the prescribed period as

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
34
per clause 5.1 shall be shown separately in the respective columns
of price bid format.

6.22.7.6 The total CMC rates, offered shall be taken into account while
tabulating and comparing prices for deciding the lowest qualified
bidder.

6.22.7.7 In case if the respective columns of CMC is left blank in the


prescribed price bid format it shall be considered as zero.

6.22.7.8 Price for consumables to be quoted in the separate price schedule


for only those equipments if mentioned in the technical
specification & as „Yes‟ in clause 4.1

6.23 Price Bid Evaluation


6.23.1 The quoted rate should include excise / customs duty, transportation,
insurance, packing & forwarding or any other incidental charges.

6.23.2 In case of bidders who have quoted CST (firms not registered under
Odisha VAT), CST as mentioned in the Price Bid by the bidder shall be
added to the quoted rate for price evaluation.

In case of bidders who have quoted VAT (firms registered under


Odisha VAT), VAT as mentioned in the Price Bid by the bidder shall be
excluded for price evaluation.

6.23.3 Entry Tax will not be considered for price evaluation.

6.23.4 After giving price preferences to eligible local MSE Units of Odisha.

6.23.5 As per the Govt. of Odisha Finance Deptt. Order No. 13290/F
dt.02.04.2013, “in comparing the cost of an article, if purchased from
within the State with the price of similar article if purchased from
outside the State, the amount of Odisha Sales Tax (OST) now VAT shall
be deducted from the total cost since it accrues back as revenue to the
State. If after such deduction, the cost of articles to be purchased
within the State is not more than the cost of including Central Sales
Tax, transport and other charges of similar articles from outside the
State, it would be economical to purchase articles within the State”.

6.23.6 The basic price, Installation cost (if any), CMC (wherever applicable) &
Cost of reagents (wherever applicable) shall be taken into account for

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
35
evaluation. The auto generated comparison list generated through the
e-tender portal after price bid opening is not the final evaluation
list. Manual evaluation shall be carried out by the tender inviting
authority based on the quoted price in the e-tender portal and the
evaluation criteria mentioned above to arrive at the lowest evaluated
responsive bid.

6.24 Award of Contract


6.24.1 Criteria:-The contract will be awarded to the lowest evaluated
responsive bidder qualifying to the final round after scrutiny of the
technical bids and demonstration of the accessories if any, i.e. after
price bid opening.

6.24.2 Variation of Quantities at the Time of Award/ Currency of Contract:-At


the time of awarding the contract, the Tender Inviting Authority
reserves the right to increase or decrease by up to fifteen (15) per cent
of the quantity of goods and services mentioned under cl. 4.1 (rounded
off to next whole number) without any change in the unit price and
other terms & conditions quoted by the bidder.

6.25 Notification of Award/Letter of Intent (LOI)


6.25.1 Before expiry of the bid validity period, the Tender Inviting Authority
will notify the successful bidder(s) in writing, by registered / speed
post or by fax or by email (to be confirmed by registered / speed post
immediately afterwards) that its bid for accessories, which have been
selected by the Tender Inviting Authority, has been accepted, also
briefly indicating therein the essential details like description,
specification and quantity of the goods & services and corresponding
prices accepted. This notification is undertaken by issuing a Letter of
Intent (LOI) by the Tender Inviting Authority.

6.25.2 The successful bidder, upon receipt of the LOI, shall furnish the
required performance security and submit an agreement in the
prescribed format within ten days, failing which the EMD will forfeited
and the award will be cancelled.

6.25.3 The Notification of Award shall constitute the conclusion of the


Contract.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
36
6.26 Signing of Contract
6.26.1 The successful bidder shall execute an agreement in the format as
given under Annexure I for ensuring satisfactory supply, installation,
commissioning and the after sales service/support during the warranty
period.

6.26.2 The successful bidder shall submit bank guarantee in the format as per
Annexure V, a performance security prescribed under cl.6.27.

6.26.3 Promptly after notification of award, within ten days from the date of
the letter of intent, the successful bidder shall execute the contract (as
per agreement Annexure I) on Rs.100/- stamp paper purchased in the
name of the successful bidder, duly signed and dated, to the Tender
Inviting Authority by registered / speed post or in person.

6.26.4 The successful bidder shall later extend the Contract converting it as
Comprehensive Maintenance Contract/Annual Maintenance Contract
with the Tender Inviting Authority/respective user institutions, 3
(three) months prior to the completion of Warranty Period, if the
Tender Inviting Authority/User Institution desires so. The CMC will
commence from the date of expiry of the Warranty Period.

6.26.5 Assignment:-The Successful bidder shall not assign, either in whole or


in part, its contractual duties, responsibilities and obligations to
perform the contract, except with the Tender Inviting Authority‟s prior
written permission.

6.26.6 Sub Contracts:- The Successful bidder shall not sub contract the
execution of the contract. Such action, if done without the knowledge
of the Tender Inviting Authority prior to the entering of the contract,
shall not relieve the Successful bidder from any of its liability or
obligation under the terms and conditions of the contract.

6.26.7 Modification of contract:- If necessary, the Tender Inviting Authority


may, by a written order given to the successful bidder at any time
during the currency of the contract, amend the contract by making
alterations and modifications within the general scope of contract in
any one or more of the following:

6.26.7.1 Specifications, drawings, designs etc. where goods to be


supplied under the contract are to be specifically
manufactured for the Tender Inviting Authority,
6.26.7.2 Mode of Demonstration/PDI
6.26.7.3 Incidental services to be provided by the successful bidder
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
37
6.26.7.4 Mode of Installation
6.26.7.5 Place of delivery
6.26.7.6 Converting the installation of the accessories in all or any of
the locations as turnkey project and
6.26.7.7 Any other term(s) of the contract, as felt necessary by the
Tender Inviting Authority depending on the merits of the case.

6.26.8 In the event of any such modification/alteration causing increase or


decrease in the cost of goods and services to be supplied and provided,
or in the time required by the successful bidder to perform any
obligation under the contract, an equitable adjustment may be made in
the contract price and/or contract delivery schedule, as the case may
be, and the contract amended accordingly.

6.26.9 If the successful bidder doesn‟t agree to the adjustment made by the
Tender Inviting Authority/User Institutions, the successful bidder shall
convey its views to the Tender Inviting Authority/user institutions
within ten days from the date of the successful bidder‟s receipt of the
Tender Inviting Authority‟s/User Institution‟s amendment /
modification of terms of the contract.

6.27 Performance Security


6.27.1 There will be a performance security deposit amounting to the total
value as mentioned in Section III excluding taxes, which shall be
submitted by the successful bidder to the Tender Inviting Authority
within 10 days from the date of issuance of Contract / Purchase order.
The successful local SSI unit shall have to pay 10% of the prescribed
performance security.

6.27.2 The contract duly signed and returned to the Tender Inviting Authority
shall be accompanied by a demand Draft or Bank Guarantee in the
prescribed format.

6.27.3 Upon receipt of such contract and the performance security, the
Tender Inviting Authority shall issue the Supply Orders containing the
terms and conditions for the execution of the order.

6.27.4 Failure of the successful bidder in providing performance security


mentioned in Section III and/or in returning contract copy duly signed
in time shall make the bidder liable for forfeiture of its EMD.

6.27.5 The Performance security shall be denominated in Indian Rupees or in


the currency of the contract as detailed below:
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
38
6.27.5.1 It shall be in any one of the forms namely Account Payee Demand
Draft or Bank Guarantee issued by a Scheduled bank in India, in
the prescribed form as provided in this document endorsed in
favour of the Tender Inviting Authority/user institution.
6.27.5.2 In the event of any failure /default of the successful bidder with or
without any quantifiable loss to the government including
furnishing of User Institution wise Bank Guarantee for CMC
security as per Performa, the amount of the performance security is
liable to be forfeited.
6.27.5.3 In the event of any amendment issued to the contract, the
successful bidder shall, within ten (10) days of issue of the
amendment, furnish the corresponding amendment to the
Performance Security (as necessary), rendering the same valid in
all respects in terms of the contract, as amended.
6.27.5.4 Tender Inviting Authority/User Institution will release the
Performance Security without any interest to the successful bidder
on completion of the successful bidder‟s all contractual obligations
including the warranty obligations & after receipt of certificates
confirming that all the contractual obligations have been
successfully complied with.
6.27.5.5 The Bank Guarantee submitted in place of DD shall be in the
prescribed format (Annexure V) ; Bank Guarantee in no other form
will be accepted and will lead to rejection of bids.

6.28 Delivery and Installation

6.28.1 The successful bidder shall visit the scheduled institution and
recommend pre installation requirements at each institution. The
details may be consolidated and shall submit to Tender Inviting
Authority for further actions. If the supplier fails to communicate any
of such instances before delivery of equipment and cannot complete
the delivery within the stipulate period, Tender Inviting Authority
shall deduct Liquidated Damage (LD) charges as per the bid
conditions specified in clause 6.42.5

6.28.2 The successful bidder will have arrange transportation of the ordered
goods as per its own procedure and pay necessary insurance against
loss or damage incidental to manufacture or acquisition,
transportation, storage and delivery and pay all necessary charges
incidental till it is installed in the User Institution. It shall be ensured
that the equipments arrive at the destination(s) in good condition

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
39
within the delivery period mentioned and as per the other
requirements of the Bid Document.

6.28.3 If at any time during the currency of the contract, the successful bidder
encounters conditions hindering timely delivery of the goods and
performance of services, the successful bidder shall inform the Tender
Inviting Authority/User Institution in writing within a week about the
same and its likely duration and make a request to the Tender Inviting
Authority/User Institution for extension of the delivery schedule
accordingly. On receiving the successful bidder‟s communication, the
Tender Inviting Authority/User Institution shall examine the situation
as soon as possible and, at its discretion, may agree to extend the
delivery schedule, with or without liquidated damages for completion
of successful bidder‟s contractual obligations by issuing an amendment
to the contract.

6.28.4 The successful bidder is required to deliver the equipments and install
the equipments at the site within time specified under cl 5.1. from the
date of issue of the „Supply Order‟ and demonstrate individually the
specification/features as well as operation / performance of the
equipment to the satisfaction of the institution head or his/her
representative and obtain an individual „Installation Certificate‟ (as per
format in Annexure II) for each equipment and warranty card (as per
format in Annexure III) duly signed and with proper stamp of the
institution concerned. A proper detail of stock taking has to be
obtained in the invoices from the respective User Institutions with
signature and seal.

6.28.5 A copy of the invoice shall be submitted to every User Institution to


effecting stock entry at the respective location.

6.28.6 The installation report and two month performance reports shall be
submitted separately, in a single sheet printed back to back and shall
be submitted individually for each equipment installed.

6.28.7 The Tender Inviting Authority may also depute one of its
representatives or from the funding agency with prior intimation to
the successful bidder to be present for the demonstration. The
signature of such official, if deputed, in the installation certificate is
essential.

6.28.8 Installation & Commissioning: The electrical power supply point will
be provided by the purchaser at the room where the equipment will
be installed but the wiring and electrical fittings inside the room and
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
40
accessories if any required for installation & commissioning of the
equipment from the power supply point to the point of actual
installation or any other civil work required for installation of the
equipment will be provided by the supplier without any extra cost
(apart from the cost mentioned under installation cost in the Price
schedule which should include the cost of all such requirement).

6.29 Payment
6.29.1 No advance payments towards cost of medical equipments will be
made to the bidder.

6.29.2 90% of the cost of the equipment (excluding CMC Cost) + 100%
installation cost + 100% tax shall be paid to the supplier on receipt of
the stock entry certificate, installation and demonstration /training of
the item from the consignee.

6.29.3 The balance 10% of the payment of equipment will only be made after
receipt of certificate on working status of the equipment from the
consignee after 8 weeks of installation and commissioning of the
equipment.

6.29.2 The original invoice submitted shall be in the name of the Tender
Inviting Authority and the name of the consignee shall also be
mentioned in it.

6.29.3 Payment for CMC/AMC Charges: The payment of CMC will be made
once in six months basis after satisfactory completion of said period by
the Tender Inviting Authority.

6.29.6 Where there is a statutory requirement for tax deduction at source,


such deduction towards income tax and other taxes as applicable will
be made from the bills payable to the Successful bidder at rates as
notified from time to time.

6.30 After Sales Service Conditions:


6.30.1 OSMCL attaches paramount importance to the after sales service of the
equipments installed to ensure smooth operation afterwards. The
successful bidder is required to undertake preventive maintenance and
attend all repairs, if any, that may arise during the warranty period free
of cost and thereafter for additional period mentioned in the Specific
Conditions of Contract, for which the rates of Comprehensive Annual
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
41
Maintenance Contract or Comprehensive Maintenance Contract, in
simple terms (CMC-including all essential spares needed for the
satisfactory performance of the equipment) shall be finalized at the
time of bidding itself. The rate offered for CMC/AMC charges will be
considered for evaluation of prices and deciding on the successful
bidder.

6.30.2 The after sales terms and conditions will be strictly enforced and those
bidders who are willing to support the Tender Inviting Authority in its
endeavor to provide trouble free operation/performance of the
equipments for the prescribed period need only participate in the bid.

6.30.3 The after sales service shall be performed during the warranty period
and also during the Comprehensive Maintenance Period (CMC)/
Annual Maintenance Contract, if awarded. The detailed terms and
conditions for after sales service mentioned hereunder.

6.30.4 Failure to provide satisfactory after sales services during or after the
warranty period and CMC/AMC will lead to blacklisting/debarring of
the bidders, but after issuing due notice and provide opportunity for
being heard.

6.31 Guarantee/Warranty Terms:


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

6.31.2 The successful bidder further have to warrant that the Goods supplied
under this Contract shall have no defect arising from design, materials
or workmanship (except when the design and/or material is required
by the Tender Inviting Authority‟s specifications) or from any act or
omission of the successful bidder, that may develop under normal use
of the supplied goods.

6.31.3 All the equipments including the accessories supplied as per the
technical specification in clause 4.2 should carry comprehensive
warranty for a period mentioned under cl.5.1. in the first instance.
During this period, the successful bidder shall replace all defective
parts and attend to all repairs/break downs and undertake stipulated
number of preventive maintenance visits to every user installation site.
The cost of spare parts for all replacements has to be borne by the
successful bidder during the period of comprehensive warranty.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
42
6.31.4 On expiration of the comprehensive warranty period, the successful
bidder shall be willing to provide after sales support for an additional
period prescribed under clause 5.1.

6.31.5 The prospective bidder, who are manufacturers, shall submit an


undertaking in the format T6 & T7 from the Original Equipment
Manufacturers (OEM) that they are willing to provide spare parts for
the period of warranty as mentioned and also during the additional
CMC/AMC period, if awarded. The OEM shall also assure continuity of
service to their product, in the event of change in dealership or the
bidders – their existing dealers - couldn‟t provide service during the
warranty / AMC period. The undertaking in Annexure IB, from OEM is
an essential document forming part of the Technical Bid, without
which the bids will be rejected summarily in the first round itself.

6.31.6 After sales service centre in Odisha preferably or at least in Eastern


India should be available as part of the pre-qualification criteria under
cl.5.2.4 and the bidder shall provide proof of their capability to
undertake such maintenance/repair within the stipulated time.

6.31.7 Site Visits: The successful bidder shall visit each User Institution as
part of preventive maintenance as per the frequency mentioned under
cl.5.1. during the warranty period. The bidder shall attend any number
of break down/repair calls as and when informed by the Tender
Inviting Authority/User Institution.

6.31.8 During every visit, a copy of the service report/break down call report,
duly signed by the custodian of the equipment/head of the health care
institution and stamped shall be forwarded by email/fax/post to the
OSMCL within 10 days from the due date.

6.31.9 Complaints should be attended properly, maximum within the time


mentioned in clause 5.1.9. In case, the repair/fault duration is likely to
exceed 72 hours, the successful bidder shall arrange a standby
equipment of the same make and model within next 48 hours (total
down time should not exceed 5 days) as a stop-gap arrangement till the
repair/fault is rectified and the stand by equipment shall perform in
the same manner as regards a new equipment.

6.31.10 Upon receipt of such notice for repair/breakdown from the Tender
Inviting Authority or user institution, the successful bidder shall,
within the period specified under cl.5.1.8, and with all reasonable

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
43
speed, repair or replace the defective goods or parts thereof, without
cost to the Tender Inviting Authority or to the user institution.

6.31.11 If the successful bidder, having been notified, fails to rectify the
defect(s) within the period specified mentioned in cl.5.1.8, the Tender
Inviting Authority may proceed to take such remedial action as may be
deemed necessary, at the successful bidder‟s risk and cost and without
prejudice to any other rights which the Tender Inviting Authority may
have against the successful bidder under the contract.

6.31.12 Failure to attend the repairs in time or failure to attend the stipulated
preventive maintenance visit or failure to replace the defective
equipments or to provide stand by equipment if the fault/down time
exceeds the stipulated period or to ensure the stipulated up-time in an
year shall lead to forfeiture of the performance security and/or may
lead to blacklisting/debarring of the defaulting bidder.

6.31.13 A warranty certificate (as per format in Annexure III) duly signed and
with proper stamp of the institution concerned and also signed by the
authorized signatory with the stamp of the successful bidder shall be
submitted to the Tender Inviting Authority for keeping it under safe
custody along with the Installation Certificate. A copy of the original
warranty papers has to be given to the institution head concerned.

6.31.14 The equipment which requires quality assurance test shall be done at
free of cost immediately after installation, during the comprehensive
warranty period, during the CMC / AMC period, by the demand of
User Institutions and also when major spares are replaced.

6.31.15 Any mandatory approval required for installation shall be obtained by


the successful bidder in liaison with the respective authorities.

6.31.16 The bidder shall undertake on-site calibration of the equipment every
year as part of the after sales service during the period of
comprehensive warranty, CMC/AMC or on demand from the user
institution and submit a „calibration certificate‟ to the head of the User
Institution with a copy to the Tender Inviting Authority afterwards.

6.31.17 The offered warranty includes visits to the user institutions at


frequencies prescribed under cl.5.1. as part of preventive maintenance,
Testing & calibration as per technical/service/operation manual of the
manufacturer or as per the period specified or as per the demand of the
user institute or Tender Inviting Authority.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
44
6.31.18 The bidder shall provide up-time warranty of complete equipment as
mentioned in clause 5.1.9, the uptime being calculated on 24 (hrs) X 7
(days) basis failing which the extension of Warranty period will be
extended by double the downtime period.

6.31.27 All software updates, if any required, should be provided free of cost
during Warranty period.

6.32 Maintenance Contract (CMC & AMC)


6.32.1 The decision to enter into CMC or AMC will be determined on the basis
of cost and complexity of the equipment by the Tender Inviting
Authority or User Institution, at its discretion, prior to the expiration
of warranty period.

6.32.2 The Comprehensive Maintenance Contract (CMC) is otherwise an


extended warranty. All the terms and conditions agreed by the
successful bidder for executing the comprehensive warranty of the
equipment shall be extended during the period of CMC, only difference
being the payment of CMC charges is absent during the period of
comprehensive warranty.

6.32.3 During Annual Maintenance Contract, the cost of spares will be borne
by the Tender Inviting Authority or the user institutions, as the case
may be. During the period of AMC, other terms and conditions will
remain the same as in the case of Comprehensive Warranty/CMC,
except in respect of the cost of spares. In short, the AMC is a CMC with
provisions for payment of cost of spare parts during the currency of the
contract by the Tender Inviting Authority or User Institution as the
case may be.

6.32.4 The cost of CMC, AMC, accessories and spares, reagents and
consumables as in case may be quoted along with taxes applicable, if
any and no claim for taxes will be entertained later.

6.32.5 Failure/refusal on the part of the successful bidder


supplying/installing the equipments to enter into CMC/AMC with the
Tender Inviting Authority/User Institution, at the end of the
Comprehensive Warranty Period, if the Tender Inviting Authority or
the User Institution, as the case may be, desires so, shall lead to
forfeiture of performance security and may also result in the
blacklisting/debarring of the bidder.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
45
6.32.6 The successful bidder shall also indicate the rates for the CMC and
AMC in price bid form and such rates are binding on the successful
bids after the expiration of the warranty period. The yearly rates for
CMC/AMC shall remain the one and the same as quoted in the price
bid form for the extended years.

6.32.7 Cost of CMC (excluding service taxes, if any) will be considered for
Ranking/Evaluation purpose.

6.32.8 The payment of the agreed CMC/AMC charges will be made as per
frequency for payment after satisfactory completion of said period, on
receipt of service report/ break down report from the head of all user
institutions.

6.33 Spare Parts/Reagents


6.33.1 The bidders shall offer prices for all the spares/reagents mentioned in
the technical specifications separately in the price bid form.

6.33.2 Successful bidder shall carry sufficient inventories to assure ex-stock


supply of consumable spares for the goods so that the same are
supplied to the Tender Inviting Authority/User Institution promptly
on receipt of order from the Tender Inviting Authority/User
Institution.

6.33.3 The successful bidder shall take over the replaced parts/goods after
providing their replacements and no claim, whatsoever shall lie on the
Tender Inviting Authority for such replaced parts/goods thereafter.

6.33.4 The Tender Inviting Authority or User Institution may place orders for
additional spares/consumables/reagents which are needed for the
smooth performance/operation of the equipment and the successful
bidder shall be willing to supply the same in time at the cost offered in
the price bid forms, failing which, such instances will be construed as a
breach of bid conditions and lead to penal provisions.

6.33.5 The cost of the reagents (wherever applicable) shall be taken into
account for evaluation.

6.34 Training
6.34.1 The successful bidders have to impart on-site training to Doctors/
Technicians/para-medical staff on the operation and preventive
maintenance of the equipment at the time of installation and anytime
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
46
during warranty period if demanded by the User Institution to the
satisfaction of the Tender Inviting Authority and User Institution.

6.34.2 The training details shall be recorded in the installation certificate for
enabling the Tender Inviting Authority to make the first 90% payment.

6.35 Imported Equipment


6.35.1 The Tender Inviting Authority shall no way involve in the import of the
equipments from foreign countries, if such equipments are
manufactured outside the country. It shall be the sole responsibility of
the bidder to import the equipments offered by paying the requisite
consideration in foreign currency and following the stipulations issued
by the Government of India, from time to time, in the import of
equipments, especially when the import is from hostile nations.

6.35.2 The bidders shall inform any advantages in prices to the Tender
Inviting Authority because of reductions/exemptions in customs duty
in case of imported equipment at the time of pre-bid meeting and the
bid document shall be modified by amendment to that extent.

6.35.3 The Tender Inviting Authority or the user institution will not interfere
in any manner with the import process and the successful bidder shall
be solely responsible for supply and installation of any equipment at
the time and locations stipulated/agreed to in the bids.

6.35.4 The Tender Inviting Authority prefers to deal with the importers or
Indian subsidiaries of the foreign original equipment manufacturer
having a place of business in India.

6.35.5 The payment will be made in Indian Rupees to the successful bidder
and under no circumstance; the request for opening of letter of credit
or payment in foreign currency will be entertained.

6.35.6 The successful bidder shall indemnify the Tender Inviting Authority
from all liabilities/damages, if any, that may arise out of the conduct of
the bidder in violation of foreign exchange regulations.

6.35.7 However, the bidders shall disclose the country of origin and shall
obtain an undertaking from such OEM to provide spares or service
support for the period of contract. Failure on the part of the OEM to
perform the agreed terms of the undertaking in providing the spares
and after sales support will be construed as violation of the contractual
obligations by the successful bidder terming the relation as that of a
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
47
principal and agent under laws of the country. Such violations may
eventually lead to forfeiture of performance security and also lead
towards blacklisting/debarring the successful bidder.

6.36 Intellectual Property Rights (IPR)


6.36.1 The successful bidder shall, at all times, indemnify and keep
indemnified the Tender Inviting Authority, free of cost, against all
claims which may arise in respect of goods & services to be provided by
the successful bidder under the contract for infringement of any
intellectual property rights or any other right protected by patent,
registration of designs or trademarks.

6.36.2 In the event of any such claim in respect of alleged breach of patent,
registered designs, trademarks etc. being made against the Tender
Inviting Authority, the Tender Inviting Authority shall notify the
successful bidder of the same and the successful bidder shall, at his
own expenses take care of the same for settlement without any liability
to the Tender Inviting Authority.

6.36.3 The Successful bidder/its Indian Agent/CMC Provider shall at all


times, indemnify and keep indemnified the Tender Inviting Authority/
Government of India against all claims/ damages etc. for any
infringement of any Intellectual Property Rights (IPR) while providing
its services under Comprehensive Warranty/ CMC/AMC.

6.37 Corrupt or Fraudulent Practices


6.37.1 It is required by all concerned namely the User Institution/ Bidders/
Successful bidders etc to observe the highest standard of ethics during
the procurement and execution of such contracts. In pursuance of this
policy, the Tender Inviting Authority defines, for the purposes of this
provision, the terms set forth below as follows:

6.37.2 “corrupt practice” means the offering, giving, receiving or soliciting of


anything of value to influence the action of a public official in the
procurement process or in contract execution; and

6.37.3 “fraudulent practice” means a misrepresentation of facts in order to


influence a procurement process or the execution of a contract to the
detriment of the Tender Inviting Authority, and includes collusive
practice among Bidders (prior to or after Bid submission) designed to
establish Bid prices at artificial non-competitive levels and to deprive

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
48
the Tender Inviting Authority of the benefits of free and open
competition;

6.37.4 Tender Inviting Authority will reject a proposal for award if it


determines that the bidder recommended for award has engaged in
corrupt or fraudulent practices in competing for the contract in
question; will declare a firm ineligible, either indefinitely or for a stated
period of time, to be awarded a contract by the Tender Inviting
Authority if it at any time determines that the firm has engaged in
corrupt or fraudulent practices in competing for, or in executing the
contract.

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

6.38 Force Majeure


6.38.1 For purposes of this clause, Force Majeure means an event beyond the
control of the successful bidder and not involving the successful
bidder‟s fault or negligence and which is not foreseeable and not
brought about at the instance of , the party claiming to be affected by
such event and which has caused the non – performance or delay in
performance. Such events may include, but are not restricted to, acts of
the Tender Inviting Authority/User Institution either in its sovereign
or contractual capacity, wars or revolutions, hostility, acts of public
enemy, civil commotion, sabotage, fires, floods, explosions, epidemics,
quarantine restrictions, strikes excluding by its employees , lockouts
excluding by its management, and freight embargoes.

6.38.2 If a Force Majeure situation arises, the successful bidder shall


promptly notify the Tender Inviting Authority/User Institution in
writing of such conditions and the cause thereof within twenty one
days of occurrence of such event. Unless otherwise directed by the
Tender Inviting Authority/User Institution in writing, the successful
bidder shall continue to perform its obligations under the contract as
far as reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the Force Majeure event.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
49
6.38.3 If the performance in whole or in part or any obligation under this
contract is prevented or delayed by any reason of Force Majeure for a
period exceeding sixty days, either party may at its option terminate
the contract without any financial repercussion on either side.

6.38.4 In case due to a Force Majeure event the Tender Inviting


Authority/User Institution is unable to fulfill its contractual
commitment and responsibility, the Tender Inviting Authority/User
Institution will notify the successful bidder accordingly and subsequent
actions taken on similar lines described in above sub-paragraphs.

6.39 Resolution of Disputes


6.39.1 If dispute or difference of any kind shall arise between the Tender
Inviting Authority/User Institution and the successful bidder in
connection with or relating to the contract, the parties shall make every
effort to resolve the same amicably by mutual consultations.

6.39.2 If the parties fail to resolve their dispute or difference by such mutual
consultation within twenty-one days of its occurrence, then, unless
otherwise provided in the bid document, either the Tender Inviting
Authority/User Institution or the successful bidder may give notice to
the other party of its intention to commence arbitration, as provided
the applicable arbitration procedure will be as per the Arbitration and
Conciliation Act, 1996 of India.

6.39.3 In the case of a dispute or difference arising between the Tender


Inviting Authority/User Institution and a domestic Successful bidder
relating to any matter arising out of or connected with the contract,
such dispute or difference shall be referred to the sole arbitration of
Secretary to Health, Govt. of Odisha whose decision shall be final.

6.39.4 Venue of Arbitration: The venue of arbitration shall be the place from
where the contract has been issued, i.e., Bhubaneswar, Odisha.

6.40 Applicable Law & Jurisdiction of Courts


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

6.40.2 All disputes arising out of this bid will be subject to the jurisdiction of
courts of law in Bhubaneswar / High court of Odisha.

6.41 General/ Miscellaneous Clauses


OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
50
6.41.1 Nothing contained in this Contract shall be constructed as establishing
or creating between the parties, i.e. the Successful bidder/its Indian
Agent/CMC Provider on the one side and the Tender Inviting Authority
on the other side, a relationship of master and servant or principal and
agent.

6.41.2 Any failure on the part of any Party to exercise right or power under
this Contract shall not operate as waiver thereof.

6.41.3 The Successful bidder shall notify the Tender Inviting Authority/User
Institution of any material change would impact on performance of its
obligations under this Contract.

6.41.4 Each member/constituent of the Successful bidder(s), in case of


consortium shall be jointly and severally liable to and responsible for
all obligations towards the Tender Inviting Authority/User Institution
/ Government for performance of contract/services including that of
its Associates/ Sub Contractors under the Contract.

6.41.5 The Successful bidder shall, at all times, indemnify and keep
indemnified the Tender Inviting Authority / User Institution /
Government of Odisha against any claims in respect of any damages or
compensation payable in consequences of any accident or injury
sustained or suffered by its employees or agents or by any other third
party resulting from or by any action, omission or operation conducted
by or on behalf of the successful bidder/its associate/affiliate etc.

6.41.6 All claims regarding indemnity shall survive the termination or expiry
of the contract.

6.42 Penalties for Non-performance


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

6.42.1.1 imposition of liquidated damages,

6.42.1.2 forfeiture of EMD/performance security

6.42.1.3 termination of the contract

6.42.1.4 blacklisting/debarring of the bidder

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
51
6.42.2 Failure to produce the requisite certificates after claiming to possess
such certificates or concealment or misrepresentation of facts will not
only lead to rejection of bids in the first round itself and/or may lead to
forfeiture of EMD or performance security as well as result in black
listing/debarring of the bidder.

6.42.3 The penalties to be imposed on the bidder, at any stage, will be decided
on the basis of the violations of number of bid conditions specifically
mentioned in the bid document as that leading to forfeiture or EMD/
Performance Security or leading to black-listing/ debarring .

6.42.4 Any unexcused delay by the successful bidder in maintaining its


contractual obligations towards delivery of goods and performance of
services shall render the successful bidder liable to any or all of the
following sanctions:

6.42.5 Liquidated Damages:- If the successful bidder fails to deliver any


or all of the goods within the time frame(s) prescribed in the contract,
the Tender Inviting Authority/User Institution shall, without prejudice
to other rights and remedies available to the Tender Inviting
Authority/User Institution under the contract, deduct from the
contract price / purchase order price as liquidated damages, a sum
equivalent to 1% of the value of the item to be supplied per week
of delay or part thereof on delayed supply of item (s) until actual
delivery or performance subject to a maximum of 4%. Managing
Director, OSMCL reserves the right to allow an additional penal period
of 4 (four) weeks beyond the normal penal period (4 weeks) on the
written request of the supplier with the condition that liquidated
damage @ 1.5% will be charged for each week or part thereof during
the extended penal period.
Penal period shall start after the stipulated delivery period (as the case
may be). No goods shall be received from the supplier after expiry of
the penal period of 4 weeks and the purchase order shall stand
cancelled unless the supplier is allowed an additional penal period for
delivery (maximum of another 4 weeks) by the managing director of
OSMCL.
Once the delivery period / extended delivery period with LD is
exceeded, Tender Inviting Authority/User Institution may consider
termination of the contract. During the above-mentioned delayed
period of supply and / or performance, the conditions incorporated
shall also apply and Tender Inviting Authority shall seek alternate
measures at the risk and cost of the successful bidders.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
52
6.42.6 The penalties imposed by the Tender Inviting Authority will be
published on the website of the Tender Inviting Authority for a period
as decided as appropriate by it with a view to prevent other
government institutions from procurement of equipments from such
bidders.

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

6.43 Termination of Contract


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

6.43.2 In the event of the Tender Inviting Authority/User Institution


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

6.43.3 Unless otherwise instructed by the Tender Inviting Authority/User


Institution, the successful bidder shall continue to perform the
contract to the extent not terminated.

6.43.4 Termination for insolvency: If the successful bidder becomes bankrupt


or otherwise insolvent, the Tender Inviting Authority reserves the right
to terminate the contract at any time, by serving written notice to the
successful bidder without any compensation, whatsoever, to the
successful bidder, subject to further condition that such termination
will not prejudice or affect the rights and remedies which have accrued

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
53
and / or will accrue thereafter to the Tender Inviting Authority/User
Institution.

6.43.5 Termination for convenience:- The Tender Inviting Authority/User


Institution reserves the right to terminate the contract, in whole or in
part for its (Tender Inviting Authority‟s/User Institution‟s)
convenience, by serving written notice on the successful bidder at any
time during the currency of the contract. The notice shall specify that
the termination is for the convenience of the Tender Inviting
Authority/User Institution. The notice shall also indicate interalia, the
extent to which the successful bidder‟s performance under the contract
is terminated, and the date with effect from which such termination
will become effective.

6.44 Fall Clause


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

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
54
SECTION VII
TECHNICAL SPECIFICATIONS
1. BLOOD GAS ANALYZER (Catridge Based)
Product Quality Standards:
 Should be CE & US FDA approved model.
 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
 Shall comply to ISO/IEC 60601-1-2, Particular requirements for
electromagnetic compatibility of the device. IEC Type testing Report should
be either submitted or the Standard should be confirmed to be meeting in the
CE/USFDA Certificate.
Technical Specification:

1. Should be Point of Care single use cassette based portable Maintenance-free


Blood Gas Analyzer with following features:
2. Should have Measured parameters: pH, pCO2, pO2, tHb, SO2, barometric
pressure, Na+, K+, Ca++, Cl-, Glucose, BUN(Urea), Lactate.
3. Should have Calculated parameters: Hct, HCO3, BE, BEecf, BEact, BB, tCO2,
HCO3, pH, sO2c, O2ct, cH+, nCa++, AaDO2, Anion gap.
4. Should be Input parameters: patient temp., FIO2, RQ, MCHC, patient ID number,
patient sex, sample type, etc.
5. Battery should be rechargeable, minimum 1hour battery backup.
6. Sampling device: syringe, capillary, comfort sampler.
7. Sample Type: whole blood, serum, plasma, aqueous solution.
8. Should have inbuilt or integrated thermal printer, Color touch screen LCD
display, RS 232/LAN interface with built-in barcode scanner.
9. Machine should be single use disposable cassette based system with different
configuration of cassettes.
10. Machine should be future upgradable at free of cost.
11. Should have automatic error detection.
12. Cassette should have storage temperature 4 to 30 degree C.
(Cost of cartridges for 100 tests per month for 3 years of all parameters must be
quoted separately which will be taken into evaluation.)

Power supply
 Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
55
Warranty: Should have 3yrs. of manufacturer warranty.
2. LIQUID BASED BLOOD GAS ANALYZER

Product Quality Standards:

 Should be CE & US FDA approved model.


 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
 Shall comply to ISO/IEC 60601-1-2, Particular requirements for
electromagnetic compatibility of the device. IEC Type testing Report should
be either submitted or the Standard should be confirmed to be meeting in the
CE/USFDA Certificate.
Technical Specification:

 It should have measured parameters: pH,pCO2,pO2,Hct,Na+,K+,Ca+,Glucose


& Lactate along with the calculated parameters like HCO3,TCO2,BE,SO2,tHb
etc.
 It should be based on Liquid Gas Calibration Technology without use of Gas
Cylinder.
 It should be able to measure all the parameters with one single aspiration of
sample.
 It should be totally maintenance Free.
 It should have large display or touch screen.
 The system should not have more than two consumables including all
reagents for smooth functioning of the instrument.
 It should have three year warranty along with all the consumables like
Electrodes, Membranes, Pump Tubing, Peristaltic pump, probe etc.
 Continuous reagent level monitoring with graphic display.
 Data print out on built or integrated graphic printer.
 Should have built in auto Quality control facility.
 Should be supplied with UPS of suitable rating with 30 minutes power
backup.
(Cost of 100 tests per month for 3 years of all parameters must be quoted separately
which will be taken into evaluation.)
Power supply:
 Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating.
 Resettable over current breaker shall be fitted for protection (where ever
required)
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
56
Warranty: Should have 3yrs. of manufacturer warranty.

3. ADVANCED ANAESTHESIA WORKSTATION

Product Quality Standards:


 System should be US FDA and European CE (Notified) approved.
 Manufacturer should be ISO 9001 & ISO 13485 certified for quality management
process.
 Should confirm to EN/IEC 60601-2-13 (Requirement for safety and essential
performance of anesthesia system) & ISO 8835-2 for Anaesthesia machines. IEC
Type testing Report should be either submitted or the Standard should be
confirmed to be meeting in the CE/USFDA Certificate.
Technical Specification:
1. General Requirement:
a) Compact and modular, three gas Anesthesia workstation with an integrated
ventilator for adult to infants and integrated airway monitor for airway
pressures and volume.
b) The machine should be suitable for low and minimal flow anesthesia application
with compliance compensation of breathing circuit, fresh gas flow
compensation/ decoupling.
c) The machine should have multiple drawers.
d) Should have Automatic system test.
e) Should have precise digital fresh gas settings of Air, N2O and O2, with a total
fresh gas flowmeter for indication.
f) The anaesthesia machine, inbuilt ventilator, vaporizer and patient monitor
should be manufactured by same company to maintain uniformity of part and
efficient after sales service.
g) The system should have minimum 1 Hour battery backup
h) The machine should have highly maneuverable trolley with a central brake
i) Should have integrated anaesthesia gas monitoring module with automatic
identification of agent with values display on patient monitor including MAC
value.

2. Gas delivery system:


a) Should have pin index yokes for Oxygen & Nitrous Oxide besides separate
connection for Central gas supply for Oxygen, Nitrous Oxide and Air.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
57
b) The machine should have pressure gauges for cylinders & central supply lines
mounted on front of Anaesthesia machine for better visibility. The gas
connections should be non-interchangeable.
c) The system should be suitable to use at minimal flow upto 500ml fresh gas
setting.
d) Automatic cutoff of N2O by Oxygen pressure failure.
e) Hypoxic guard for linear regulation of minimum oxygen concentration at 23%
volume.
f) To ensure patient safety minimum Oxygen flow of 200 ml at low fresh gas flow
settings even below total 500 ml fresh gas flow.
g) Should have oxygen analyser facility for real amount of patient intake.
h) Audible visual oxygen failure alarm.
i) Emergency Oxygen flush at 30 – 70 L/min bypassing the vaporizer.
j) In the event of complete power loss and battery failure it shall be possible to
manually ventilate and deliver anaesthetic agent.

3. Vaporizer:
a) Machine should have possibility to mount two quick mount type vaporizer for
easy interchange ability and safety with interlock facility.
b) Should be provided with a Temperature / pressure compensated and flow
independent Vaporiser for Isoflurane, Sevoflurane, Desflurane.
c) Vaporizer should have extended delivery range from 0 to 6 Vol. %
d) The vaporiser should require no calibration in its life time.

4. Breathing System:
a) Should have fresh gas de-coupled semi closed circle absorber system.
b) Should have adjustable pressure relief valve from 5 to 75 mbar.
c) Should have change over from Spontaneous to Bag ventilation with single step.
d) The system should have leak and compliance test (including patient hoses upto
the Y piece).
e) Should have compact breathing system with approx 1.7 Ltr. volume capacity.
f) Should have an external fresh gas outlet for connecting Magill or Bain’s circuit.

5. Integrated Anesthesia Ventilator:


a) The system should have electronically controlled inbuilt Ventilator.
b)Should not require changing of bellows for adult & infants.
c) Should have colour TFT screen of minimum 8 inch.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
58
d) Modes: Manual/Spont, Volume controlled, Pressure controlled, SIMV/PS &
CPAP.
e) The same ventilator should be capable to be upgrade to pressure support.
f) Tidal Volume : 20 ~ 1400 ml
g)PEEP : 0 ~ 20 mbar
h) Breathing Frequency : 4 to 60 BPM
i) I:E Ratio : 4:1 to 1:4
j) Inspiratory pause : 0 – 50% of Ti

6. Integrated Airway monitoring and display of following parameters:


a) Expiratory Tidal Volume
b) Expiratory Minute volume
c) PEEP, Peak & Mean and Plateau airway pressure
d) Frequency
e) Waveform display for Airway pressure.

7. Adjustable high/low alarm limits with audio and visual alarms for the
following:
 Minute volume,
 Airway pressure (including stenosis and disconnect),
 Inspired oxygen concentration,
 Audio power supply fail alarm,
 Fail to cycle warning.
8. The device should have port for anesthesia gas scavenging system.
9. Patient Monitor
 The patient monitor and parameter modules should be US FDA & CE
(Notified) approved for safety and quality assurance.
 The monitor should be modular for future upgradability and should have 15
inch display.
 Should measure these parameters for all type of patients (Adult, Pediatric &
Neonatal);
a) 12 Lead ECG
b) Respiration rate
c) Nellcor SPO2 Technology
d) NIBP
e) Dual IBP
f) Simultaneous monitoring of dual Temp ( 1 Core and 1 Skin)

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
59
g) Should have interface module to anaesthesia workstation. All the modules
should be interchangeable.
h) Upgradeable to modules like BISx, NMT, EEG, Transcutaneous EtCO2, PiCCO
with 4IBP.

The monitor should have following facilities:


 Highly visible, bright , high resolution 15" or above colour Medical grade screen.
 Oxy CRG, ST analysis, Advance arrhythmia analysis as standard.
 The monitor should have a visual indicator for the type of alarms being
generated.
 Alarm should glow in different colour indicating from a distance the seriousness
/ priority of the alarms.
 Should be able to operate through rotary knob operation.
 The monitor should display at least 8 waveforms on a single screen along with
related numerical parameters on a single screen. The size of the numeric should
be adjustable capable to become bigger for viewing from very long distance.
 It should display inspired and expired anesthesia gas monitoring with automatic
identification of agents and MAC values.
 There should be alarm limit setting for every parameter.
 It should have emergency nurse call alarm function and Defib - Sync function.
 It should have capability to view all 12 lead ECG simultaneously on screen along
with ST segment analysis/mapping and Arrhythmia analysis.
 There should be provision for using wireless LAN card with power off storage
function and monitor should be capable to support networking and
compatibility to use with Central Monitoring System. Wired connectivity should
be standard.
 It should have calculation packages for:
 Drugs
 Hemodynamic
 Ventilation
 It should be provided with mounting for Anesthesia machines.
 It should have the capability to provide event review based on the events
defined by the user of the monitor as per the specific condition of the patient.
 Display setting should have various configurable user defined setups variable as
per applications for flexible use of the monitor in various clinical environments
like emergency, training, post Op, general monitoring etc.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
60
 Monitor should be capable to display events trends for all monitored parameters
and also capable to provide event review based on the events defined by the
user of the monitor as per the specific condition of the patient.

Standard Scope of supply should include:


 3 gas Anaesthesia machine
 Trolley with drawers
 Writing surface
 Pin Index yokes for O2 & N2O
 Pipeline connections for all three gases
 Central gas supply hoses (Color coded)
 Integrated ventilator
 Semi-closed breathing system
 Adult & Pediatric autoclavable silicone patient circuit – 1 each
 Anesthetic mask size – Adult, Pediatric & infant (Total 3 sizes)
 Vaporisers for Isoflourane, Sevoflourane & Desflourane
 Water trap – 12 nos. & sampling line – 10 nos.
 Patient monitor with ECG (12L), Respiration, SPO2, NIBP, Dual IBP ,Dual
Temperature with upgradable facility
 5/6/10 lead ECG cable - 2 nos.
 Nellcor SPO2 finger probe Adult – 1 no.
 Nellcor extension cable – 1 no.
 Skin Temperature probe – 1 no.
 Core Temperature probe – 1 no.
 NIBP hose – 1 no.
 NIBP 3 different sizes cuff from infant to adult
 IBP cable – 2 nos.
 Anaesthesia gas monitoring module with auto gas identification – 1 no
 Disposable Transducer with IV kit – 10 nos
 Interface module between monitor and anesthesia machine – 1 no

Power supply:
 Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating
Warranty: Should have 3yrs. of manufacturer warranty.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
61
4. ANAESTHESIA/ BOYLE’S MACHINE

Product Quality Standards:


 Should be USFDA or CE (Notified) or BIS approved model.
 Manufacturer should be ISO 9001 certified for quality standards.
 Should comply with IS 11378 or ISO 5358 standards. Necessary Certificate
should be furnished.
Anesthesia Machine should have the following features:
1. Should be constructed of Stainless Steel 304 material frame mounted with
four nos. of castor wheels of minimum 5 inch diameter with locking
arrangement in front castors.
2. Should have Drawer unit, large Work Tray and Top Tray made up of
Stainless Steel material.
3. Should have Colour coded ring indexed pipeline connections for O2, N2O and
Air.
4. Should have provision for attaching 2 cylinders each for Oxygen and Nitrous
Oxide (Total 4 Cylinder).
5. Should have facility for attaching ward cylinder both for O2 & N2O.
6. Should have long scale anti static flowmeter calibrated in double scale for
accuracy & clarity in reading available for 3 gas (O2, N2O & Air).
7. Should have Anti hypoxic device with reliable lever mechanism to prevent
flow of less than 21% of Oxygen and to enable O2 & N2O mixture of 1: 3.
8. Should have Pressure gauges for both Pipeline and Cylinder pressure
indication for O2, N2O.
9. Should have Non-Return Valve on Back Bar to protect Vapouriser.
10. Should have movable Patient Block with 22M / 15F mm Common gas outlet.
11. Should have Emergency O2 flush button.
12. Should have Patient safety blow off valve set at 50 cmH 2O.
13. Should have Pneumatic Oxygen failure alarm with N2O cut-off mechanism.
14. Should have audible and visual alarm for Oxygen failure.
15. Should have high pressure relief valve (set at 600KPa) to prevent high
pressure in O2 pipeline circuit.
16. Should have O2 reservoir 2 Ltr storage for backup.
17. Should have an Auxiliary O2 outlet with flowmeter for direct patient
application.
18. Should have provision to connect Scavenging System.
19. Should have two oxygen outlet to have provision for connecting ventilator.
20. Should be complete with standard Magill’s Circuit.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
62
CO2 Absorber:
 Should have double chambered soda lime canister with 1.0 kg capacity each for
low flow operation.
 Should have visible inspiratory and expiratory valves.
 Should have adjustable pressure relief valve.
 Should have bi-stable BAG to VENT switch to change over from Manual to
Mechanical ventilation.
[Cost of CO2 absorber should be quoted separately in the financial bid which will be
taken into evaluation.]

Vaporiser (Halothane and Isoflurane):


 Should be interlock mounting system to mount atleast 2 nos. of vapourisers.
 Should have provision to attach two vaporisers for Halothane & Isoflurane.
 Should be of Selectatec type mounting with front control dial knob.
 Should be of Key fill type.
 Should have glass window for level monitoring.
 Should have tool free installation and should have interlocking facility.
 Should be temperature and flow compensated with high accuracy of
delivered concentration of agent, particularly at low flow.
 Should have nominal capacity of 250ml or above volume of Anesthetic agent.
 Should be maintenance/service free for atleast 5 years.
 Should be CE marked.
[Cost of each vaporiser (Halothane & Isoflurane) should be quoted separately in
the financial bid which will be taken into evaluation].
Accessories:
 Mox cylinder connector to the machine: 1set. (Both for O2 & N2O)
 Paediatric circuit: 1No.
 Adult circuit: 1No.
 Face mask =2,3,4 size.( one of each)
 Rebreathing Bag 2 litre for adult and 0.5 litre for paediatric: 2nos.
 Endotracheal tube 3, 3.5, 4, 4.5, 5, 5.5, 6, 6.5, 7, 7.5, 8, 8.5 (cuffed) i.e. high
volume with low pressure cuff and stelete.
 Laryngoscope set of 4 size blades: 1Set each for Paediatric & Adult
 Machine should be supplied with Oxygen cylinder: 2nos. (5ltrs) and Nitrous
Oxide Cylinder: 2nos (5ltrs). All cylinders should be filled during the supply
of machine.
 Sodalime jar: 1No.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
63
Power Supply: Power input to be 220-240VAC, 50Hz fitted with Indian plug.

Warranty: Should have 3yrs. of manufacturer warranty.

5. ANAESTHESIA VENTILATOR

Product Quality Standards:

 Should be USFDA or CE (Notified body) approved of the quoted model.


 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
 The system should comply with Medical Electrical Equipment Standards like
IEC60601. IEC Type testing Report should be either submitted or the Standard
should be confirmed to be meeting in the CE/USFDA Certificate.

Technical Specifications:
1. It should be compatible with anesthesia machine, Standalone – no need of
driving gas, Portable, Suitable for use in ambulance.
2. Operating Principle :- Time Cycled, volume adjustable
3. It should have Operating Modes: CMV, Assist, Spontaneous
4. Breaths per minute :- 6 to 60 bpm
5. Tidal Volume: 50 to 1100ltr.
6. Should have latex free below suitable for adult & paediatric use.
7. Max. Aspiratory Pressure :- 60cm H2O
8. I:E Ratio :- 4:1 to 1:4
9. Patient Safety :- Adjustable Pressure Release Valve
10. Alarms : Audio/ Visual
11. Should have minimum 60 minutes of battery back up.
12. Ventilator Malfunction., Patient Disconnection, Insufficient Inlet Gas Flow,
High Inspiratory Pressure (Adjustable 0-50 cm H2O)

Power Supply:
 Power input to be 220-240VAC, 50Hz fitted with Indian plug

Warranty:
Should have 3yrs. of manufacturer warranty.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
64
6. BI-PAP MACHINE (INVASIVE)

Product Quality Standards:


 Should be US FDA and CE (Notified body) approved model.
 Manufacturer should be ISO certified for quality standards.
 Shall comply to ISO/IEC 60601-1, General requirements for safety of medical
devices. IEC Type testing Report should be either submitted or the Standard
should be confirmed to be meeting in the CE/USFDA Certificate.
 Should comply ISO 10651-6, Particular requirements for basic safety and
essential performance for Home care ventilatory support devices.

Technical Specification:
1. It should have non invasive and invasive ventilation for paediatric (13kg and
above) and adult usage.
2. It should have multi modes ( S, ST, T, PC, C-PAP)
3. IPAP: 4 – 40 (cmH2O )
4. EPAP / PEEP : 4 – 25 (cm H2O )
5. Pressure Support : 0 – 38 (cm H2O )
6. Respiratory rate : 5 - 60 bpm
7. Tidal volume: 50-2000ml.
8. Ti Max : 0.1 – 4 sec.
9. Rise time : Min. 150 – 900 ms,
10. Fall time : 100 – 400 ms
11. It should have 5 trigger sensitivity.
12. It should have integrated FiO2 and SPO2 monitoring.
13. Should have facility of heated humidifier with attached humidifier container.
14. Should have SD card or USB card slot for recording information for clinical
study.
15. It should have internal battery backup upto 4 hours.
16. It should have big colour LCD screen with graphical display.
17. It should have high peak flow capability of 175L/min at 40 cm H2O
18. It should have comprehensive range of alarms i.e: high leak, Non vented
mask, Low minute ventilation, high / low pressure, high /low respiratory
rate, Apnea, High / low FiO2 at the time of sensor connected ), Low SPO2
Accessories & Consumables to be supplied:
 Face mask: 5nos. each for Adult & Paediatric
 Patient circuit tube: 5nos. each for Adult & Paediatric
 Heated patient tube: 2nos.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
65
 Dust filter: 5nos.
 Bacteria filter: 5nos.
Power Supply:
 Power input should be 220-240VAC, 50Hz fitted with Indian plug

Warranty: Should have 3yrs. of manufacturer warranty.

7. BI SPECTRAL INDEX MONITOR

Product Quality Standards:


 Should be US FDA and CE (Notified body) approved model.
 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
 Electrical Safety: the model should conform to UL 60601-1, IEC 60601-1. IEC
Type testing Report should be either submitted or the Standard should be
confirmed to be meeting in the CE/USFDA Certificate.
 The system should meet electromagnetic compatibility (EMC). The BIS system
must be installed and put into service according to the EMC guidance
information.
Technical Specification:
1. Should be modular or standalone monitor to display BIS (Bi spectral Index)
value.
2. The monitor should not have any other hemodynamic display.
3. Display size: Minimum display size of 10cm x13 cm or more.
4. Digital output: should have USB ports A, B, RS232 serial port.
5. Should have battery backup of minimum 60 mins.
6. Analog to Digital Converter: Noise – shaped sigma – delta.
7. Sampling rate should be more than 16,000 samples /second.
8. Resolution : 16 Bits at 256 samples /second
9. Input Impedance : 50 MΩ typical
10. Common Mode Rejection: (Isolation mode) 110 dB at 50/60 Hz to earth
ground.
11. Frequency /Bandwidth: 0.16-450 Hz.

Mode of operation of System: should be continuous operation under normal load


for a normal period without exceeding the Specified limits of temperature.
The BIS stand alone monitor should be supplied along with the followings
accessories:
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
66
1. CEE BIS view manual
2. Minimum 50 pcs of BIS adult sensors (Disposable).
3. Operating manual

The monitor should meet the following types of protections


1. Against electric shock of the system
2. Against effects of cardiac defibrillation (the BIS system should provide
protection for the operation and patient during defibrillation.
3. Against the Ingress of water.

Power Supply:
Power input should be 220-240VAC, 50Hz fitted with Indian plug

Warranty: Should have 3yrs. of manufacturer warranty.

8. BUBBLE CPAP MACHINE

Product Quality Standards:


 Should be US FDA and CE (Notified body) approved model.
 Manufacturer should be ISO certified for quality standards.
 Shall comply to ISO/IEC 80601-2-12, Particular requirements for the basic
safety & essential performance of critical care ventilators. IEC Type testing
Report should be either submitted or the Standard should be confirmed to be
meeting in the CE/USFDA Certificate.
Technical Specification:
1. Device should able to deliver CPAP of 3 to 10 cmH2O increments of 1cm, using
a underwater bubble system.
2. The device should have a in-built air oxygen blender to deliver FiO2 21% to
100% (±2 %) with an adjustable flow in the range of 2 to 15 L/min (±0.5 L/min);
3. Should have a heated wire servo controlled humidifier with temp. display near
patient end of the circuit to be supplied with 2nos. reusable infant water
chambers;
4. Should be supplied with 2 reusable heated wire silicone tubing circuit for
infant/Newborn;
5. Should be able to deliver CPAP using available patient interfaces nasal
prongs/nasopharyngeal prongs.
6. Should have compressor to provide medical grade air of suitable for use with
bubble CPAP.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
67
7. For devices based on underwater bubble systems the water chamber should be
reusable to be supplied with 2 reusable water chamber;
8. Should be provided pressure release valve at 15cmH 2O to 17cmH2O;
9. For a flow driving system a pressure display is required and audio visual alarm
for low pressure, high pressure, power failure, low O2
10. Noise (in dBA) <60dB; Alarm > 65dB
11. Should be Mobility, portability Portable; provided with a strong trolley type
stand along with an IV pole.
12. Should be battery operated with at-least 6 hours battery backup.
13. Should have protection OVP, earth leakage protection
14. The system should be complete with humidifier, flow meter, stand, bubble
generator, compressor and patient circuits

Medical Air Compressor:

1. Should provide medical grade air of suitable for use with bubble CPAP.
2. Air flow range should be upto 30LPM.
3. Noise level: ≤60dB.
4. Should have external filter of 5 micron or less.
5. Power supply of 220 to 240V, 50Hz.
6. USFDA & CE (Notified) approved

Accessories , Spare Parts , Consumables:


 Trolley (Make same as the bubble CPAP)
 Each device should be provided with 30 nasal prongs (Atleast three sizes
suitable for neonates weighing <1000grms, 1000-1500grms & >1500grms)
 Reusable Water chamber: 2Nos.
 Bonnet: 5nos.,
 Blue corrugated Tube: 5 nos.
 Transparent Corrugated Tube: 5nos.
 Reusable humidifier & bubble generator jar: 2nos.
 Air and O2 hose of 3m length each along with the appropriate socket;
Power supply:
 Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating
Warranty: Should have 3yrs. of manufacturer warranty.

9. CENTRAL STATION MONITOR

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
68
Product Quality Standards:
 Should be US FDA and CE (Notified body) approved model.
 Manufacturer should be ISO certified for quality standards.
 Shall comply to ISO/IEC 80601-2-12, Particular requirements for the basic
safety & essential performance of critical care ventilators. IEC Type testing
Report should be either submitted or the Standard should be confirmed to be
meeting in the CE/USFDA Certificate.

Technical Specification:

1. Central Station Monitor of minimum 21” LED to be provided with one laser
printer and one minimum 21” slave monitor. The cabling has to be done by
supplier in the ICU. One CNS should be able to connect upto 30 monitors.
2. The CNS should able to monitor over view facility and data transfer over the
network along with web browsing facility to monitor each network monitor
data through hospital LAN and through dial up facility from remote location.
There should be two reference sites operational in India with web access
feature.
3. The quoted model should be US FDA approved.
4. Monitor should have the facility to communicate bed to bed and bed to Central
without having a wired network and the same shell provide the capability to control
and interact with remotely-viewed parameters to maximize efficiency.
5. Monitor when on the wired or wireless network shell be configurable to allow receipt
of alarms from other networked monitor without having to configure remote monitors
or central monitors to send alarms.
6. Should able to monitor all the waveforms of connected patient monitors.
7. Should single screen display of minimum 16 patient monitors with maximum of 32 in
two monitor.
8. Should have data storage & management of patient information of minimum 10,000
patients with trend data.
9. Monitor should provide the capability to enter patient demographic information at the
bedside or central monitor. On – screen keyboard shall be present for entering this
data.
10. Monitor should permit the optional ability to receive and display information from
ancillary patient monitoring devices such as ventilators, infusion pumps and other
standalone devices. Interface connections to ancillary patient monitoring devices shall
not occupy module housing slots designed for vital signs parameter modules.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
69
11. Waveform zone display color must be user-configurable at any time to allow
differentiation on patient waveforms.
12. One real-time waveform should be visible on-screen while performing optional
clinical calculations. All alarms shall remain active.
13. CNS monitor shall support use of mouse, keyboard and barcode scanner when using
remotely-accessed applications.
14. Central monitor should have the full bed review of the beds selected.
15. Should provide the required computer system of latest generation with suitable
software & laser printer for printing patient information.

Power Supply:
Should be supplied with Indian plug to run on 220V, 50Hz

Warranty: Should have 3yrs. of manufacturer warranty.

10. CONTINUOUS POSITIVE AIRWAY PRESSURE (CPAP) MACHINE

Product Quality Standards:


 Should be US FDA and CE (Notified body) approved model.
 Manufacturer should be ISO certified for quality standards.
 Shall comply to ISO/IEC 60601-1, General requirements for safety of medical
devices.
 Shall comply to ISO/IEC 60601-1-2, Particular requirements for
electromagnetic compatibility of the device. IEC Type testing Report should
be either submitted or the Standard should be confirmed to be meeting in the
CE/USFDA Certificate.
 Should comply to ISO 10651-6, Particular requirements for basic safety and
essential performance for Home care ventilator support devices.

Technical Specification:
1. Adopting the special designed air pump it provides users 4-20 cm H2O therapy
pressure
2. Ramp capacity allows a 0-45 minutes period with adjustable ramp starting
pressure.
3. Available modes: CPAP, Auto CPAP, Auto Trial & Auto Check
4. Should have flex feature for comfortable exhalation.
5. Automatic leakage compensation and 4-level altitude compensation ensures the
therapy accuracy.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
70
6. Alarm function should be available.
7. Should have ergonomic design
8. Should have SD card or USB card slot for recording information for clinical
study.
9. Lighted user buttons with lock -up capability
10. Integrated design for heated humidifier.
11. Embedded smart memory card usage block quit operation
12. Mode of operation: continuous
13. Type of protection against electric shock: class 2 equipment
14. Degree of protection against electric shock
15. Type of applied part
16. Pressure range 4-20 cm H2O.
17. Maximum flow >15lpm
18. Pressure display accuracy ±0. 5 cm H2O
19. Sound level <=27db
Accessories & Consumables to be supplied:
 Nose mask: 5nos. each for Adult & Paediatric
 Patient circuit tube: 5nos. each for Adult & Paediatric
 Heated patient tube: 2nos.
 Dust filter: 5nos.
 Bacteria filter: 5nos.

Power Supply:
Power input should be 220-240VAC, 50Hz fitted with Indian plug

Warranty: Should have 3yrs. of manufacturer warranty.

11. DEFIBRILLATOR WITH MONITOR

Description of Function
Defibrillator is required for reviving the heart functions by providing
selected quantum of electrical shocks with facility for monitoring vital parameters.
Product Quality Standards:
 Should be USFDA and CE (Notified) approved model.
 Manufacturer should be ISO certified for quality standards.
 Shall comply with ISO/IEC 60601-2-4: Particular requirement for basic safety and
essential performance of cardiac defibrillators. IEC Type testing Report should be
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
71
either submitted or the Standard should be confirmed to be meeting in the
CE/USFDA Certificate.
 Should comply with EMC standards for Electromagnetic Compatibility.
Operational Requirements:
 Defibrillator should be Bi-Phasic, Portable and latest model
 Should monitor vital parameters (ECG, Heart Rate) and display them.
 Should print the ECG on inbuilt thermal recorders.
 Should work on Manual and Automated external defibrillation (AED) in Bi-
phasic mode. The maximum energy delivered by the device should be upto
200J in manual mode and 150J in AED mode. In AED mode biphasic shocks
should be delivered in escalating strengths with inbuilt trans-thoracic
impedance compensation.
 Should be capable of doing synchronized & synchronized cardio version with
CPR feedback.
 Can be operated from mains as well as battery
 Should have defibrillator self test facility.
Technical Specifications
1. Should be a low energy biphasic defibrillator monitor with recorder, having
capability to arrest all arrhythmia.
2. Should monitor ECG through external paddles and monitoring electrodes and
defibrillate through external paddles. Should have automatic/manual
switching to see patient ECG through paddles or leads.
3. Should have factory integrated compensation for chest impedance for a range
of 25 to 150 ohms.
4. Should have a built in printer/thermal recorder.
5. Should have charging time of less than 5 seconds for maximum energy.
Charging indicator should be there
6. Should have bright TFT colour display for viewing messages and ECG
waveform.
7. Should have external paddles with paddle contact indicators. Single adult and
paediatric paddles should be supplied.
8. Should have event summary facility for recording and printing at least 250
events and 50 waveforms.
9. Should have a battery capable of usage for at least 5 hours or 50 discharges.
10. Should be capable of printing reports on event summary, configuration, self
test, battery capacity etc.
11. Should have facility for self test/check before usage and set up function.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
72
12. Should be capable of delivering energy in increments of 1-2 joules up to 10J
and increments of 5-20 joules upto 50J.
13. Should have user friendly 1,2,3 colour-coded operations
14. Should have External Pacing Capability
15. It should be upgradable to provide non-invasive pacing, SPO2, 12 lead ECG
monitoring.
[Cost of upgradability with required patient probes & cables should be quoted
separately in the financial bid which shall be taken into evaluation.]
System Configuration Accessories, spares and consumables
 Defibrillator : 01
 Paddles Adult (pair) : 01
 Paddles Paediatrics (pair) : 01
 Patient cable : 01
 SPO2 Finger Probe Adult : 01
 SPO2 Ear probe : 01
 SPO2 Paediatric probe : 01
 AED Pad : Adult (01) & Paediatric (01)
 Complete set of 3/5 ECG Leads along with mother cable: 01
 ECG Rolls: 10 rolls
Power Supply:
Power input to be 220-240VAC, 50Hz fitted with Indian plug

Warranty: Should have 3yrs. of manufacturer warranty.

12. HEAMODIALYSIS MACHINE

Product Quality Standards:


 Should be USFDA and CE (Notified) approved model.
 Manufacturer should have ISO 9001 & ISO 13485 certification for quality
standards.
 Model should comply with IEC 60601-2-16: Particular requirements for basic
safety & essential performance of Hemodialysis equipment. IEC Type testing
Report should be either submitted or the Standard should be confirmed to be
meeting in the CE/USFDA Certificate.

Technical specifications:
1. Should have color Touch Screen display of more than 12 inch. for easier and
faster functioning.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
73
2. UF & Conductivity profiling
3. Should have Single Needle Dialysis
4. Sequential Dialysis (isolated ultra filteration).
5. Acetate/Bicarbonate Dialysis
6. Variable Dialysate Flow 300 to 800 mL/min. with 50 ml increments
7. Dialysate temperature range between 33.0 to 40.00C.
8. Blood pump flow range 50 to 500 ml/min. at accuracy of ±10% with a
graduation of 10 ml/min
9. Fully-Automated Chemical Disinfection
10. Automatic Venous, arterial and TMP limit setting
11. Conductivity monitoring with alarm
12. Dialysate Conductivity Range 13.5 to 15.5 mS/cm at 250C.
13. Programmable Profiling…Sodium, Bicarbonate and UF. When using profiling
for Sodium, Bicarbonate and UF, 6 steps options can be stored and selected
respectively.
14. Volumetric Ultrafiltration-0.1~4.0 liters/hour with accuracy of 1%.
15. Automatic Level Adjust for Arterial and Venous Drip Chambers
Heparin Pump:
16. Flow rate 0.1 to 9.9 mL/hour (0.1 ml increment)
17. Syringe compatibility of any size:10, 20, 30 mL
18. Should have integrated self-test
19. No additional filter/disposable filter required for running the machine.
20. All consumables not related to patients but required to maintain the machine
should be quoted.
21. Universal Pump segment
22. In-built Battery back-up for 15-25 min.
23. Message History: Operations, errors and alarms are documented and stored.
24. Inlet water Pressure : 0.05 to 0.6 Mpa
25. Inlet Water Flow Rate : 1100ml/min or more
26. Arterial Pressure : Display range -300 to +300 mmHg
27. Venous Pressure : Display range -50 to +300 mmHg
28. Blood leak detector: Optical Sensor
29. Air Bubble Detector: Ultrasonic Sensor
30. Alarms: (Audio/ Visual)
Auto self check function, Audio visual alarms on limit violation of
conductivity, blood leak, air leak, trans-membrane pressure, Dialysis
temperature, Haemodialysis completion, end of disinfection process, bypass

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
74
and blood pump stop, dialysate empty, Power Failure, Arterial, Venous &
dialysate pressure, short water supply, self test Dialysate connection .
31. UF control : Volumetric control (By Ceramic Pump)
32. Machine must be disinfected by Citric acid as chemical, thermal, and a
combination of both with short and long disinfection. If any other chemical to
be used, the price of the same should be quoted.
33. Basic rinse and disinfection methods are available as standard. In addition
various rinse programs can set 6 steps options can be stored and selected
respectively for daily and weekly rinse.
34. Security pass-word prevents from mis-operation of maintenance and
conductivity setting
35. Heat Disinfection @50 -80 degree C with auto shut-off.

Power supply:
 Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating
 Resettable overcurrent breaker shall be fitted for protection (where ever
required)

Warranty: Should have 3yrs. of manufacturer warranty.

13. ICU BED MANUAL with BED SIDE LOCKER

Product Quality Standards:


 Should be CE/BIFMA/BIS approved model.
 Manufacturer should have ISO 9001 certification for quality management
standards.
 Manufacturer should have ISO 14001 certification for environmental
management systems.
 Manufacturer should have BS OHSAS 18001 certification for occupational health
& safety management.

Technical Specification:
1. It should have the overall approx. dimension of 2180 mm L x 1010 mm W.
2. Variable heights from approx. 470 mm to 700 mm. (without mattress).
3. It should be made of rectangular & tubular MS frame structure
4. The lying surface should be made of CRCA perforated sheet of 1.2 mm

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
75
5. Should have broad base, Mobile with 4 Caster wheels 125 mm dia and with dual
locking facility. The bed should have multiple section (four) for various positions
and patient comfort.
6. The ICU bed should have with adjustment of backrest, upper leg height and
trendelenburg and reverse trendelenburg position on separate crank mechanism
provided at foot end of the bed.
7. The movement should be smooth without resistance.
8. It would have all the following features as well:-
a. Detachable Polymer moulded head & foot board.
b. Detachable and collapsing type (not side folding) SS side rails for patient
protection.
c. Should have heavy duty SS saline stand that can support 2-3 syringe /
infusion pumps.
9. Four section quality foam mattress (PU foam of high density > 30 Kg/m3 with
PVC rexine covering)
10. Should have patient chart holder.
11. Should have X-Ray cassette holder underneath the back section & should allow
insertion of X-Ray cassette from either side of the bed.
12. Should have chest drain bag holder & urine bag holder
13. Should have lifting pole with hand grips at the head end.
14. Should be Pre-treated and epoxy powder coated Finish

Bed Side Locker

1. Overall Size (Approx): 40 (H) x 40 (W) x 80 (H) cms.


2. Should have an enclosed locker unit which is provided with 50 mm dia. non
rusting castors for mobility.
3. Should have stainless Steel tray top with raised borders on 3 sides forming the
upper surface.
4. Drawer should be fitted with smooth slides.
5. Should be provided with shelf space for storage under the Drawer with
locked Cabinet at below.
6. Drawer and cabinet should have front door.
7. Should have one drawer & one cabinet box with shelf space in between.
8. The body should be made of 20 G MS CRCA sheet.
9. Two buffers shall be provided at rear side of the locker box.
10.All MS parts to be pre-treated and epoxy powder coated.
11.All Stainless steel of should be of 304 Grade and 16 Gauge.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
76
Warranty: Should have 3yrs. of manufacturer warranty.

14. FULLY MOTORIZED ICU BED WITH BED SIDE LOCKER

Product Quality Standards:

 Should be CE/USFDA approved model.


 Should comply to IEC 60601-2-52: Particular requirement for basic safety&
essential performance of medical beds. IEC Type testing Report should be either
submitted or the Standard should be confirmed to be meeting in the CE/USFDA
Certificate.
 Manufacturer should have ISO 9001 certification for quality management
standards.
 Manufacturer should have ISO 14001 certification for environmental
management systems.
 Manufacturer should have BS OHSAS 18001 certification for occupational health
& safety management.

Technical Specification:
1. Overall size should be approx. 2100mm L x 1020mm W x 450mm to 770mm H
(without Mattress) with deviation of ±10%.
2. Bed frame size 2050mm L x 960 mm W Four section CRCA top with epoxy
coating.
3. Should have perforated top with thickness of 18G.
4. Bed should be electrically operated: Wired remote control or integrated panel for
easy to operate various position like; height, back, trendelenburg positions, foot
movement etc. by touching single fold protection button.
5. It should have CPR button for emergency override to turn the backrest to flat
position quickly and instantly. Battery backup with inbuilt battery charger
should be provided. The hand control box and the nurse hand control should
have indications for power on and the battery charge.
6. Backrest and leg rest both shall have inbuilt three mattress guards. Backrest,
legrest and height adjustment positions should be operated by Electro
mechanical adjustment through hand control box; an additional nurses’ control
box, in addition to operating and locking of above functions, shall have
trendelenburg/reverse trendelenburg positions.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
77
7. Degree indicator with digital display should be required for backrest, upper leg
elevation & Trendelenburg /Reverse trendelenburg positions.
8. All electro mechanical actuators should have degree of protection of IP54.
9. Backrest and upper leg section should retract as they are individually and
simultaneously raised.
10. Should have provision for placement of hand sanitizer in leg end.
11. Bed frame should be mainly made from 50mm x 25mm x 1.5 mm thick ERW
tube with proper support. This frame should be fitted on the base mainly made
of dia 80 x 1.5 mm ERW tubes with supportive C channel of thickness 2mm on
various supporting links. The base frame should be mounted on 125mm dia non-
rusting castor wheels with central and directional locking mechanism and pedal
operated at the foot end of the bed.
12. The bed should have easily detachable moulded head & foot side panels and
four corner buffers. Bed should have split type swing down side railings, 2 nos.
on each side made from non-rusting polymer moulded material.
13. Gap between Head/ Foot board and end of side railing should not be more
than 60 mm & gap between adjacent railings should be less than 120mm to avoid
patient fall or entrapment.
14. Height of side rails from top of the mattress without compression should be
more than 220mm
15. There should be two locations on the head side of a bed to hold one stainless
steel Saline rod 12mm dia with 30mm dia, 18 g stainless steel outer covering tube
holder with knob to fix syringe pump holders. Quick manual backrest release
system with operating lever on both side of top frame.
16. Should have twin wheel castor of 125mm diameter with directional lock &
braking facility.
17. Bed should have radio translucent top (X-Ray translucent back section) with 4
section quality radio translucent foam mattress (PU foam of high density > 30
Kg/M3 with PVC rexine covering) and X-Ray cassette holder. All mild steel
components should be thoroughly in-house pretreated chemically to remove
rust, grease, oil, etc. by dip tank processes, including separate degreasing,
pickling, phosphating each followed by water rising passivating and hot air
drying to give phosphate coating.
18. The treated metal surface should then be coated in house with epoxy
polyester powder with paint film thickness of 60microns (minimum) and oven
backed at 180 deg to 200 deg centigrade. All Stainless Steel used should be of
medical grade 304 Grade.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
78
19. Power supply should be 230V, 50Hz fitted with Indian plug.

Accessories to be supplied:
 MS Powder coated urine Bag Holder - 1no.
 Plastic moulded File/ Chart Holder – 1 no.
 Hand Sanitizer holder: 1No.
 Four section X-ray translucent mattress with cover, 4” thick high quality foam,
antimicrobial and flame retardant mattress cover– 1no.
 MS powder coated Oxygen cage cylinder cage – 1no.
 SS 304 grade traction pulley attachment
Bed Side Locker
1. Overall Size (Approx): 40 (H) x 40 (W) x 80 (H) cms.
2. Should have an enclosed locker unit which is provided with 50 mm dia. non
rusting castors for mobility.
3. Should have steel laminated tray top with raised borders on 3 sides forming the
upper surface.
4. Drawer should be fitted with smooth slides.
5. Should be provided with shelf space for storage under the Drawer with locked
Cabinet at below.
6. Drawer and cabinet should have front door.
7. Should have one drawer & one cabinet box with shelf space in between.
8. The body should be made of 20 G MS CRCA sheet.
9. Two buffers shall be provided at rear side of the locker box.
10. All MS parts to be pre-treated and epoxy powder coated.
11. All Stainless steel of should be of 304 Grade and 16 Gauge.
(Bed side locker & ICU bed motorized should be from same manufacturer)
Power supply:
 Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating
Warranty: Should have 3yrs. of manufacturer warranty.

15. ADULT FLEXIBLE INTUBATION BRONCHOSCOPE

Product Quality Standards:


 Should be US FDA or CE (Notified body) approved model.
 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
79
 Shall comply to ISO/IEC 60601, Particular requirements for electrical safety of
the device. IEC Type testing Report should be either submitted or the
Standard should be confirmed to be meeting in the CE/USFDA Certificate.
Technical Specification:
 It should be light weight , high resolution flexible scope
 It should have bending mechanism knob without lock
 Should have halogen/LED light source.
 Should have portable back up LED light source with battery back up of
minimum 120 minutes.
 It should be fully immersible in disinfectant solution
 Should have telescopic eye piece compatible to any make of CCD camera.
 The fiberscope should be connected to Endoscopic camera to visualize image
on the monitor.
 Oxygen supplementation & suction line should be present.
 Airway Guide (cum Bite block) for Oral intubation should be provided with
the set (at least 10 airways)
 TUBE HOLDER should be a part of standard accessory.
 Set should include- Suction Adaptors (Disposable), Cleaning brush & Leakage
tester as standard accessories

Technical Specifications of Scope:

1. Scope-1
 Field of view- 110 degrees or more
 Distal End Dia- 5.5 mm or more
 Insertion tube dia- 6 mm or more
 Bending range (minimum): UP 140⁰ & DOWN 130⁰
 Working length- 600 mm
 Total length- 900 mm
 Channel Diameter- 2.2 mm or more
2. Scope-2
 Field of view- 110 degrees or more
 Distal End Dia- 3mm or more
 Insertion tube dia- 3.5 mm to 3.8mm
 Bending range (Minimum): UP 140⁰ & DOWN 130⁰
 Working length- 600 mm
 Total length- 900 mm

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
80
 Channel Diameter- 1.1 mm or more
Power supply:
 Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating.
Warranty: Should have 3yrs. of manufacturer warranty.

16. VOLUMETRIC INFUSION PUMP

Product Quality Standards:


 Should be USFDA or CE (Notified body) approved model.
 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
 Shall comply to ISO/IEC 60601-1-2, Electro Magnetic Compatibility (EMC Standard):
The pump confirms to EU Standard on electromagnetic compatibility and hence not
effected by electromagnetic field from external sources and do not emit electromagnetic
waves to affect other electronic devices.
 Should have Ingression Protection of level IPX1 or above.
Technical Specification:
 Flow rate range: 1 to 1000 ml/hr. in normal mode, 1 ml / hr. increment, Micro
infusion mode: 0.1 to 100ml/hr. with 0.1 ml/hr increment.
 Flow rate accuracy: Accuracy of ±2% or better.
 Infusion time: Adjustable from 1 minute to 96 hours, 1 minutes increments.
 Setting mode: Flow rate, flow rate + volume, Volume/time, flow rate +time,
Ramp-up / ramp-down, sequential, bolus, Induction / loading dose, micro-
infusion.
 KVO rate: 3 ml / hr. adjustable
 Pressure limit: 750 mmHg, adjustable from 100 to 900 mmHg (50 mmHg
increment)
 History data log: Up to 500 last data events.
 Configuration: Infusion mode, Key board lock, KVO, pressure limit, display of
drug name, time and hour setting, language, LCD contrast, alarm sound level,
ward name, secret Code, max. allowable flow rate, air bubble size, recall of last
parameter on power ON, display mode volume accumulating, end of infusion
pre alarm setting.
 Should have infusion line disconnection alarm
 Should have infusion line pressure monitoring in mm of Hg

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
81
Power supply:
Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating

Warranty: Should have 3yrs. of manufacturer warranty.

17. VIDEO LARYNGOSCOPE

Product Quality Standards:


 Should be US FDA or CE (Notified body) approved model.
 Shall comply to ISO/IEC 60601-1-2, Requirement for Electro Magnetic
Compatibility (EMC Standard).
 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
 Should have water ingression protection of IPX5 or above.
Technical Specification:
Laryngoscope required with video illumination to visualize and document the
operational area on screen. It should consist of following features:
 Required is Macintosh blades with closed European Metal finish size2, 3 and
4 with integrated camera chip and LED light illumination for obtaining more
than 50,000 Lux of brightness.
 Mac blade should not require any stylet for tube placement.
 One special blade for difficult intubation with device for introduction of
suction catheter for size 16-18 Fr., angle of view should be approx 80 degree.
 One miller size 0 & 1 blade should present in the set.
 Screen 7inch or more in size for display with feature control buttons on the
screen with HDMI or HD output for connecting to a big screen. Two output
ports with monitor to connect scope and video laryngoscope at one time and
toggle button to use the same once at a time
 Automatic/ manual white balance facility should be available
 Documentation of Video & still images should be possible on data card or
USB drive with JPEG and MPEG4 format which can be easily transferred to
the computer/laptop. Documented videos & still images should be easily
recalled on the monitor.
 Monitor should have a facility to connect flexible scope directly without any
special coupler or accessory.
 Integrated recording should be done on a USB drive/internal memory.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
82
 Soft bag should be supplied to place the monitor and system can also be
operated without taking monitor out from the bag.
 Magill forceps for foreign body removal and for assisting nasal intubation
should be provided.
 IV Stand for positioning the monitor with tray for laryngoscopes should be
provided
 Accessories like protection cap, tray for cleaning and sterilization of blades (at
least two blades at a time) should be provided.
 Blades and connection cable should be fully immersible in disinfecting
solution.
 Electronic Module to connect blades with monitor suitable for manual and
mechanical disinfection up to 60 °C; Steris®; Sterrad®; High Level
Disinfection (HLD) acc. to US standards, for use with video laryngoscopes
 Stand for monitor, height 120 cm, rollable with five legs and antistatic castors,
crossbar 25 cm x diameter 25 mm for positioning the monitor, with tray,
dimensions (w x d x h): 30 x 20 x 10 cm use with: 8401YAA Crossbar 8401YB
Crossbar.
Power supply:
Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating
Warranty: Should have 3yrs. of manufacturer warranty.

18. MULTIPARA MONITOR (BASIC)

Product Quality Standards:


 Should be USFDA and CE (Notified as per 2007/47/EC) approved model.
 Manufacturer should be ISO 9001 & 13485 certified for quality standards.
 Should comply to IEC 60601-2-49 Medical electrical equipment - Particular
requirements for the basic safety and essential performance of multifunction
patient monitoring equipments.
 IEC Type testing Report should be either submitted or the Standard should be
confirmed to be meeting in the CE/USFDA Certificate.
Technical Specifications:
1. Should have the inbuilt facility of monitoring ECG, RR, SpO2, NIBP and dual
Temp. for Paediatric to Adult applications.
2. Should be upgradable to dual IBP & Mainstream EtCO2.
3. Should have integrated colour TFT display of at least 12 inch or more.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
83
4. Should have facility of viewing at least 8 waveforms simultaneously.
5. Should have detection facility for ST segment analysis & arrhythmia detection.
6. Must use pulse oximetry module with facility for display of Plethysmograph,
Pulse strength & SpO2 values, which should work on low perfusion & motion.
7. Should have non – volatile Graphical & Tabular trend facility for at least 24-72
hrs.
8. Should have provision to set alarm limits with alarm levels and alarm
indication (visual as well as audio)
9. Should have 12 lead ECG measurement and simultaneous monitoring of one
temperature.
10. Monitor should have built in Electro Surgical Unit & Defibrillator protection
11. The monitor should have minimum 2Hr battery backup.
Accessories required:
 NIBP Cuff (Pre term, Term Neonate, Infant, Paediatric, Adult) with hose – 2
No. each
 12 Lead lead ECG Cable – Paediatric (Complete Set) – 01 No.
 SPO2 Probe (Neonate, Paediatric) - 01 No. each (Y sensor)
 Temp. Probe: 1No. each for Skin & Rectal
 Dual IBP Probe: 1Nos.
 IBP Transducer (Disposable): 10No.
 Mainstream EtCO2 Probe with adapter: 1No.
(Price of dual IBP & Mainstream EtCO2 with patient probes must be quoted
separately which will be taken into price evaluation)

Power Supply:
Power input to be 220-240VAC, 50Hz fitted with Indian plug

Warranty: Should have 3yrs. of manufacturer warranty.

19. MULTIPARA MONITOR (HIGH END)

Product Quality Standards:


 Should be US FDA and CE (Notified body) approved model.
 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
 Shall comply to ISO/IEC 60601-2-49, Particular requirements for the basic
safety & essential performance of multi-parameter monitors.
Technical Specification:

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
84
1. Advanced high end modular patient monitor having integrated non-invasive,
invasive measurement & features suitable for neonate, paediatrics & adult
patients.
2. Monitor must have bright, highly visible minimum 19”/20” color TFT display
with full touch screen facility.
3. Monitor must have the facility to display minimum 12 waveform or more, along
with related numerical parameters on single screen.
4. Monitors must be able to monitor ECG, SpO2, NIBP, Respiration, dual temp,
dual IBP, modular EtCO2 and minimally invasive Continuous Cardiac Output
simultaneously. Out of these mentioned parameters ECG, Respiration, NIBP,
SpO2, Invasive pressure and Temperature should be monitored through one
server/ module
5. Monitor must be ready to be upgraded to connect modules for CO (Thermo
dilution), BIS, NMT Module, ICP monitoring, Three IBP, Spirometry, EEG
module and it should be capable to monitor all these parameters simultaneously
along with parameters mentioned above.
6. Monitor should be upgradable to have TcpO2/ TcpCO2 parameter.
7. Monitor must have advanced arrhythmia detection and ST Analysis as standard
feature.
8. System must have minimum 24 hours review data including graphical and
tabular trends, arrhythmia event recalls.
9. Monitor must have the time linked review function. Monitor must show the
waveforms for the time when the arrhythmia occurred in case of arrhythmia
recall.
10. Monitor must have facility to display 12 lead ECG through 5/6 lead ECG cable.
11. Monitor should have ST segment calculations.
12. Must have facility to hook up with network printer, at any point of time and able
to take print any review data (Trends, Graphs, waveform full disclosure,
arrhythmia recall etc.)
13. Must have facility to hook up with network printer, at any point of time and
able to take print any review data (Trends, Graphs, waveform full disclosure,
arrhythmia recall etc.)
14. Monitor must be able to connect to central monitoring station and should use
single network for all kind of networking with the central station or other
hospital information system (HIS).
15. When disconnected from the central monitor, all monitors must be capable of
full arrhythmia detection and storage.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
85
16. Monitor should have battery back up for minimum 60 minutes.
17. Alarm parameter shall flash red in the presence of high priority alarms (e.g.
ventricular fibrillation and asystole) and flash yellow in the presence of medium
or low priority alarms (e.g. noisy signal, etc.)
18. Vital sign data of the patient should be transferable through the modules
offered.
19. Each monitor to be supplied with following:
a) 3 and 5 Lead ECG electrode cable: 2 No. each
b) Adult, Paediatric and Neonate SpO2 probe: 2 No. each ( Ear lobe probes for
neonates )
c) NIBP cuffs for Adult, Paediatrics and Neonates: 2 no each of different sizes
d) Temp Probe: 2 Nos. (skin & oesophageal one each)
e) IBP connection cable: 03 Nos.
f) IBP Disposable Pressure Transducers: 10 Nos.
g) EtCO2 sample line: 10 nos. (if applicable)
Modules requirement:
 All parameter modules should be compatible with the quoted model of
monitor and must be supplied with required patient probe.
a) ECG, SpO2, NIBP, Respiration, Dual temp, (All independent
/dual/combined): 1No. each
b) Three IBP, EtCO2: 1No. each
c) Minimally invasive continuous CO monitoring: 1No. each
d) NMT, EEG and Spirometry, BIS/Entropy: 1No. each
e) TcpO2/ TcpCO2: 1No.
[Price for the individual modules along with patient probe & cables should be
quoted separately in the price bid which will be taken into price evaluation.]
Power supply:
Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating
Warranty: Should have 3yrs. of manufacturer warranty.

20. OXYGEN CONCENTRATOR (Single Outlet)

Product Quality standards:


 Should be USFDA and CE (Notified) approved model.
 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
 Should comply IEC 60601-1 for electrical safety.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
86
Technical Specification:
1. Oxygen concentrator to provide oxygen from ambient air.
2. Oxygen concentration should be measured at the flow meter by oxygen
sensing device (OSD).
3. Should have oxygen purity indicator/alarm for low oxygen concentration.
4. Sound level ≤53 dB
5. Superior grade of molecular sieve bed of minimum working hour of
15,000hrs.
6. Integrated Timer should be there.
7. Maintenance free rotary proppet valve.
8. Should have audio and visual alarm for Low oxygen concentration, low
pressure and power failure.
9. The unit should be movable and should be provided with four wheels with
at least two breaks.
10. Oxygen concentration 90% ±3% at 5LPM flow.
11. Oxygen output, approx: 0.5 to 5 LPM
12. Oxygen outlet Pressure: Approx. 5 psi.
13. Single outlet for oxygen Delivery controlled from a pressure-compensated
flow meter to ensure accurate flow display.

Supplied with:
 Adult & Neonatal mask: 2Nos. each
 Spare set of tubing: 1No.
 Flow splitter: 1No.
 Spare set of internal and external filters (bacterial): 2Nos.
 Humidifier bottles: 2Nos.
 Cabinet filters: 2Nos.
 Spare set of fuses: 2Nos.
Power Supply
Power input to be 220-240VAC, 50Hz fitted with Indian plug of suitable
rating.
Warranty: Should have 3yrs. of manufacturer warranty.

21. OXYGEN CONCENTRATOR (Double Outlet)


Product Quality standards:
 Should be USFDA and CE (Notified) approved model.
 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
 Should comply IEC 60601-1 for electrical safety.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
87
Technical Specification:
1. Oxygen concentrator to provide oxygen from ambient air.
2. Oxygen concentration should be measured at the flow meter by oxygen
sensing device (OSD)
3. Should have oxygen purity indicator/alarm for low oxygen concentration.
4. Sound level ≤55 dB
5. Superior grade of molecular sieve bed of minimum working hour of
15,000hrs.
6. Integrated Timer should be there.
7. Maintenance free rotary proppet valve.
8. Should have audio and visual alarm for Low oxygen concentration, low
pressure and power failure.
9. The unit should be movable and should be provided with four wheels with at
least two breaks.
10. Oxygen concentration 90% ±3% at 10LPM flow.
11. Oxygen output, approx: 0.5 to 10 LPM
12. Oxygen outlet Pressure: Minimum 15 psi.
13. Double outlet for oxygen Delivery controlled from two separate pressure
compensated flow meter to ensure accurate flow display.
14. Masks: Necessary mask suitable to Neonatal should be provided: 2 sets.

Supplied with:
 Spare set of tubing: 2No.
 Spare set of internal and external filters (bacterial): 2Nos.
 Humidifier bottles: 2Nos.
 Cabinet filters: 2Nos.
 Spare set of fuses: 2Nos.
Power Supply

Power input to be 220-240VAC, 50Hz fitted with Indian plug

Warranty: Should have 3yrs. of manufacturer warranty.


22. PATIENT WARMING SYSTEM

Product Quality Standards:


 Should be US FDA and CE (Notified body) approved model.
 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
88
 Shall comply to ISO/IEC 60601-1-2, Particular requirements for
electromagnetic compatibility of the device.
Technical Specification:
1. Should work on forced air warming therapy.
2. Should be hose end temperature sensing.
3. Should be increased airflow rates Air flow more than 45 cfm.
4. Should be Micro processor based with digital display for three temperature
setting upto 44°C along with room temp.
5. Should have display for ongoing delivery temperature to the patient.
6. Temperature variation should not be more than ± 1.5%.
7. High efficiency air filter should be of 0.2 micron with filter life of minimum
2000hrs.
8. Should have built in hour meter makes it easy to monitor usage for
preventive maintenance.
9. Should have over temperature calibration and fault code servicing right on
the front panel (No need to open the unit frequently).
10. Should be compatible to work on different size of blanket like under body,
lower body, upper body and full body.
11. Noise level not more than 55dB.
Blanket properties:
 Flexible, easy to use designs
 Uniform perforation pattern across the blanket surface ensures even
convective warming
 Resealable hose ports (where applicable)
 Soft, radiolucent, latex-free materials
 Should provide full body blankets of adult & paediatric size of 5nos. each
along with the machine.
Power supply:
Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating

Warranty: Should have 3yrs. of manufacturer warranty.

23. PULSE OXYMETER

Operational Requirements:
Suitable for all types of Patient range: Adult, Paediatric and Neonatal
Product Eligibility Criteria:
• Should be US FDA and CE (Notified) approved model.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
89
• Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
• Shall meet IEC-60601-1-2: 2001 General Requirements of Safety for Electromagnetic
compatibility or should comply with 89/366/EEC; EMC-directive

Technical Specifications:
• Should be bench-top model.
• Display- TFT/LCD screen
 Parameters and waveform displayed- SPO2, pulse rate, system status,
plethysmogram, menus for user settings SPO2 range- 1-100 %
• Resolution: 1%
• Accuracy of SPO2: ±2% for 70-100% & ± 3% for 60 - 80%
• Perfusion index: 0.03 to 20%.
• Pulse rate range should be 20-240 bpm,
• Should work during motion and very low perfusion condition.
• Should be able to measure parameters reliably in patient <1kg of weight.
• Should be defibrillator proof.
• Audiovisual Alarms- High/low SPO2 and pulse rate, sensor off, sensor
failure, low battery Alarm override facility.
 Cable length should be minimum 1 meter
 RS 232C Interface for data communication.
 Battery back-up operating time 5hours internal & rechargeable.
Accessories, spares and consumables to be supplied:
 Adult SPO2 sensors: 1 no.
 Paediatric SPO2 sensors: 1 no.
 Reusable Neonate SPO2 sensor with cable (Clip-on type): 1 nos.
 Reusable Neonate SPO2 sensor with cable (Wrap type): 1 nos.
(Price of each sensor should be quoted separately in the price schedule which will
be taken in evaluation.)
Power supply:
 Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating.
Warranty: Should have 3yrs. of manufacturer warranty.

24. DUAL SYRINGE INFUSION PUMP

Product Quality Standards:


 Should be US FDA or CE (Notified body) approved model.
 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
90
 Shall comply to ISO/IEC 60601-1-2, Electro Magnetic Compatibility (EMC
Standard): The pump confirms to EU Standard on electromagnetic compatibility and
hence not effected by electromagnetic field from external sources and do not emit
electromagnetic waves to affect other electronic devices.
 Should have Ingression Protection of level IPX1 or above.
Technical Specification:
1. Should have Dual Syringe infusion pump.
2. Should have two syringe drive system can deliver drugs independently and
simultaneously.
3. Should have pressure controlled mechanism 5” LCD display
4. Should have Bolus rate: maximum 300 ml/hr.
5. Should have KVO facility & drug library.
6. Should have automatic syringe detection.
7. Should be compatible with multiple brands of Syringes available in market.
8. Disposable Syringes in nominal sizes of 10 cc, 20 cc, 30 cc & 50 cc/60 cc should be
used.
9. Maximum flow rate 0.1 ml/hr to 1,500 ml/h with steps of 0.1 ml/hr.
10. Accuracy of ±2% or better.
11. Should have 3 level alarm pressure settings.
12. Should have Volume and time controlled infusion.
13. Should have 2 hour battery back up with 24 hours charging in case of power failure.
14. Automatically switches over to battery with alarm, if plug is accidentally pulled or
there is a power failure.
15. Should have 3 level battery indicator displaying the status of the battery.
16. Bolus functions for primary and when bolus injection is called for. To prevent in-
correct operation the bolus function should be designed to work only when the ml
key and bolus key are pressed at the same time.
17. Continuously Monitors Plunger: A plunger detection sensor checks that the plunger
is set properly and an internal mechanism continuously monitors plunger movement
during infusion.
18. Occlusion detecting pressure alarm for detecting occlusion and setting off the
occlusion alarm.
19. Bolus rate should be programmable to approx 500 ml, with infused volume display.
20. Selectable occlusion pressure trigger levels selectable from 300, 500 and 900 mmHg.
21. Facility to know the exact amount of infusion taken place any time.
22. Retains flow rate and total infusion volume settings - When the power is turned off,
the unit stores and retains current flow rate and total infusion volume settings for the
next use.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
91
Power supply:
Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of
appropriate rating.

Warranty: Should have 3yrs. of manufacturer warranty.

25. SINGLE SYRINGE PUMP

Product Quality Standards:


 Should be US FDA or CE (Notified body) approved model.
 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
 Shall comply to ISO/IEC 60601-1-2, Electro Magnetic Compatibility (EMC
Standard): The pump confirms to EU Standard on electromagnetic
compatibility and hence not effected by electromagnetic field from external
sources and do not emit electromagnetic waves to affect other electronic
devices.
 Should have Ingression Protection of level IPX1 or above.

Technical Specification:
 A handle for easy and convenient carrying.
 Should have the provision of status indicator on the control panel.
 The slope of the panel face has been increased so that the reading and
indicator light can be easily checked from a distance.
 Should have warning light alerts for the operator for low battery, low volume,
occlusion and internal malfunctioning.
 Connects to external DC power source, enabling use of the pump in an
ambulance.
 Should be compatible with multiple brands of Syringes available in market.
 Disposable Syringes in nominal sizes of 10 cc, 20 cc, 30 cc & 50 cc/60 cc should
be used.
 Maximum flow rate 0.1 ml/hr to 1,500 ml/h with steps of 0.1 ml/hr.
 Accuracy of ±2% or better.
 Check by indicator lights that the setting is right.
 Should have 2 hour battery back up with 24 hours charging in case of power
failure.
 Automatically switches over to battery with alarm, if plug is accidentally
pulled or there is a power failure.
 Should have 3 level battery indicator displaying the status of the battery.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
92
 Bolus function for primary and when bolus injection is called for. To prevent
in-correct operation the bolus function should be designed to work only when
the ml key and bolus key are pressed at the same time.
 Bolus rate should be programmable to approx 500 ml, with infused volume
display.
 Selectable occlusion pressure trigger levels selectable from 300, 500 and 900
mmHg.
 Continuously Monitors Plunger: A plunger detection sensor checks that the
plunger is set properly and an internal mechanism continuously monitors
plunger movement during infusion.
 Should have occlusion detecting pressure alarm for detecting occlusion and
setting off the occlusion alarm.
 Facility to know the exact amount of infusion taken place any time.
 Retains flow rate and total infusion volume settings - When the power is
turned off, the unit stores and retains current flow rate and total infusion
volume settings for the next use.
Power supply:
 Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating.
Warranty: Should have 3yrs. of manufacturer warranty.

26. SINGLE SYRINGE PUMP (MRI Compatible)

Product Quality Standards:

 Should be US FDA and CE (Notified body) approved model.


 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
 Shall comply to ISO/IEC 60601-1-2, Electro Magnetic Compatibility (EMC
Standard): The pump confirms to EU Standard on electromagnetic
compatibility and hence not affected by electromagnetic field from external
sources and do not emit electromagnetic waves to affect other electronic
devices.
 Should have Ingression Protection of level IPX1 or above.

Technical Specification:
 A handle for easy and convenient carrying.
 Should be MRI compatible upto 3Tesla.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
93
 Should have the provision of status indicator on the control panel.
 The slope of the panel face has been increased so that the reading and
indicator light can be easily checked from a distance.
 Should have warning light alerts for the operator for low battery, low volume,
occlusion and internal malfunctioning.
 Connects to external DC power source, enabling use of the pump in an
ambulance.
 Should be compatible with multiple brands of Syringes available in market.
 Disposable Syringes in nominal sizes of 10 cc, 20 cc, 30 cc & 50 cc/60 cc should
be used.
 Maximum flow rate 0.1 ml/hr to 1,500 ml/h with steps of 0.1 ml/hr.
 Accuracy of ±2% or better.
 Check by indicator lights that the setting is right.
 Should have 2 hour battery back up with 24 hours charging in case of power
failure.
 Automatically switches over to battery with alarm, if plug is accidentally
pulled or there is a power failure.
 Should have 3 level battery indicator displaying the status of the battery.
 Bolus function for primary and when bolus injection is called for. To prevent
in-correct operation the bolus function should be designed to work only when
the ml key and bolus key are pressed at the same time.
 Bolus rate should be programmable to approx 500 ml, with infused volume
display.
 Selectable occlusion pressure trigger levels selectable from 300, 500 and 900
mmHg.
 Continuously Monitors Plunger: A plunger detection sensor checks that the
plunger is set properly and an internal mechanism continuously monitors
plunger movement during infusion.
 Should have occlusion detecting pressure alarm for detecting occlusion and
setting off the occlusion alarm.
 Facility to know the exact amount of infusion taken place any time.
 Retains flow rate and total infusion volume settings - When the power is
turned off, the unit stores and retains current flow rate and total infusion
volume settings for the next use.
Power supply:
 Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
94
Warranty: Should have 3yrs. of manufacturer warranty.

27. CRITICAL CARE VENTILATOR (NEONATE to PAEDIATRIC)

Product Quality Standards:


 Should be US FDA and CE (Notified body) approved model.
 Manufacturer should be ISO certified for quality standards.
 Shall comply to ISO/IEC 80601-2-12, Particular requirements for the basic
safety & essential performance of critical care ventilators.
Technical Specification:
 Should be microprocessor controlled ventilator suitable for Neonate & Infant
upto 10kg patients.
 Should have modes of ventilation equipped with following modes of
ventilation:
 Assist Control
 Pressure control
 Pressure support
 SIMV with pressure support (Pressure and Volume control/Volume
Guaranty)
 PRVC or equivalent
 Nasal CPAP
 Inverse ratio Ventilation
 Non invasive ventilation
 Apnea ventilation/detection
 Should have built in color touch screen TFT/LCD display of minimum 12” for
display of waveforms and monitored value. The interface should have direct
access to PEEP, O2 concentration, respiration rate, volume and pressure settings
 The user interface should have both direct access keys and touch panel for user
settings.
 Should have facility to measure and display of the following parameters:
 Airway Pressure (Peak & Mean)
 Tidal volume (Inspired & Expired)
 Minute volume (Inspired & Expired)
 Respiratory mechanics
 Frequency/Breath rate

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
95
 FiO2
 PEEP
 Plateau Pressure
 Apnea
 Occlusion Pressure
 Pressure, Flow & Volume curves & with Loops
 Numerical & graphical trends of minimum 48 hrs. of the measured
parameters
 Automatic compliance and leakage compensation for circuit.
 Should have facility of log book, for events and alarms with date & time;
 Should have following setting:
 Tidal volume( 2 to 2000ml);
 Inspiratory pressure (upto 80cm of H2O);
 Respiratory rate 2 to 150 bpm;
 Apnea back up rate;
 Nasal CPAP/PEEP (3 to 25 cmH2O);
 NIV for BIPAP
 Pressure support
 FiO2 setting range between 21% and 100% with resolution of 1%
 Pause time;
 Trigger;
 Inspiratory flow up to 30Lpm;
 Inspiratory time & Expiratory time
 Should have user selector alarms for all measured & monitored parameters like
Airway pressure, O2 pressure, Gas supply, Apnea, Power failure, O2 cell
disconnect, Flow sensor error, Ventilator technical error.
 Oxygen cylinder & central pipeline connector (to be supplied along with the
machines) should be compatible with ventilator.
 FiO2 measurement should be by permanent O2 sensor. If disposable type then
O2 sensors/cell to be supplied free of cost with the machine till warranty &
CMC period.
 Should have proximal end flow sensor for accurate flow measurement during
low flow settings.
 Should provide internal air supply automatically in case of loss in central air
supply. In case of internal air through compressor, the original manufacturer of
the air compressor should be same as ventilator and should have both USFDA
& CE (Notified) certification.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
96
Medical Air Compressor:
a) Stand-alone Medical Air compressor
b) Snap fit with the Ventilator module to provide an oil free Medical air.
c) Peak output flow should be minimum 120 LPM.
d) The medical air compressor should be USFDA and CE Certified
e) Air quality should comply with ISO compressed air purity class.
f) Medical Air Compressor should automatically activate in the event of wall air
supply loss.
g) Replacement of internal filters should be performed without removing the
compressor
h) Should have washable air filter.
 Reusable expiratory cassette/valve should be autoclavable or sterilisable by
standard disinfectant or cidex solution. In case of disposable cassette/valve,
atleast 20 nos. should be supplied free of cost with the machine.
 Should have battery back up of minimum 60 minutes during power failure for
the whole system.
 Servo controlled humidifier: (Should be USFDA & CE(Notified) approved)
 Humidifier with digital monitoring of inspired gas temperature complete
with heating wire: 01No.
 Should provide connectors for both disposable & reusable circuits.
 Should have ultrasonic nebuliser.
 Nebuliser with capability to deliver particle size of < 3 micron and On line
with Automatic Patient Detection facility.
Configuration:
 Compatible hunged arm for holding the circuit;
 Should have caster with braking system;
 Should have audio visual alarm for battery low, source gas low and high/low
pressure in the breathing circuit or source gas inlet;
 Should maintain nominal Temp of the control unit and the heat should be
disbursed through a cooling mechanism;
Standard Accessories:
 Mobile Trolley (Same as ventilator make)
 Reusable Silicone Heated wire humidifier Ventilator Circuit for Infants,
Neonate & Pediatric: 2 Nos. Each (Compatible with supplied humidifier)
 Disposable Ventilator Circuit for Infants & Neonate: 10 Nos. Each
 H.M.E Filter Ventilator for Infant & Neonate: 30 Nos. Each
 Reusable Expiratory cassette/Valve should be supplied: 3 Nos.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
97
 Support Arm for Holding the Circuit.
 Servo Controlled Humidifier with Chamber and other accessories: 1 Set each
(Neonate + Infant) with filter paper for 100 uses.
 Test Lung for Neonate and Infant: 1 No. EacH
 Permanent O2 sensor or disposable O2 sensor should be provided as and when
required free of cost during warranty & CMC/AMC period.
 Nasal cannulae for neonates: 5 nos.
 Nasal Prong: 1 set each
 Air & Oxygen hose: 1 each (Compatible to existing wall mount air socket)

Power Supply:
 Should work on 220-240V AC as well as batteries. Mains adaptor to be
supplied.
 Should be supplied with Suitable Servo controlled Stabilizer/CVT of suitable
rating to allow operation at ± 20% of 220V AC.
 Resettable over current breaker shall be fitted for protection.

Warranty: Should have 3yrs. of manufacturer warranty.

28. CRITICAL CARE VENTILATOR (PAEDIATRIC TO ADULT)

Product Quality Standards:

 Should be US FDA and CE (Notified body) approved model.


 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
 Shall comply to ISO/IEC 80601-2-12, Particular requirements for the basic
safety & essential performance of critical care ventilators.
Technical Specification:
1. Advanced technology ventilator for use in ICU, suitable for ventilating all
categories of patients from Paediatric to Adult patients.
2. Multi microprocessor controlled system with individual selection of various
ventilation parameters & PEEP.
3. Should have the following modes of ventilation:
 Volume Control
 Pressure Control
 Pressure Support
 Pressure Regulated Volume Control with on-demand flow (PRVC) /Auto
Flow /APV/ Volume Guarantee

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
98
 Back up ventilation
 CPAP with apnea alarm
 SIMV( Volume Control ) + Pressure support
 SIMV ( Pressure Control ) + Pressure Support
 SIMV ( PRVC ) + Pressure Support
 Non-invasive ventilation (NIV) for BIPAP & CPAP
 APRV mode
 Auto Mode facility should be present.
4. The system should have the following parameters:
 Tidal Volume: 20 ml – 2000 ml
 CMV Frequency: 4 – 150 breaths / min
 SIMV: 1- 40 Breaths /min.
S
 Inspiratory time 0.2 – 5 Sec or above
 Pause time 0 to 70% of breath cycle time
 PEEP 0 to 45 cm H2O or above
 Trigger Flow 0.2 to 20 L/min.
 I : E ratio 1:9–4:1
 Pressure Trigger – 5 cm H2O to 0 cm H2O below PEEP/CPAP
 Flow Trigger 0.2 – 15 L/min
5. Should have following audio – visual alarms:
 Airway pressure
 High continuous pressure
 FiO2
 Expired minute volume
 Apnea
 End expiratory pressure
 Respiratory rate
 Trigger
 Power failure
 Airway leakage
 Gas failure
 Battery status
6. Should have separate user interface & ventilation unit for flexible positioning
around the patient.
7. Ventilator should have lung recruitability & lung recruitment with the protective
ventilation tool.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
99
8. Ventilator should have power back-up for minimum 60 minutes for the whole
system.
9. In event of failure of one gas (Air/Oxygen), it should be compensated
automatically so that patient will get preset volume & pressure.
10. Should have 12” or more size color single device user interface screen. It should
be possible to display at least three types of waveforms & two loops with
simultaneous display for each breath & also access through touch screen & main
rotary dial for direct access to vital settings; like PEEP, O 2 concentration,
Respiratory rate & Volume or Pressure.
11. Should be 48/72 hour trend display of up to 26 parameters.
12. Screen should display following waveforms: Flow time, Pressure time, Volume
time, CO2 conc. time
13. Should have following loops: Volume – Pressure, Pressure – Volume, Flow –
Volume
14. Should have facility for ventilation data transfer & network connection.
15. Should have inbuilt/integrated ultrasonic nebulizer of less than 0.3 micron of
particle size.
16. Should have inbuilt respiratory mechanic.
17. Should have download facility of the loop & wave for future reference.
18. Should be provided with reusable face & nasal mask for adult & paediatric with
textured dual flap silicone cushion flap for easy fit. Removable forehead support
and pad to match the angle of patient’s forehead Stability Selector for easy fit and
angle with headgear attachments.
19. FiO2 measurement should be by permanent O2 sensor. If disposable type then O2
sensors/cell to be supplied free of cost with the machine till warranty & CMC
period.
20. Reusable expiratory cassette/valve should be autoclavable or sterilisable by
standard disinfectant or cidex solution. In case of disposable cassette/valve,
atleast 20 nos. should be supplied free of cost with the machine.
21. Ventilator and compressor should be US FDA & CE approved & the entire
system like ventilator, compressor, Mobile trolley/cart should be from same
manufacturer.

Standard Accessories:
 Mobile Trolley (Same make of ventilator)
 Reusable Ventilator Circuit for Adult and Paediatric (Silicone): 2 Nos. Each
 Disposable Ventilator Circuit for Adult and Pediatric: 10 Nos. Each
 H.M.E Filter Ventilator for Adult and Pediatric: 30 Nos. Each
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
100
 Swivel Connector: 30 Nos. Each
 Reusable Expiratory cassette/Valve should be supplied : 3 Nos.
 Support Arm for Holding the Circuit.
 Servo Controlled Humidifier with Chamber and other accessories – 1 Set
each (Adult + Paediatric) along with filter paper for 100 uses. It should be
USFDA Approved.
 Test Lung for Adult and Paediatric: 1 No. Each
 Oxygen Hose: 1 No.
 Air Hose: 1 No.
 Permanent O2 sensor and disposable O2 sensor of 20nos. should be
provided free of cost.
 Reusable NIV Mask (Adult & Paediatric): 5 nos. each
 Nasal Prong 1 set each
Power Supply:
 Should work on 220-240V AC as well as batteries. Mains adaptor to be
supplied.
 Should be supplied with Suitable Servo controlled Stabilizer/CVT of suitable
rating to allow operation at ± 20% of 220V AC.
 Resettable over current breaker shall be fitted for protection.
 Suitable UPS with maintenance free batteries for minimum 60 minutes power
back up for whole ventilator system should be supplied with the system.

Warranty: Should have 3yrs. of manufacturer warranty.

29. CRITICAL CARE VENTILATOR (NEONATE) - HIGH FREQUENCY

Product Quality Standards:


 Should be US FDA and CE (Notified body) approved model.
 Manufacturer should be ISO certified for quality standards.
 Shall comply to ISO/IEC 80601-2-12, Particular requirements for the basic
safety & essential performance of critical care ventilators.

Technical Specification:
1. Advanced technology ventilator for use in ICU, suitable for ventilating
Premature Neonates patients.
2. Multi microprocessor controlled system with individual selection of various
ventilation parameters & PEEP.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
101
3. Display screen of minimum 10" Color-TFT
4. Should have the following modes of ventilation:
PC-IMV, PC-Ass./Cont., PC-SIMV, PC-HFV,
PC-IMV-HFV, PC-Ass./Con.-ITT, PC-SIMV-ITT, nCPAP, nIPPV, SIPPV
Modifications Volume guarantee (VtLim/VtTar)

The system should have the following parameters:


 Inspiratory Time Termination ITT (PSV)
 Maneuver functions Inspiration Hold / Manual Medication
nebulization Preoxygenation Ventilation settings
 Frequency: 1 - 300/min
 Inspiration time: 0.1 - 2 s
 Expiration time: 0.1 - 60 s
 Tidal volume 2 - 150 ml (VtTar/VtLim)
 Pmax 5 - 60 cmH2O
 PEEP 0 - 30 cmH2O
 Pmin PEEP-Pmax Inspiration pattern Rectangle, sinusoidal, linear
 Trigger sensitivity Flow 0.2 - 2.9 ltr./min
 Pressure 0.2 - 2.9 cmH2O
 Abdominal movement 0.2 - 2.9 Arbs NIV MaxFlow Off/20 - 6 l/min
 Breathing gas temp. 33 - 39 °C
 FiO2:21 - 99 %
 Inspiratory Time Termination (ITT) PSV Exp.-Trigger KV% 5 - 40 %
V‘Peak High Frequency Oscillation HFO Frequency 5 - 15 Hz
 Inspiration 33 - 50%
 MAP 0 - 30 cmH2O
 Amplitude Vosc max. 24 ml @ 10 Hz Inspiration Hold / manual
 Max. Hold Time Tinsp./1 - 7 s
 Medication nebulization with Aerosol time 30 - 420 s
 Preoxygenation FiO2
 Preoxy time 0 - 420 s Measured values Pressure measurement
 Insp. press. -20 - 99 cmH2O (Pmax)
 End-Expir.press. -20 - 99 cmH2O (PEEP)
 Mean airway press. -20 - 99 cmH2O (Pmean)
 Osc.-amplitude 0 - 120 cmH2O (Posc)
Volume measurement:
 Insp. tidal volume 0 - 999 l (VTins)
 Exp. tidal volume 0 - 999 l (VTexp)
 Leak volume 0 - 999 l (VTleak)
 Exp. minute volume 0 - 999 l/min (MV)
 Osc.minute volume 0 - 999 l/min (MVo)
 Ventilation time parameters
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
102
 Breathing frequency 0 - 999/min (F)
 Inspiration 0.1 - 100% (Insp%)
 O2 measurement
 FiO2: 0 - 100%
 Breathing gas temperature
 Proximal measurement. 12 - 60 °C
 Lung mechanics
 Resistance (R) 0 - 999 H2O/l/s
 Compliance (C) 0 - 999 ml/cmH2O
 Curve display Paw(t), V‘(t), V(t), P(V), P(V‘), V(V‘), Arbs(t)
 Trend display Pmean(t), MV(t), VT(t)
 Trend duration 0,5, 1, 2, 4, 12, 24 (h)
Alarms/Monitoring:
 Airway pressure high/low (Pmax)
 Exp. minute volume high/low (MV)
 Exp. tidal volume low (VT)
 Insp.O2-Concentr. FiO2 high/low
 Breathing gas temp. high/low
 End-Exp. pressure high (PEEP)
 Mean airway pressure high/low (Pmean)
 Oscillatory amplitude high/low (Posc)
 Oscillatory tidal volume high/low (Vo)
 Oscillatory minute volume high/low (MVo)
 Disconnection
 Apnea
Water level humidifier bottle
Interface: RS232: VueLink/PDMS
5. Standard Accessories:
 Reusable Ventilator Circuit for Neonates: 2 Nos. Each
 Disposable Ventilator Circuit for Neonates: 10 Nos. Each
 Nasal Prongs (Medium): 10Nos.
 Nasal Prongs (Small): 10Nos.
Power Supply:
 Should work on 220-240V AC as well as batteries. Mains adaptor to be
supplied.
 Should be supplied with Suitable Servo controlled Stabilizer/CVT of suitable
rating to allow operation at ± 20% of 220V AC.
 Resettable over current breaker shall be fitted for protection.
Warranty: Should have 3yrs. of manufacturer warranty.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
103
30. TRANSPORT VENTILATOR

Product Quality Standards:


 Should be US FDA and CE (Notified body) approved model.
 Manufacturer should be ISO 9001 & ISO 13485 certified for quality standards.
 Shall comply to ISO/IEC 80601-2-12, Particular requirements for the basic
safety & essential performance of critical care ventilators.
Technical Specification:
1. Should be a microprocessor controlled ventilator with inbuilt minimum 8’’
color TFT screen or more, integrated graphics and easy to use rotary knob
operation providing support to Adult/Paediatric; infant/neonatal patient
range. External or separate monitor will not be allowed.
2. Should be suitable for use during transportation within & outside the
hospital.
3. Ventilator should have only internal air supply.
4. Ventilator should be based on reliable flow measuring technology.
5. Should have the following modes of ventilation:
 Volume control
 Pressure control
 PRVC/APV or Auto flow or similar
 Back up ventilation
 CPAP/PEEP
 Nasal CPAP
 SIMV( Volume Control ) + Pressure support
 SIMV ( Pressure Control ) + Pressure Support
 Non-invasive ventilation (NIV)
 BIPAP
6. The system should have the following parameters:
Tidal Volume: 5 ml – 2000 ml
CMV Frequency:
Adult 4 – 100 breaths / min
Infant: 4-150 breaths / min
SIMV frequency 1 – 40 breaths / min
Inspiratory time 0.1 – 10 sec or above
Pause time 0 - 70% of breath cycle time
PEEP 0 – 35 cm H2O or above
Trigger flow: 0.1 – 20 L/min
I : E ratio 1:9–4:1
Pressure Trigger – 10 cm H2O below PEEP/CPAP

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
104
Flow Trigger 0.1 – 15 L/min
Respiratory Rate 4 – 120bpm/min
EtCO2

7. Should have following audio – visual alarms:


 Airway pressure
 High continuous pressure
 FiO2
 Expired minute volume
 Apnea
 End expiratory pressure
 Respiratory rte
 Gas failure
 Battery
8. The Ventilator should be supplied with advanced Lung protective modes.
9. Facility to permanently deactivate the O2 alarm, if the O2 cell is depleted or
defective.
10. Ventilator should be supplied with integrated nebulizer synchronized with
inspiratory cycle or better.
11. Should have Real-time waveforms Pressure, Flow, Volume.
12. Should have facility to show all loops simultaneously at least one Loop: P-V,
V-Flow, P-Flow.
13. Should have both graphical & tabular trends for minimum 72 hours.
14. Should display 26 monitoring parameters.
15. Ventilator should work on low pressure oxygen supply as well as oxygen
concentrator.
16. Internal rechargeable battery with minimum operating time of at least 6 hours
full system including Air supply source.
17. Ventilator should be upgradeable to volumetric CO2 & SPO2 monitoring.
[Price breakup of basic machine with accessories and probes for
upgradability to volumetric CO2 & SPO2 should be quoted separately.]
18. Each ventilator should have supply following Standard Accessories:
 Reusable Ventilator Circuit for Adult and Paediatric – 2 Nos. Each
 Disposable Ventilator Circuit for Adult and Paediatric – 10 Nos. Each
 H.M.E Filter Ventilator for Adult and Paediatric -- 30 Nos. Each
 Swivel Connector -- 10 Nos. Each
 Support Arm for Holding the Circuit.
 Test Lung for Adult and Paediatric – 1 No. Each
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
105
 Oxygen Hose – 1 No.
 Air Hose. – 1 No.

Power supply:
Power input to be 220 – 240V AC, 50Hz fitted with Indian plug of appropriate
rating

Warranty: Should have 3yrs. of manufacturer warranty.

GENERAL REQUIREMENT FOR ALL ITEMS

Training:

Operational as well as general troubleshooting/ User level maintenance should


be given to the user during supply & as when required by the user.

Environmental Factors

 Storage: The unit shall be capable of being stored continuously in ambient


temperature of 0 to 50 deg C and relative humidity of 15-90%
 Operating condition: The unit shall be capable of operating in ambient
temperature of 10 to 40 deg C and relative humidity of 15-90%

Documentation, Calibration & Standard Operating Protocol:

 User (Operation) manual in English


 Service (Technical / Maintenance) manual in English
 List of important spare parts and accessories along with their specification/item
description, part numbers and costing.
 Certificate of calibration and inspection from the factory.
 Log book with instruction for daily, weekly, monthly and quarterly maintenance
checklist. The job description of hospital technician and company service
engineer should be clearly spelt out.
 Calibration of any specific part/parameter or the whole system as per
manufacturer standard/ recommendation must be done by the supplier free of
cost twice in a year or as when required during the warranty and AMC / CMC
period and submit necessary calibration report.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
106
 Separate list of recommended periodic calibrations of any specific
part/parameter or the whole system to ensure accuracy & safety of the
equipment should be submitted during supply.
 Separate list of cleaning and disinfection procedures along with material or
reagents recommended by the manufacturer should be submitted during
supply.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
107
SECTION –VIII

FORMATS FOR SUBMISSION OF


BID

(Technical Bid)

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
108
FORMAT – T 1
CHECK LIST
(To be submitted in Part I -Technical Bid)

The documents has to be arranged as per the order mentioned in checklist for
ease of scrutiny.

The bidder has to upload the documents as mentioned in Check list


(in PDF format) online, on or before the due date & time of
submission of technical bid.

Name of the Bidder

Whether
Sl. Page
Item included
No No.
Yes / No
1 Format – T1 (Check List)
Bid Document Cost as DD (Rs.5,250/- for any or all
2
the equipment
The Earnest Money Deposit(s) as Demand Draft (s)
3
based on no. of equipments tendered
4 Format – T2 (Details of Items quoted)
5 Format – T3 (Details of EMD submitted)
6 Format – T4 (Details of Bidder & Service Center)
7 Format – T5 (Declaration Form)
Format – T6 (Manufacturer’s Form – in case the
8
bidder is the OEM)
Format – T7 (Manufacturer’s authorization Form –
9 in case the bidder is the authorized importer /
distributor of OEM)
Format – T8 (Annual Turnover Statement by
10
Chartered Accountant)
11 Copies of the annual audited statement / Annual
Report for 2011-12, 2012-13, 2013-14 or 2012-13,
2013-14 & 2014-15 (If audited) (Provisional
statement of account shall not be considered)

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
109
12 In case of distributor, the annual turnover
statement / Copies of the pages of the annual
audited statement of the Annual report of the OEM
alongwith their own turnover for 2011-12, 2012-
13, 2013-14 or 2012-13, 2013-14 & 2014-15 (If
audited) (Provisional statement of account shall not
be considered) – As per eligibility criteria clause
5.2.2(iii)

Format–T9 (Performance Statement during the last


13
three Years)
Copies of purchase orders & end user certificates in
14
support of the information furnished in Format T-9
Format – T10 (Statement of deviation – Technical
15
Specification)
Format – T11 (Para-wise compliance to Technical
16
Specification)
Copy of the Leaflets / Technical Brochures /
Product Data Sheets of the Model offered
17
highlighting features in support of the
information provided in Format – T11
Copy of Quality Certificates (valid ISI / BIS / CE /
US FDA / IEC etc. & ISO) of the product /
18
organization (As per Section VII - Technical
Specification).
Copy of Import License (In case the bidder is
19
Importer)
20 Copy of the VAT / CST registration certificate
21 Copy of PAN (Income Tax)
Copy of IT Returns of the financial years 2011-12,
22 2012-13 & 2013-14

All the documents to be furnished in the checklist has to be page


numbered. All the formats (T1-T11) are to be filled up
mandatorily.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
110
Important Notes:

1) Mentioning of Page Nos. in the relevant column as mentioned above is


mandatory for ease of scrutiny.

2) No price information (i.e. Scanned copy of the price format etc.)


to be uploaded in Technical Bid.

3) After preparation of the all the documents as per checklist, the bidders
have to put the page nos. on each page and put the signature of the
authorized signatory & seal. Then each page has to be scanned and the
scanned document to be uploaded in the e-tender portal before the
scheduled date & time.

4) The bidders can find two files [(i) Scan copy of EMD, Tender document
cost, VAT, PAN etc. & (ii) All documents as per check list T1] in technical
bid for uploading their files.

However, for management of space the bidders can divide their


scanned documents in two parts equally (as both the file sizes are
same) and upload one part (Scan copy of EMD, tender document Cost,
VAT, PAN, Documents as per check list T1 serially in one file and
balance document of the check list T1 in the second file to avoid any
space constraint.

5) A Copy of the all the above documents uploaded in the technical bid
shall also to be submitted alongwith the Original EMD & Tender
document Cost on or before the scheduled online technical bid
opening. However, the copy of all documents to be submitted should be
exactly the same as uploaded in e-tender portal. Copy of the
documents to be submitted shall be only for the purpose of clarity / better
visibility of the documents uploaded in case of any scanned documents
uploaded (like product catalogues / product data sheet etc.) is not
clear. In that case, the documents shall be considered for evaluation if the
scan copy of the same is uploaded.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
111
Format - T2
(To be submitted in Part I -Technical Bid)

DETAILS OF THE ITEM(S) QUOTED

Sl. Name of Name of Country of Make Name of *Details of


Item Manufacturer Origin the Model offered
product at
Page No.
(s)
1

Signature of the Bidder:

Date:

Official Seal:

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
112
Format – T3
(To be submitted in Part I -Technical Bid)

DETAILS OF EMD SUBMITTED

Sl. Name of Equipment Draft No. & Date & EMD Amount (Rs.)
name of Bank

TOTAL (Rs.)

Signature of the Bidder :

Date :

Official Seal:

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
113
Format - T4
(To be submitted in Part – I Technical Bid)

DETAILS OF THE BIDDER & SERVICE CENTER


GENERAL INFORMATION ABOUT THE BIDDER
Name of the Bidder
Registered address of
the firm
1
State District
Telephone No. Fax
Email Website
Contact Person Details
Name Designation
2
Telephone No. Mobile No.
Communication Address

Address

3 State District
Telephone No. Fax
Email Website
Type of the Firm ( Please  relevant box)
Private Ltd. Public Ltd. Proprietorship
4 Partnership Society Others, specify
Registration No. & Date of Registration.
Nature of Bussiness ( Please  relevant box)
Original Equipment
Authorized Disrtibutor
5 Manufacturer (OEM)
Direct Importer
Key personnel Details (Chairman, CEO, Directors, Managing Partners etc. )
in case of Directors, DIN Nos. are required
6 Name Designation
Name Designation

Whether any criminal case was registered against the company or any
7 Yes / No
of its promoters in the past?
Other relevant Informations
8

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
114
VAT/CST Registration
Pl. mention whether Registered under Odisha VAT or CST :_________

Furnish the copy of the OVAT registration certificate (in case the bidder quotes OVAT
8.a
in the price bid)

Furnish the copy of the CST registration certificate (in case the bidder quotes CST in
the price bid)

8.b PAN : Furnish the copy of the PAN

9 Details of existing Service Center in Odisha Or Eastern India :

Name of Contact Person :

Designation :

Address of Service Center:

Telephone No.:

Email :

Fax:
10 Bank Details of the Bidder: The bidders have to furnish the Bank Details
as mentioned below for return of EMD /Payment for supply if any (if
selected)

a. Name of the Bank :

b. Full address of the :


Branch concerned

c. Account no. of the :


bidder

d. Name (as mentioned in the bank account)t :

e. IFS Code of the :


Bank

Signature of the
Date: Office Seal bidder /
Authorised
signatory

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
115
Format – T5
(To be submitted in Part–I Technical Bid)
DECLARATION FORM
(Affidavit before Executive Magistrate / Notary Public)

I / We …………………………………………………………………having My / our office


at…………………………………………………………….do declare that I / We have carefully
read all the terms & conditions of bid of OSMCL, Odisha for the supply of ICU
Equipments. The approved rate will remain valid for a period of one year from the
date of approval. I will abide with all the terms & conditions set forth in the Bid
document Reference no. OSMCL/2015-16/EQP-ICU(Cat.I)/01 alongwith
the subsequent amendment, if any.

I/We do hereby declare I/We have not been de-recognised / black listed by
any State Govt. / Union Territory / Govt. of India / Govt. Organization / Govt. Health
Institutions for supply of Non-standard quality equipment/ Non-supply.

I/We agree that the Tender Inviting Authority can forfeit the Earnest Money
Deposit and or Performance Security Deposit and blacklist me/us for a period of 3
years if, any information furnished by us proved to be false at the time of inspection /
verification and not complying with the Bid terms & conditions.

I / We ………………………………………………………………………do hereby declare


that I / we will supply the _________________ as per the terms, conditions &
specifications of the bid document. I / we further declare that I / we have a service
centre in Odisha / Eastern India to carry out the maintenance of the equipment
offered.

Signature of the bidder :

Seal Date :
Name & Address of the Firm :

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
116
Format – T6
(To be submitted in Part– I Technical Bid)
MANUFACTURER’S OFFER FORM
(to be submitted by manufacturer in a letterhead in case the bidder is the manufacturer)

No. Dated:

To
The Managing Director
Odisha State Medical Corporation Ltd., Bhubaneswar

Dear Sir / Madam,

Bid Reference No :

Equipment Name :

1. We …………………………………… (name of the OEM) declare that we are the original


manufacturers of the above equipment having registered office at
……………………………………………………………………………………….(full address with
telephone number/fax number & email ID and website), and having factories at
______________ .

2. No company or firm or individual have been authorized to bid, negotiate and


conclude the contract in regard to this business against this specific bid reference no.

3. We hereby declare that we are willing to provide guarantee/warranty and after sales
service during the period of warranty/CMC/AMC as per the above bid and also
supply spares / reagents / consumables for a period of 6 years.

4. We also hereby declare that we have the capacity to manufacture and supply, install
and commission the quantity of the equipments bided within the stipulated time.

(Name)
for and on behalf of M/s.____________
Date: (Name of manufacturers)
Place:

Seal

Note: This letter of authority should be on the letterhead of the manufacturing concern
and should be signed by a person competent and having the power of attorney to
bind the manufacturer.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
117
Format – T7
(To be submitted in Part – I Technical Bid)
MANUFACTURER’S AUTHORISATION FORM
(to be submitted by authorized distributor/importers in a letterhead in case
the bidder is the authorized distributor/importer of OEM)
No. Dated:

To

The Managing Director


Odisha State Medical Corporation Ltd, Odisha

Dear Sir / Madam,

Bid Reference No :
Equipment Name :

1. We …………………………………… (name of the OEM) are the original manufacturers of


the above equipment having registered office at ………….. (full address with telephone
number/fax number & email ID and website), having factories at ______________
and ______________ , do hereby authorize M/s._________________ (Name
and address of bidder) to submit bids, and subsequently negotiate and sign the
contract with you against the above bid no..
2. No company or firm or individual other than M/s.___________________
are authorized to bid, negotiate and conclude the contract in regard to this business
against this specific bid reference no.
3. We also hereby undertake to provide full guarantee/warrantee /CMC/AMC as agreed
by the bidder in the event the bidder is changed as the dealers or the bidder fails to
provide satisfactory after sales and service during such period of Comprehensive
warranty/CMC/AMC and to supply all the spares/reagents / consumables for 6 years.
4. We also hereby declare that we have the capacity to manufacture and supply, install
and commission the quantity of the equipments bided within the stipulated time.

(Name)
for and on behalf of M/s.____________
Date: (Name of manufacturers)
Place:

Seal

Note: This letter of authority should be on the letterhead of the manufacturing concern and
should be signed by a person competent and having the power of attorney to bind
the manufacturer.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
118
Format – T8
(To be submitted in Part – I Technical Bid)

ANNUAL TURN OVER STATEMENT

The Annual Turnover for the last three financial years of M/S___________
__________________________________who is a manufacturer / importer/
Distributor of medical equipment are given below and certified that the statement is
true and correct.

Sl.No. Financial Year Turnover in (Rs)


both in words and figures
1 2011 – 2012
2 2012 – 2013
3 2013 – 2014
4 2014-15 (if audited)

Average

Date:
Signature of Auditor/
Place: Chartered Accountant

(Name in Capital)

Seal
Membership No.
N.B:
This turnover statement should also be supported by copies of audited
annual statement of the last three years / Annual Report and the
turnover figure should be highlighted there.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
119
Format – T9
(To be submitted in Part – I Technical Bid)
PERFORMANCE STATEMENT
(For the period of last three years)
(Pl. Furnish order copies of the clients serially, the names of which are mentioned below)
:
Name of Bidder : :
Name of Manufacturer :____________________ Name of the Item :________________________

Sl. Order placed by Order no. & Item Name Make & Qty Value of Date of Completion Have the goods been
(Address of purchaser) Date Model Contract functioning
(attach documentary (Rs.) satisfactorily
proof)* (attach documentary
proof)**

2
..
..
Total Qty

(attach separate sheets if the space provided is not sufficient)


Signature and seal of the Bidder
* The documentary proof will be copies of the purchase order (during the last 3 years) indicating P.O. No. and date.
** The documentary proof will be certificate from the consignee/end user indicating P.O. No. and date.
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
120
Format – T10
(To be submitted in Part – I Technical Bid)
STATEMENT OF DEVIATION – TECHNICAL SPECIFICATION

Following are the Technical deviations and variations from the purchaser’s
Technical Specifications.

Sl. Item Name Clause of Technical Specification Statement of Deviations / Variations


No. if any
1

..

..

..

(attach separate sheets if the space provided is not sufficient)

In case there is no deviation from technical specification, Pl. Mention No


Deviation.

Signature of the Bidder

Name :
Date :

Place

Seal

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
121
Format – T11
(To be submitted in Part – I Technical Bid)

PARAWISE COMPLIANCE TO TECHNICAL SPECIFICATION OF THE PRODUCT(S)


OFFERED

[Furnish parawise compliance in a tabular form (as per the format mentioned below), where the
technical specification (parawise) as per bid should be mentioned in the left column & bidder’s
compliance at the right with mention of page no. of the product catalogue / product data sheet].

Name of the Item:

Make : Model No. :

Bid Specification (Para wise) *Bidder’s Compliance – Para wise **Page No. of the
technical brochure
where the compliance is
mentioned

(add separate sheets depending upon the space requirement)

* Leaflets / Technical Brochures / Product Data Sheets of the Model offered highlighting
features of the product offered must be attached in support of the information provided
above.
** It is mandatory to mention the page no(s) in the format as mentioned above.

Signature of the Bidder

Name :

Date :

Place :

Seal
OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
122
PRICE SCHEDULE

Price bid format is not enclosed in this bid document. It has to


be downloaded from the e-procurement portal
https://tendersodisha.gov.in

PRICE BID (in the excel Format) has to be submitted online


only. The price bid format (excel sheet available in e-
Tender portal) is specific to a bid and is not interchangeable.
The price bid format file shall be downloaded from the e-
Tender portal by the bidder and quote the prices in the
respective fields before uploading it. The Price bids
submitted in any other formats will be treated as non-
responsive. Multiple price bid submission by bidder shall lead
to cancellation of bid.

Important Notes:

1. The Unit price (excluding tax & installation cost) of the quoted items to be
mentioned in the price bid BoQ (Column 3 of the excel file) should include
the basic price of the equipment with all the accessories / upgradable
modules / probes etc. as asked for in the technical specifications.

2. The bidders shall have to quote (upload) the breakup of prices for those
items specifically mentioned in the price BoQ (excel file) in a separate
file (PDF File) attached in the e-tender portal against this tender reference
indicating the basic price with all accessories, Separate Module Cost as per
parameters in the technical specification, Probes etc. (excluding installation
cost & taxes). In that case the total of the break up prices (excluding taxes)
mentioned in the PDF file should be the same as the Unit price mentioned in
the main BoQ file (Excel file)

3. The bidders shall have to quote the price of CMC (for all items) in the
price schedule in the price BoQ (attached as excel file) in the e-tender portal.

4. The bidders have to quote the price of Consumables (Reagents /


Cartridges) in the price schedule against those equipment where it is

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
123
mentioned as “Yes” above (for item Sl. Nos. 1 & 2). The price of the
consumable shall have to be quoted in a separate price schedule format
(attached as a PDF file) in the e-tender portal, which shall be taken into
account for evaluation.

5. In addition, the bidders have to quote the prices of the cost of spare parts
of all the quoted items in the separate price schedule format
(attached as a PDF file) in the e-tender portal. However, this shall not be
taken into account for evaluation.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
124
SECTION –IX

ANNEXURES
(Required to be executed by the successful
bidder)

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
125
Annexure I

AGREEMENT

THIS AGREEMENT made the…........... day of …............., 20…..... between…................ (Name


and Address of Purchaser) represented by the Managing Director….................... (hereinafter
“the Purchaser”) of one part and ….............(Name and Address of Supplier)
…................................. (hereinafter “the Supplier”) represented by ……………………… (Name of
the Authorized Signatory and Designation), Aged …….. years, residing at ………………………………
(Full Residential Address of the Signatory) of the other part:

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

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the bid document referred to.

2. The following documents shall be deemed to form and be read and constructed as part
of this Agreement, viz.:

(a) all the documents submitted by the bidder as part of technical bid and price bid;

(b) the Schedule of Requirements;

(c) the Technical Specifications and other quality parameters;

(d) the clarifications and amendments issued / received as part of the bid
document

(d) the General Conditions of Contract;

(e) the Special Conditions of Contract; and

(f) the Purchaser‟s Letter of Intent

3. In consideration of the payments to be made by the Purchaser to the Supplier as


hereinafter mentioned, the Supplier hereby covenants with the Purchaser to supply,
install and commission the Goods and Services and to remedy defects therein in
conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision
of the Goods and Services and the remedying of defects therein, the Contract Price or

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
126
such other sum as may become payable under the provisions of the Contract at the
times and in the manner prescribed by the Contract.

BRIEF PARTICULARS OF THE GOODS AND SERVICES WHICH SHALL BE


SUPPORTED / PROVIDED BY THE SUPPLIER ARE:

1) Basic Price

Brief Quantity Total Sales Tax & other


Unit
S.No. Description to be Amount Taxes
Price
of goods supplied (3 x 4) Payable

1 2 3 4 5 6

2) CMC :

3) Reagent Cost (If any) :

Delivery Schedule:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.

Signed, Sealed and Delivered by the

said …...................................... (For the Purchaser)

in the presence of …................................................

Signed, Sealed and Delivered by the

said …........................................(For the Supplier) (Signature, Name, Designation and


Address with Office seal)

in the presence of ….................................................

1) (Signature, Name and Address of witness)

2) (Signature, Name and Address of witness)

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
127
Annexure II
INSTALLATION CERTIFICATE
(to be filled jointly by the Supplier, head of user institution & Representative
of the Tender Inviting Authority individually for every equipment)

HOSP CODE /
Hospital Name:

Equipment Details

EQPT CODE / Name


Purchase Order No:
of the equipment:
Purchase Order
Make / Manufacturer
Date:
Model Purchase Amount

Quantity

Serial no (s) Project Name

Location / Department

Supply Receipt Date

Installation Start Date Completed Date

Comprehensive Warranty Comprehensive


Start Date Warranty End Date:
Preventive Maintenance Schedule ( Specify Year & Month )
Visit 1 Visit 2
YEAR

Contact Details

SUP.CODE /
Name of the Supplier

Name of Service Engineer Mobile No.


Service Centre Manager‟s
Mobile No.
name

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
128
Service center address

Accessories supplied
Sl.
Item Qty. Serial No. Remarks
No.

To be filled by Institution
Whether a digital Photograph of the installed equipment in the presence of the hospital
YES / NO
personnel?
Whether the Demonstration of the equipment with accessories on the technical
YES / NO
specification/key features was conducted to the satisfaction at the time of installation?
Whether training was conducted to the satisfaction at the time of installation? YES / NO
Short supply items, if
any
Remarks of hospital
authorities
Recommend to release 90% payment The equipment is working satisfactorily
YES NO  YES NO  
The equipment was installed and handed over on _____________________
(Installation date to be filled in by the Head of the institution or by the end user)

Name of Service Engr. Sign.

Name of End User &


Sign.
Department
Signature of the Head
Sign. & Seal
of the Institution

Date: Date:

Seal of supplier: Hospital Seal :

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
129
Annexure III

WARRANTY CERTIFICATE
(to be filled jointly by the Supplier, head of user institution & Representative
of the Tender Inviting Authority individually for every equipment)

Date:

Purchase order No : ………………………… dated…………..

The equipment ……………….……..……………………. ( Equipment Name) Model


No……………..……….. bearing serial no ……………………. was installed
successfully at ……………………………….……………. ( Institution Name ) is offered
with a comprehensive warranty for a period of ……. Years starting from
…………..………….. to ……………………. including all the following accessories;
Sl. Name of the Manufacturer’s Equipment
Qty
No accessory name Serial No.

Name of the Supplier: Name of the Head of the Institution / End User:

Signature: Signature:

Seal: Seal:

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
130
Annexure IV

TWO MONTH PERFORMANCE CERTIFICATE


(to be filled by the head of user institution individually for every equipment)

HOSP CODE /
Hospital Name:

SUP.CODE /
Name of the Supplier

Equipment Details

EQPT CODE /Name


Purchase Order No:
of the equipment:

Make / Manufacturer Purchase Order Date:

Model Purchase Amount

Serial no. Project Name


Location /
Date of Installation
Department
Whether Equipment working satisfactorily without any problem
for two month? YES  NO 
If No, provide details of equipment failure in the first month
(attach additional details if any in a separate sheet)
BREAK DOWN DETAILS
Break down Attended Rectified
Attended by Details of beak down / service
Reported Date date date

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
131
Present status of the equipment
Working satisfactorily  Not working satisfactorily


Recommended to settle the final 10% of payment YES  NO 
Performance of accessories
supplied

Further Training Required  Not required 

Remarks of hospital
authorities

Two month performance certificate was issued on _____________________


(date to be filled in by the Head of the institution or by the end user)

Name of End User &


Sign.
Department

Signature of the head


Sign. & Seal
of the institution

Date:
Date:
Seal of supplier:
Hospital Seal :

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
132
Annexure V

BANK GUARANTEE FORM


(for Performance Security)

To

The Managing Director


The Odisha State Medical Corporation Limited,
In front of Ram Mandir, Convent Square, Unit – III,
Bhubaneswar -751 007

WHEREAS……………………………………………………..(Name and address of the


Service Provider) (Hereinafter called “ Supplier” has undertaken, in pursuance
of contract No……………….. dated …………………….. (hereinafter “the contract”) to
supply, installation & commissioning of __________________ (description
of Goods)

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

AND WHEREAS we have agreed to give such a bank guarantee on behalf of the
Supplier;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to


you, on behalf of the supplier, up to a total of…………………………………………..
(Amount of the guarantee in words and figures), and we undertake to pay you,
upon your first written demand declaring the supplier to be in default under the
contract and without cavil or argument, any sum or sums within the limits of
(amount of guarantee) as aforesaid, without your needing to prove or to show
grounds or reasons for your demand or the sum specified therein.

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

We further agree that no change or addition to or other modification of the


terms of the contract to be performed there under or of any of the contract
documents which may be made between you and the supplier shall in any way
release us from any liability under this guarantee and we hereby waive notice of
any such change, addition or modification.

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
133
This guarantee shall be valid up to 90 days after the date of completion of the
contractual obligations including warranty period, i.e. up to …………………. (indicate
date)

……………………………………………………………
(Signature with date of the authorized officer of the Bank)

……………………………………………………………….
Name and designation of the officer

………………………………………………………………..
Seal, name & address of the Bank and address of the Branch

OSMCL: Bid Document for the supply & installation of ICU Equipment - Cat.I
134

You might also like