Etender OSMCL OPHTHALMIC

You might also like

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.od@nic.in

Bid Reference No. OSMCL/2016-17/EQP-OPTH/15

e-TENDER DOCUMENT

SUPPLY & INSTALLATION


OF
OPHTHALMIC & AUDIOLOGY
EQUIPMENTS

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


Bhubaneswar -751 007
Tel.: (0674) 2380660

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
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 11-13
5 SECTION – IV SCHEDULE OF REQUIREMENT 15-17
SPECIAL CONDITIONS OF CONTRACT
6 SECTION – V (TIME LIMITS & PRE-QUALIFICATION 18-22
CRITERIA)
7 SECTION – VI GENERAL CONDITIONS OF CONTRACT 23-57
8 SECTION - VII TECHNICAL SPECIFICATIONS 58-107
9 SECTION - VIII FORMATS OF BID SUBMISSION 108-122
10 SECTION –IX ANNEXURES – FOR SELECTED BIDDERS 123-134

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
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 : proc.osmcl.od@nic.in

NOTICE INVITING BID


Bid Reference No. : OSMCL/2016-17/EQP-OPTH/15 Date: 21.02.2017

Online Bids through e-Tender portal (https://tendersodisha.gov.in) are invited from


eligible bidders for supply, installation & commissioning of equipments as per the
particulars mentioned below:

Sl.
Particulars Date and time
No.

1. Date & time of release of bid 22.02.2017, 3 PM


02.03.2017, 11 AM
2. Date & time of Pre-bid meeting Venue : Conference Hall,
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
09.03.2017, 3 PM 21.03.2017, 5 PM
Date & time for submission of
4 21.03.2017, 5 PM 27.03.2017 till 11.00 AM
Tender Documents and EMD
amount.
Date & time of online
5 Technical bid opening 27.03.2017, 11 AM

6 Date of demonstration of To be informed to those bidders whose bids are found to


Equipment (if required by the be technically responsive based on documents
Tender Inviting Authority for furnished in technical bid.
some equipments)
7 Date of opening of Price Bid To be informed to the qualified bidders

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 of Ophthalmic & Audiology Equipment
3
Memo No.__ ____________/OSMC Dt.__________

Copy submitted to Principal Secretary, H & FW Deptt. for kind information.


Sd/
Managing Director
OSMC Ltd., Odisha

Memo No.__ ____________/OSMC Dt.__________

Copy forwarded to the DHS(O) / DMET (O) 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 of Ophthalmic & Audiology Equipment
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:
The bidder intending to participate in the bid is required to register in
the e-procurement portal using an active personal/official e-mail ID

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
5
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 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 online bid in the e-
procurement portal through email: proc.osmcl.od@nic.in but before
the pre-bid meeting. OSMCL will clarify queries related to the bid.
1.4.5 PREPARATION OF BID
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:

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
6
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)

In the e-tender portal, the bidders can find two files for uploading of
their technical bid.

For management of space, the bidders can serially arrange their


documents as per check list T1, create two equal sized PDF Files and
upload them.

The BOQ file (Excel file) and other price format (in PDF) are to be
uploaded in the price bid.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
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.

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 of Ophthalmic & Audiology Equipment
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 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 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 of Ophthalmic & Audiology Equipment
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 of Ophthalmic & Audiology Equipment
10
SECTION III
TENDER SCHEDULE
3.1. Bid Details

1. Bid Reference No. OSMCL/2016-17/EQP-OPTH/15


Cost of Bid Rs.5,250/- (inclusive 5% VAT) for any or all the
2.
Document equipments
Sl.
Name of the Item EMD (Rs.)
No.
Category-I
1. A scan Biometer 1,00,000/-
Auto Refractometer with Auto
2. 1,50,000/-
Keratometer
3. B scan with UBM Probe 2,00,000/-
4. Binocular Indirect Ophthalmoscope 25,000/-
5. Bipolar coagulator (Cautery) 30,000/-
6. Cataract Surgery set (Titanium) 50,000/-
7. Horizontal Autoclave 5,000/-
8. Cryo Unit with retina & lens probe 15,000/-
Digital fundus camera (mydriatic,
9. 3,00,000/-
Earnest Money non-mydriatic)
3.
Deposit 10. Digital LED vision chart 5,000/-
11. Diode LASER with G probe 1,50,000/-
12. Direct Ophthalmoscope 5,000/-
13. ERG, EOG, VEP Systems 2,00,000/-
14. ETO Steriliser 10,000/-
15. Flash Steriliser 20,000/-
16. Hand held slit lamp 1,20,000/-
17. Instruments for keratoplasty (Set) 5,000/-
Instruments for lacrimal sac
18. 5,000/-
Occuloplasty surgery (Set)
19. Instruments for Retina Surgery (set) 30,000/-
20. Non Contact Optical Biometer 2,50,000/-
21. Ophthalmometer (Keratometer) 15,000/-

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
11
22. Binocular Microscope 10,000/-
23. Laminar airflow (Table top model) 15,000/-
24. LASER DCR unit 40,000/-
25. Moria Hansatome (microkeratome) 25,000/-
Motorised Ophthalmic Operation
26. 50,000/-
Table
27. Motorised Surgeon Chair 25,000/-
28. Multipara vital sign monitor (5Para) 15,000/-
29. Nd Yag Laser 1,00,000/-
Operating microscope with (BIOM,
30. 3,50,000/-
Camera, Video recorder)
Ophthalmic refraction unit with LED
31. 50,000/-
vision chart
Spectral Domain OCT with Anterior
32. 1,00,000/-
Segment Attachment
Pachymeter with non contact
33. 50,000/-
Tonometer
34. Phaco emulification machine 1,50,000/-
35. Posterior vitrectomy Unit 1,50,000/-
36. Radiofrequency cautery 10,000/-
37. Ret Cam 2,00,000/-
Retina LASER (Multi spot) SL
38. 3,00,000/-
delivery, IO, Endo delivery system
39. Revolving Stool SS 1,000/-
40. Slit lamp with Applanation tonometer 70,000/-
41. Slit lamp with imaging system 50,000/-
42. Specular Microscope (Eye bank) 1,50,000/-
43. Streak Retinoscope 20,000/-
44. Surgical LED light 15,000/-
45. Surgical Operating microscope 2,50,000/-
46. Gonioscope (4 mirror ) 10,000/-
47. Synaptophore 5,000/-
48. Handheld Applanation Tonometer 20,000/-
49. Phaco Machine (Torsonal) 4,00,000/-

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
12
50. Trial Lens set for Refraction 5,000/-
51. Video keratoscope 50,000/-
52. Auto Perimeter (Visual field analyser) 1,00,000/-
53. Colour Vision Chart 500/-
54. Auto-refractometer 10,000/-
55. Ultrasonic Pachymeter 10,000/-
56. Paediatric Fundus Camera 80,000/-
57. Non contact tonometer 15,000/-
Category-II
1 BERA with ASSR 1,00,000/-
2 BOA 75,000/-
3 Otoscope 10,000/-
4 ABR Screener 1,00,000/-
5 Audiometer 40,000/-
Note: The bidder may quote for any or all the equipments by
submitting the required EMD for that equipment. The EMD
may be furnished in the shape of DD/ BG (in shape of one or
multiple DD/BG & the details of DD (s) / BG (s) are to be
furnished in Format T3). In case of BG(s), it must be
submitted in the required format at Annexure V from
Structured Financial Messaging System (SFMC) enabled
Bank, which is / are to be valid till 21.02.2018.
Bids should be valid for a minimum period of 180 days from the
date of opening of technical bid for the purpose of bid
evaluation/ finalization of rate contract. As this is rate contract
4. Validity of bid tender, after finalization of the rate contract, the approved rates
shall be valid for a period of one year from the date of approval
of the rate contract.
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

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
13
3.2. Important Dates:
Sl.
Particulars Date and time
No.

1. Date & time of release of bid 22.02.2017, 3 PM


02.03.2017, 11 AM
2. Date & time of Pre-bid meeting Venue : Conference Hall,
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
09.03.2017, 3 PM 21.03.2017, 5 PM

4 Date & time for submission of


Tender Documents and EMD 21.03.2017, 5 PM 27.03.2017 till 11.00 AM
amount.
Date & time of online
5 Technical bid opening 27.03.2017, 11 AM
6 Date of demonstration of To be informed to those bidders whose bids are found to
Equipment (if required by the be technically responsive based on documents
Tender Inviting Authority for furnished in technical bid.
some equipments)
7 Date of opening of Price Bid To be informed to the qualified bidders

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
14
SECTION IV
SCHEDULE OF REQUIREMENT
4.1 Equipment(s) Tendered:
Sl. *Whether CMC Place of delivery &
Qty is required to Installation
No. Name of the Equipment
(Approx.) be quoted
Category-I
1. A scan Biometer 17 YES
Auto Refractometer with Auto
2. 21 YES
Keratometer
3. B scan with UBM Probe 5 YES
4. Binocular Indirect Ophthalmoscope 15 YES
Three Medical Colleges
5. Bipolar coagulator (Cautery) 15 YES
(SCBMCH-Cuttack,
6. Cataract Surgery set (Titanium) 63 NO VSSMCH-Burla,
7. Horizontal Autoclave 1 YES MKCGMCH-
8. Cryo Unit with retina & lens probe 10 YES Berhampur)

Digital fundus camera (mydriatic, DHH: District


9. 5 YES Headquarter Hospitals,
nonmydriatic)
Capital Hospital / RGH
10. Digital LED vision chart 10 NO
11. Diode LASER with G probe 3 YES
12. Direct ophthalmoscope 13 YES
13. ERG, EOG, VEP Systems 3 YES
14. ETO Steriliser 2 YES
15. Flash Steriliser 5 YES
16. Hand held slit lamp 35 YES
17. Instruments for keratoplasty (Set) 6 NO Three Medical Colleges

Instruments for lacrimal sac (SCBMCH-Cuttack,


18. 9 NO VSSMCH-Burla,
Oculoplasy surgery (Set)
MKCGMCH-
19. Instruments for Retina Surgery (set) 54 NO
Berhampur)
20. Non Contact Optical Biometer 4 YES
DHH: District
21. Ophthalmometer (Keratometer) 13 YES Headquarter Hospitals,
22. Binocular Microscope 5 YES Capital Hospital / RGH
23. Laminar airflow (Table top model) 3 YES
24. LASER DCR unit 2 YES

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
15
25. Moria Hansatome (microkeratome) 7 YES
Motorised Ophthalmic Operation
26. 23 YES
Table
27. Motorised Surgeon Chair 12 YES
28. Multipara vital sign monitor (5Para) 4 YES
29. Nd Yag Laser 5 YES
Operating microscope with (BIOM,
30. 6 YES
Camera, Video recorder)
Ophthalmic refraction unit with LED
31. 12 YES
vision chart
Spectral Domain OCT with Anterior
32. 1 YES
Segment Attachment
Pachymeter with non contact
33. 4 YES
Tonometer
34. Phacoemulification machine 5 YES
35. Posterior vitrectomy Unit 4 YES
36. Radiofrequency cautery 1 YES
37. Ret Cam 5 YES
Retina LASER (Multi spot) SL
38. 6 YES
delivery, IO, Endo delivery system
39. Revolving Stool SS 15 NO
Slit lamp with Applanation
40. 26 YES
tonometer
41. Slit lamp with imaging system 6 YES
42. Specular Microscope (Eye bank) 5 YES
43. Streak Retinoscope 40 YES
44. Surgical LED light 12 NO
45. Surgical Operating microscope 15 YES
46. Gonioscope (4 mirror ) 13 NO
47. Synaptophore 9 YES
48. Handheld Applanation Tonometer 6 YES
49. Phaco Machine (Torsonal) 6 YES
50. Trial Lens set for Refraction 11 NO
51. Video keratoscope 1 YES

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
16
Auto Perimeter (Visual field
52. 9 YES
analyser)
53. Colour Vision Chart 10 NO
54. Autorefractometer 3 YES
55. Ultrasonic Pachymeter 3 YES
56. Paediatric Fundus Camera 2 YES
57. Non contact tonometer 8 YES

Category-II
1. BERA with ASSR 12 YES
2. BOA 32 YES
3. Otoscope 32 YES DHHs, MCHs, SVPPGIP
4. ABR Screener 32 YES
5. Audiometer 5 YES

MCH: Three Medical Colleges (SCBMCH-Cuttack, VSSMCH-Burla, MKCGMCH-


Berhampur)
DHH: District Headquarter Hospitals, Capital Hospital / RGH

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. 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 of Ophthalmic & Audiology Equipment
17
SECTION V
SPECIAL CONDITIONS OF CONTRACT
5.1 Time Limits Prescribed

Sl. No Activity Time Limit


70 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.
Payments shall be on a six month
Frequency of payment of
5.1.5 basis as per the approved rate of
CMC or AMC charges
CMC.
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 Authority submission of proper documents
Maximum time to attend any
5.1.8 Within 48 hours
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 of Ophthalmic & Audiology Equipment
18
(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 BIS / CE / USFDA / IEC etc. (valid BIS / CE
/ US FDA / IEC certificate etc.) certified (As per Section VII
- technical specification).
(vi) Should have proof of supply 50% of the required quantity
(as mentioned in schedule of requirement) or any
quantity where the requirement quantity is one (executed
directly by manufacturer /Importer or through distributor) of
the equipment(s) 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 (for Category-I) and Rs.2
Crores or more (for Category-II) 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) Bidder / manufacturer who has been blacklisted /
debarred/banned by any other State Government / Central
Govt. Organization /State Medical Corporations/ Director
Health Services (Odisha) and or convicted by any court of law
due to (a) Service or quality failure of the equipment(s)
supplied (b) Submission of fake or forged documents (c)
Submission of incorrect information / Suppression of vital

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
19
information & facts/misrepresentation of quality certificates
(d) Non performance or non supply can’t participate in the
tender during the period of blacklisting / debarment/ Banned.
Bidder / manufacturing unit which has been blacklisted /
debarred/banned by OSMC for any reasons can’t participate
in the tender during the period of blacklisting /
debarment/banned.
(x) Any bidder who has been convicted by a competent court of
law for supplying equipments within a period of last 3 years
from the date of floating of tender shall not be eligible to
participate in the tender.
(xi) Alternative bids are not allowed.

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. 4
Crore or more (for Category-I) and Rs.1 Crore or more
(for Category-II) 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) or any quantity
where the requirement quantity is one (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

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
20
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 / USFDA / IEC certificates of the
manufacturer (As per Section VII - technical specification).
(vi) Alternative bids are not allowed.
vii) Bidder / distributor who has been blacklisted / debarred/banned
by any other State Government / Central Govt. Organization
/State Medical Corporations/ Director Health Services (Odisha)
and or convicted by any court of law due to (a) Service or quality
failure of the equipment(s) supplied (b) Submission of fake or
forged documents (c) Submission of incorrect information /
Suppression of vital information & facts/misrepresentation of
quality certificates (d) Non performance or non supply can’t
participate in the tender during the period of blacklisting /
debarment/ Banned. Bidder / manufacturing unit which has been
blacklisted / debarred/banned by OSMC for any reasons can’t
participate in the tender during the period of blacklisting /
debarment/banned.
viii) Any bidder who has been convicted by a competent court of law for
supplying equipments within a period of last 3 years from the date
of floating of tender shall not be eligible to participate in the
tender.
Copies of stay order(s) if any against the blacklisting should be
furnished along with the bid.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
21
Note: Valid certificate mean the certificates should be valid on the date
of opening of technical bid.
5.2.3 The turnover shall be the turnover of the manufacturer / Importer /
authorized distributor as mentioned in the bid and the turnover of a
group of companies / firms or fully/partly subsidiary companies (in
which the manufacturer / Importer / authorized distributor as
mentioned in the bid is one of the entity) shall not be considered.
5.2.4 The bidders have to submit the EMD (s) & the Bid document cost as
mentioned in Section-III.

5.2.5 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 of Ophthalmic & Audiology Equipment
22
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 (RA). Once,
the DSC is obtained, bidders have to register in the e-procurement
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
23
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 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
shall be at the bidder‟s risk and may result in the rejection of the bids,
without any further notice.
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
24
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 duly attested by the bidder on every page
and serially numbered. Any interlineations, erasures or over writing shall
be valid only if they are initialled 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.

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).
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
25
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 (DD) / Bank Guarantee (BG) from any
nationalized/scheduled bank in India in favour of Managing
Director, Odisha State Medical Corporation Ltd., payable at
Bhubaneswar. In case of BG, the EMD is to be furnished in the
prescribed format enclosed at Annexure V.

2. The bidder has to furnish the scan copy (in PDF format) of the
demand draft (s) along with 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 of Ophthalmic & Audiology Equipment
26
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 within 30


days of finalization of tender.

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 (In case of DD) 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.
6.7.8.2 withdraws bid after 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, in which case, all rights and obligations of the
Tender Inviting Authority and the bidders previously subjected to the
deadline shall thereafter be subjected to the same deadline so
extended.
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
27
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.

6.10.2The 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, furnishing of relevant
document & information in the required format of the tender and
demonstration (wherever required) to the satisfaction of Tender Inviting
Authority. The affidavit (Format T5), Manufacturer‟s Form /
Manufacturer‟s Authorization Form (Format T6 / T7 as per the case)
must be uploaded with the relevant signature (s) and seals as asked in
the format.

6.12 Notices

6.12.1The 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;

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
28
6.12.1.1 The bid notices, documents, corrigendum, addendum etc if
any.

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.

6.12.1.4 List of bidders qualified for demonstration of equipment


(wherever required) and reasons for rejection of unqualified
bidders.

6.12.1.5 Results of the demonstration of the equipments, reasons for


rejection of equipments and 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.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
29
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.

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 bid 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.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
30
6.15 Amendment of Bid Documents:

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 and publish it in e-tender portal & OSMC website.

6.15.2 The Tender Inviting Authority shall not be responsible for individually
informing the prospective bidders for any notices published related to
the 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) shall 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
correctness / authenticity. If any of the information furnished by the
bidder is found to be false / fabricated / bogus, the EMD/Bid Security

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
31
shall stand forfeited & his/her name shall be liable for recommending
for blocking of portal registration and blacklisting.

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 the system failure & the like.
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


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)]

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
32
6.17.2 Earnest Money Deposit (s) [Scanned copy of the DD / BG in PDF)]

[Original Instrument of the bid document cost & EMD (s) in a sealed envelop
must reach the Tender Inviting Authority by post/courier. The original
instrument will only be received after closing date of online bid submission
and within the date and time of opening of online technical bid falling which
the bid shall be rejected.

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 Importer / 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 / Importer along with their own turnover.
6.17.11 Copies of the annual audited statements/ Annual Reports for 2013-14,
2014-15 & 2015-16 (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/ Importer along with 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 of Ophthalmic & Audiology Equipment
33
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 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 Copies of IT Returns of the financial years 2013-14, 2014-15 & 2015-
16

A Copy of the all the above documents uploaded in the technical bid
shall also to be submitted along with the Original EMD (DD / BG) &
Tender document Cost (DD) will only be received after the closing date of
online bid submission and within the date and time of opening of online
technical bid, falling which the bid shall be rejected. 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 only 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 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

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
34
representative 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 claims in the on-line documents are materially
missing or of substantial error or unqualified for want of required
qualifications, the bid shall be 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 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 of Ophthalmic & Audiology Equipment
35
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 Deleted

6.20.1. Deleted

6.20.2. Deleted

6.20.3 Deleted

6.20.4. Deleted

6.20.7. Deleted

6.21 Clarification of Bids

6.21.1 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.

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

6.22 Demonstration of Technical Specifications &


Performance:

6.22.1 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 (of the same make & model as offered
in the bid) at Bhubaneswar at it‟s own cost, either directly or through
authorized Dealer /Distributors, as the case may be.

6.22.2 Failure to demonstrate the technical specification or performance of


the items to the satisfaction of the technical committee or the Tender
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
36
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.

6.22.3 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.

6.23 Price Bids Opening

6.23.1 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.

6.23.2 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.

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

6.23.4 There shall also be no hidden costs.

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

6.23.5.1 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 3
(three) years onsite warranty, calibration charges if any &
excludes VAT/sales tax / entry tax.

6.23.5.2 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

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
37
indicate the % of tax as applicable without Form “C”or “D” in the
relevant price schedule format.

6.23.5.3 The bidders shall offer the price which shall be inclusive of all the
accessories to be supplied with the equipment as mentioned in
the technical specification under Section IV.

6.23.5.4 CMC (Comprehensive Maintenance Contract) Rates as per price


schedule

6.23.5.5 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
per clause 5.1 shall be shown separately in the respective
columns of price bid format.

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

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


prescribed price bid format it shall be considered as zero.

6.23.5.8 Price for consumables to be quoted in the separate price


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

6.24 Price Bid Evaluation

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

6.24.2 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.

6.24.3 Entry Tax will not be considered for price evaluation.

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

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
38
6.24.5 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”.
6.24.6 The basic price, Installation cost (if any), CMC (wherever applicable) &
Cost of reagents (wherever applicable) shall be taken into account for
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, correction of
arithmetic error if any and the evaluation criteria mentioned above to
arrive at the lowest evaluated responsive bid.

6.25 Award of Contract


6.25.1 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.

6.25.2 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.

6.26 Notification of Award/Letter of Intent (LOI)


6.26.1 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 there in the essential details like description,
specification and quantity of the goods & services and corresponding

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
39
prices accepted. This notification is undertaken by issuing a Letter of
Intent (LOI) by the Tender Inviting Authority.

6.26.2 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 may be
forfeited and the award may be cancelled.

6.26.3 The Notification of Award shall constitute the initiation of the Contract.

6.27 Signing of Contract

6.27.1 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.

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

6.27.3 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.

6.27.4 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.

6.27.5 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.

6.27.6 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.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
40
6.27.7 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:

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


supplied under the contract are to be specifically
manufactured for the Tender Inviting Authority,
6.27.7.2 Mode of Demonstration/PDI
6.27.7.3 Incidental services to be provided by the successful bidder
6.27.7.4 Mode of Installation
6.27.7.5 Place of delivery
6.27.7.6 Converting the installation of the accessories in all or any of
the locations as turnkey project and
6.27.7.7 Any other term(s) of the contract, as felt necessary by the
Tender Inviting Authority depending on the merits of the case.

6.27.8 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.

6.27.9 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.

6.28 Performance Security

6.28.1 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.

6.28.2 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.
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
41
6.28.3 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.

6.28.4 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.

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


the currency of the contract as detailed below:

6.28.5.1 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.
6.28.5.2 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.
6.28.5.3 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.
6.28.5.4 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.
6.28.5.5 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.

6.29 Delivery and Installation

6.29.1 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

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
42
deduct Liquidated Damage (LD) charges as per the bid conditions
specified in clause 6.42.5

6.29.2 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 within the delivery period
mentioned and as per the other requirements of the Bid Document.

6.29.3 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.

6.29.4 The successful bidder is required to deliver 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.

6.29.5 A copy of the invoice shall be submitted to every User Institution for
stock entry at the respective location.

6.29.6 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.

6.29.7 The Tender Inviting Authority may also depute one of its
representatives or from the funding agency with prior intimation to the
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
43
successful bidder to be present for the demonstration. The signature
of such official, if deputed, in the installation certificate is essential.

6.29.8 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
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).

6.30 Payment

6.30.1 No advance payments towards cost of medical equipments will be


made to the bidder.

6.30.2 90% of the cost of the equipment (excluding CMC Cost) + 100%
installation cost if any + 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.

6.30.3 The balance 10% of the payment of equipment will 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.

6.30.4 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.

6.30.5 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.

6.30.6 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.

6.31 After Sales Service Conditions:


6.31.1 OSMCL attaches paramount importance to the after sales service of
the equipments installed to ensure smooth operation afterwards. The

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
44
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
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.

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

6.31.3 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.

6.31.4 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.

6.32 Guarantee/Warranty Terms:

6.32.1 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.

6.32.2 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.

6.32.3 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
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
45
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.

6.32.4 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.

6.32.5 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.

6.32.6 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.

6.32.7 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.

6.32.8 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.

6.32.9 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.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
46
6.32.10 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 speed,
repair or replace the defective goods or parts thereof, without cost to
the Tender Inviting Authority or to the user institution.

6.32.11 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.

6.32.12 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.

6.32.13 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.

6.32.14 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.

6.32.15 Any mandatory approval required for installation shall be obtained by


the successful bidder in liaison with the respective authorities.

6.32.16 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.

6.32.17 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

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
47
manual of the manufacturer or as per the period specified or as per the
demand of the user institute or Tender Inviting Authority.

6.32.18 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.

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

6.33 Maintenance Contract (CMC & AMC)

6.33.1 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.

6.33.2 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.

6.33.3 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.

6.33.4 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.

6.33.5 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 of Ophthalmic & Audiology Equipment
48
6.33.6 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.

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

6.33.8 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.

6.34 Spare Parts/Reagents

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

6.34.2 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.

6.34.3 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.

6.34.4 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.

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

6.35 Training
6.35.1 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
during warranty period if demanded by the User Institution to the
satisfaction of the Tender Inviting Authority and User Institution.
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
49
6.35.2 The training details shall be recorded in the installation certificate for
enabling the Tender Inviting Authority to make the first 90% payment.

6.36 Imported Equipment

6.36.1 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.

6.36.2 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.

6.36.3 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.

6.36.4 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.

6.36.5 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.

6.36.6 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.

6.36.7 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
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.
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
50
6.37 Intellectual Property Rights (IPR)

6.37.1 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.

6.37.2 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.

6.37.3 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.

6.38 Corrupt or Fraudulent Practices

6.38.1 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:

6.38.2 “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

6.38.3 “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
the Tender Inviting Authority of the benefits of free and open
competition;

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
51
6.38.4 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.

6.38.5 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.

6.39 Force Majeure

6.39.1 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.

6.39.2 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.

6.39.3 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.
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
52
6.39.4 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.

6.40 Resolution of Disputes

6.40.1 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.

6.40.2 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.

6.40.3 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.

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

6.41 Applicable Law & Jurisdiction of Courts

6.41.1 The contract shall be governed by and interpreted in accordance with


the laws of India for the time being in force.

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

6.42 General/ Miscellaneous Clauses

6.42.1 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

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
53
on the other side, a relationship of master and servant or principal and
agent.

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

6.42.3 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.

6.42.4 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.

6.42.5 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.

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

6.43 Penalties for Non-performance

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

6.43.1.1 imposition of liquidated damages,

6.43.1.2 forfeiture of EMD/performance security

6.43.1.3 termination of the contract

6.43.1.4 blacklisting/debarring of the bidder

6.43.2 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.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
54
6.43.3 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 .

6.43.4 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:

6.43.5 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.

6.43.6 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.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
55
6.43.7 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.

6.44 Termination of Contract

6.44.1 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.

6.44.2 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.

6.44.3 Unless otherwise instructed by the Tender Inviting Authority/User


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

6.44.4 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 and
/ or will accrue thereafter to the Tender Inviting Authority/User
Institution.

6.44.5 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
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
56
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.

SECTION VII
TECHNICAL SPECIFICATIONS

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
57
Category-I
1. A SCAN BIOMETER
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:
 Frequency-10MHz, built in fixation LED with flexible cable.
 Contact and immersion method
 Should have large liquid crystal graphic display with back light.
 Measurement: Axial length measurement ranged from 15mm to 38mm, clinical
accuracy of ±0.1mm
 Simultaneously shows the axial length, anterior chamber depth, lens thickness,
and A-Scan waveforms in real time.
 Resolution : 0.01mm
 Measurement : Auto/manual
 Should function with lens type – normal, cataract, dense cataract,
Pseudophakic, acrylic/PMMA/Silicon
 An audible signal to the operation
 Cursor to measure the user desired waveform positions.
 Can be used with specific velocity setting for a wide choice lens material and
different segments.
 Maximum patients data storage should be of 100 patients and more
 With high speed thermal printer with user programmable print format.
IOL Power Calculation formulas:
 SRK T, SRK II, Binkhorst I, Holladay and hoffer Q, Auto select desired
formula for the appropriate axial length.
 IOL user programmable configuration: 25 programs
 Techniques of Axial length Measurement: Contact & Immersion mode
 Real time clock
Power supply:
Should work on 220-240VAC with mains adapter.

2. AUTOREFRACTOMETER WITH AUTO KERATOMETER


Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
58
Technical Specification:
 It should be fully auto refractive keratometer working in Auto and manual mode.
 Automatic radius measurement
 Automatic peripheral measurement
 Accommodation relaxation
 IOL measuring mode
 Reliable PD measurement
 Should have internal fixation target.
 The corneal pupil diameter: 2-16mm
 Should have data memory to store 8-10 measurements of Ref and KER for each
eye.
 Display of LCD type of minimum 5inch screen size
 Operating Range:
Front/back 40mm+ 2mm
Left/Right 90mm+ 5mm
Up/Down 30mm + 2mm
 Electrical operated Chinrest and Joystick.
 In-built printer with paper cutter function
Refractometry:
 Vertex distance (VD) : 0, 12.0, 13.5
 Sphere (SPH) : (-) 25.00 to +22.00D) (Increments: 0.12 and 0.25D)
 Cylinder (CYL) : 0.00 to (-) or (+) 10.00D (Increments: 0.12 and 0.25D)
 Axis (AX) : 1Deg to 180Deg (increments 1Deg)
 Large cylinder measuring range up to 10 D
 Pupil distance (PD) : 10 to 85mm
 Minimum pupil diameter: Diameter 2.0mm
Keratometry:
 Corneal diameter : 2.0 to 10.2mm (increments: 0.01mm)
 Memory of data : 10 measurement for each eye
 Internal printer : Thermal line printer
 Data transfer facility, Video output facility

3. B-SCAN WITH UBM


Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
59
Type : Motorized/Electronic Probe
Frequency : Atleast 10MHz (B-Scan) and 50MHz (UBM)
Scanning Method : Sector scanner
Scan angle : 20° to 60°
DISPLAY
1. Should have depth of minimum 43 mm from the probe tip.
2. Should have Resolution of Axial direction 0.15 mm, Lateral direction max
0.2mm.
UBM (ULTRASOUND BIO MICROSCOPY)
 Method examination : Immersion and contact method
 Probe frequency : 35MHz and 50 MHz
 Scan angle : 10° to 30°
 View zone : 14 mm (D) x 18 mm (W) @30° sector
 Axial resolution : 25 microns
 Lateral resolution : 50 microns
User selectable for Retina and Orbit
Modes : Zoom without decreasing the resolution
Gain curves : Logarithmic with user-selectable window (contrast) and level
(brightness) control
It should have dual Screen mode with zoom and caliper measurement
Distance : Virtual calipers on B-Scan display, Virtual gates on profile A-
Scan display Dual screen zoom and Caliper Measurement
Gain : Adjustable 30 to 100dB
Recording Time : 30 Seconds minimum,
Recording : Loop, Play, Half Speed & Playback
File Export Features
Export Report as : PDF, RTF, E-mail
Export Snap-Shot as : TIF, PNG, JPG
Export movie As : MOV/AVI/Folder of Images
Should have DICOM connectivity
Scope of Supply:
 PC (Core i3, 2GB SDRAM, 360GB Hard disk, 15 inch LCD/TFT)
 Software CD
 Probe
 B/W Laser printer
 Trolley from same manufacturer with setup to keep accessories
Power Supply :
Power input to be 220-240 VAC, 50Hz fitted with Indian plug

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
60
4. BINOCULAR INDIRECT OPHTHALMOSCOPE
Operational Requirement:
Used to examine the retina of the eye with the help of a +20D lens.
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:
 Binocular Indirect Ophthalmoscope with precision viewing upto 1.0 mm
pupil size.
 Spot size: 3 integrated spot size small spot, medium spot and large spot.
 Filters: 2 filters to choose from red free filter, cobalt blue filter, yellow filter
and diffuser.
 Integrated flip up adjustment optics which can be flipped and locked at 4
different angle
 Aperture and filter adjustment levers: can be locked to the desired position
required.
 P.D. Range from 54 to 74 mm with ±2mm.
 Halogen/LED Bulb.
 Field : Good, clear circular
 Illumination spot size : ø4.0 mm, ø3.0 mm, ø1.2 mm (approx)
 Illumination area: ø80 mm, ø60 mm, ø25 mm (approx) at the distance 500mm
 Large & small depressors
 Carrying case
 + 20D lens.
 Interface should be provided for external video display.

5. BIPOLAR COAGULATOR
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:
 Output power : 5 W or more.
 Should have output power indicator
 Should have 7-segment LED or LCD display.
 O/p level : 0 to 9 positions
 Input supply : ~110-230 V, 50 Hz
Standard Accessories
1. Silicone bipolar cord
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
61
2. Standard tenzel bipolar forceps
3. Foot switch
6. CATARACT SURGERY SET (TITANIUM)
1) Barraquer Wire Speculum, Large
2) Hess Iris Forceps 1x2 Teeth, Standard Model
3) St. Martin Suturing Forceps, 1x2 Teeth
4) Jaffe Tying Forceps, Straight
5) Mc Pherson IOL Forceps, 11mm Angled
6) Dastoor Superior Rectus Forceps, 1x2 Teeth
7) Vannas Capsulotomy Scissors (Cur)
8) Castroviejo Corneal Scissors, Small Blades
9) De Wecker s Iris Scissors, Sharp-Blunt
10) Barraquer N.Holder Short Model Micro Jaws, W/O Lock
11) Hartman Mosquito Forceps, Straight
12) Hartman Mosquito Forceps, Curved
13) Dastoor Iris Retractor, Straight
14) Koman Nair Iris Spatula, Double Ended
15) Lewis Lens Loop, Small
16) Barraquer Cataract Knife In Sliding Case
17) Bard- Parker Handle #3, Flat

7. HORIZONTAL AUTOCLAVE
Product & Manufacturer Quality Standards:
 Electrical safety should confirm to standards for electrical safety IEC-60601
/ IS-13450.
 Should be USFDA / CE / BIS approved product
 Manufacturers should have ISO 9001 certification.
 Pressure test certificate confirming to IS 3829 (Pressure withstanding) from
Government Labs / NABL accredited Labs shall have to furnished in the
technical bid.
Technical Specification:
1. Should be horizontal cylindrical type of sterilizer.
2. Pressure range 10 to 20 PSI adjustable with working temperature of 1210C.
3. Automatic pressure control switch with digital display for controlling preset
pressure valve.
4. Should have digital temp. indicator with timer 0 to 60 min.
5. Should have automatic low water cut-off facility for safety of heating coil.
6. Outer and inner chamber made of stainless steel of SS-304 grade

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
62
7. Inner chamber made of at least 18 SWG SS Sheet
8. Should have cylindrical outer chamber size 400x400x600 mm with cylindrical
dia of 400 mm with working volume not less than 80 ltr. with 10%
variability.
9. Stainless steel steam jacket insulated with high grade glass wool
10. Water level indicator with automatic low water level cut off device.
11. Should have joint less gasket
12. Water inlet and drain valves with steam release valve.
13. Should be with the feature of double safety radial locking facility.
14. Should be supplied with pressure gauge, pressure release valve as standard
accessories.
Power supply:
 Power input should be 220 to 240 VAC, 50 Hz fitted with Indian plug.
 Should operate on single phase supply heating oil not less than 4KW.

8. CRYOUNIT WITH RETINA & LENS PROBE


Operational Requirement:
Useful for cataract, retinal detachment, glaucoma and intravitreal surgery
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:
 Completely non-electric, portable for Gas N²O
 Foot controlled
 Instant defrosting
 Quick freezing and quick defrosting
 Automatic Probes cleaning
Cryo Probes:
Probes to be provided
Cataract (-40ºc) , Retinal (-80ºc), Glaucoma( -80ºc ), Intravitreal (-20ºc)

9. DIGITAL FUNDUS CAMERA (Mydriatic and Non Mydriatic)


Operational Requirement:
A fundus camera or retinal camera is a specialized low power microscope with an
attached camera designed to photograph the interior surface of the eye, including
the retina, optic disc, macula, and posterior pole (i.e. the fundus) A digital camera
converts these images into digital images .
Product Quality Standard:

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
63
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:
1) Field angles 30 to 60 DEGREES
2) Image mask - 45˚, 30˚, black, dark, transparent, bright
3) Capture modes - Color, green, blue, red filters
4) FFA, ICG angiography and Red free, Cobalt, Fundus Auto Fluorescence
5) Sterio, Macula pigment density, automatic multi image montage
6) Retinal Observation- Mydriatic : optical viewfinder, Non –Mydriatic : camera
unit monitor
7) Angle of View - Mydriatic 50 degrees, Non-Mydriatic 45 degrees.
8) Magnification - 2X (Digital)
9) Compensation of ametropia - +35 to – 35 D continuous
10) Minimum pupil size - Mydriatic Ø 4.5mm (approx), Non-Mydriatic Ø 3.5mm
(approx),
11) Working distance – front lens to patient’s eye minimum 35mm
12) Camera Sensor - 15 Megapixels or higher
13) Range of base movement – Minimum 60mm front and back, 100 mm side to
side, 30mm up and Down ( approx)
14) Capture 1 chip sensor color,
15) Monitor 19 inches (approx) LCD for direct display
16) Fixation Light – Internal and External fixation light both
17) Exposure interval 0.5 - 1 sec
18) Flash energy – Xenon flash lamp, 24 flash level
19) Frequency – 50/60 Hz
20) Facility for Data storage, data transfer, image archiving, image analysis
21) Instrument table Asymmetrical motorized suitable for patients in wheel chair
22) Supporting latest computer hardware & software
23) Should have auto image montage with artery vein tracking.
24) Having highest number of programs in a machine with color , RF, FA, FAF,
ICGA, Blue, Red, MPOD Center/periphery programs.

10. DIGITAL LED VISION CHART


Description of Function: It is the latest technology in Visual Acuity testing with
multiple other features for vision assessment in a single chart
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
64
Technical Specifications
 Distance configuration - 2, 3, 6 meters (direct), 2, 3, 6 meters (reverse)
 With Contrast chart, LOGMAR chart
 Wall mountable
 Language charts in all major languages
 Optometry tests - Landolt Ring, Numeral, Alphabet, Tumbling E, Pictures, Dots
 Visual test for Red/Green, Astigmatism, Heterophoria, Stereoscopic,
Aniseikonia, Binocular Vision
 Should operate on 230V direct supply and external AA battery.
Accessories
1. Wall mountable clamp, 2. Remote control, 3. Chair mountable clamp

11. DIODE LASER WITH G PROBE


Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:
1. Semiconductor/solid state infrared diode laser.
2. Wavelength of laser: 810 mm (IR)
3. Power range: 1500 mw to 3000 mw.
4. Pulse duration setting : Pulsed+ continuous(0.05 to 3.0 sec. range)
5. Treatment spot size 100 to 3500 range
6. Laser delivery system would be with endocular G-probe and laser indirect
ophthalmoscope (LIO) with aiming beam laser.
7. Standard accessories: Laser link cable and footswitch and Laser safety eye
glasses
12. DIRECT OPHTHALMOSCOPE
Description of Function: Direct ophthalmoscope is an instrument designed to
visualize the interior of the eye, with the instrument relatively close to the
subject's eye and the observer viewing an upright magnified image.
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Specifications:
1) Light source- LED
2) Working distance: Minimum 300mm
3) Spot size: Minimum 200µm.
4) Pupillary distance: Minimum 52 to 74mm
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
65
5) Dust free sealed optics
6) Red free and cobalt blue filter
7) Universal convertible handle
8) Nickel- cadmium rechargeable battery

13. ERG, EOP, VEP SYSTEMS


Description of Function: Multiple function system for any type of electroretinogram
(ERG), visual evoked potential(VEP), or electro-occulogram (EOG) used to assess the
function of retina, optic nerve and the visual pathway.
Product Quality Standards:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Specifications:
 Should be a Fully automated mobile work station and
 Should have following
- Electro-retinogram (Ganzfeld with tilting stand and patient response
switch)
- Electro-occulogram
- Flash visual Evoked Potential and Pattern Visual Evoked Potential
facility with user defined color change facility
- Visual acuity testing
- Nystagmography
- Saccade analysis
- EMG for Botulinum toxin injection
- Multifocal ERG & VER from 19 to 240 points

14. ETHYLENE OXIDE STERILIZER


Product Quality Standard:
 Should be USFDA/CE/BIS approved product.
 Manufacturer and Supplier should have ISO 13485 certification for quality
standards.
 Electrical safety conforms to the standards for electrical safety IEC 60601-
General Requirement (or equivalent BIS Standard)
Technical characteristics:
1. Interior made of 304 stainless steel mirror sterilization, anti-corrosion.
2. Equipped with a thermal barrier layer.
3. Double protective doors, insulation, sealing and leak-proof.
4. Sterilization process automatic computer control, LCD/digital panel display.
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
66
5. Anti-leak vacuum pumping system.
6. Automatic humidification system
7. Automatic heating system
8. Auto exhaust system should be sound proof.
13. Efficiency and prevent environmental pollution discharge residual heating air
purification system.
9. Audio-visual alarm system for temperature, pressure and leakage.
10. Exhaust pipeline to be of atleast 15feet above the top floor of the building
of copper pipeline.
11. Temperature accuracy: ±1 °C
12. Vacuum pressure: -7 to -70Kpa
13. Composition of gases (90% Ethylene oxide and 10% carbon dioxide or 100%
Ethylene Oxide)
14. Operating temperature to be settable at 35 degree celsius and 55 degree
Celsius.
15. Dimensions (metric) :Max: 450 mm x 450 mm x 1200 mm
16. Power requirements: Recharging unit: Input voltage- 220V-240V AC, 50Hz
Single-phase
17. Gas Cartridges (25 nos.) is to be supplied with the machine and the cost of the
same is to be provided separately in the price breakup format which shall be
taken into account for evaluation.

15. FLASH STERILISER


Description of Function: Used in operation theatre to sterilize the surgical
instruments quickly in between surgeries
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:
 Cylindrical / Rectangular chamber with high quality Stainless Steel
 Autoclave working pressure: 1 to 2.2 Kg/cm2
 Door gasket design is expansion type silicon
 Auto air Purging facility
 Door Inter Lock switch for safety Lock
 Full safety pressure and Temp Lock door
 Over heat protection through forced Air Cooling
 Alarm Indicator for error situation
 Pressure safety Value
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
67
16. HAND HELD SLIT LAMP
Description of Function: This slit lamp is an instrument consisting of a high-
intensity light source that can be focused to shine as a slit. It is used in conjunction
with a microscope to examine paediatric patients.
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:
1. Should be compact and light weight
2. Rechargeable, cordless power supply for slit lamp examination anywhere
3. Extra bright halogen lamp light source.
4. Easy, simple selection of one of three slit widths or spot illumination
5. Quick, one touch selection of 6X or 10X magnification
6. Built in blue filter.
7. Microscope Straight binocular tube, f=80 mm with 50......75 mm pupilary
distance Scale
8. High-eye point eyepiece (firmly mounted) f=13mm with +8....-4 D
compensation of ametropia
9. Objective:- f=125mm
10. Slit width:- upto 12 mm in Steps of 0.15 and 0.75 mm
11. Silt length:- 2 to 12 mm, continuously adjustable
12. Angle of incidence:- 0 to 30 deg. to right or left, with clamp
13. Should have 10X and 15X Microscopes included

17. INSTRUMENTS FOR KERATOPLASTY


1) Barraquer Wire Speculum, Solid Blades, Large
2) Hoffer Optic Zone Marker Size 3.0mm Dia
3) Osher-Neumann Radial Marker, 4 Blades
4) Osher-Neumann Radial Marker, 8 Blades
5) Grene Visual Axis Marker
6) Deitz Incision Depth Gauge, 0.50 mm
7) Thornton Globe Fixation Ring
8) Bores Incision Spreading Forceps
9) Bores Corneal Fixation Forceps, Straight
10) Kramer Corneal Fixation Forceps, Curved
11) Rycroft Air Injection Cannula, 27G

18. INSTRUMENTS FOR LACRIMAL SAC OCULOPLASY SURGERY

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
68
1) BP Handle No.3 a.
2) Metzenbaum Scissors, 5 1/2" (14 cm), delicate, Carb-N-Sert blades
3) Wire Cutting Scissors 4 3/4" (12.1 cm), angular
4) Wire Speculum a.
5) Goldstein Lachrimal Sac Retractor a.
6) Tyrell Hook 5" (12.7 cm), sharp a.
7) Stainless Ruler 6" (15.2 cm) a.
8) Wilder Lacrimal Dilator 4 1/4" Long Taper a.
9) Bowman Probe size 4/0 and 3/0 a.
10) Bowman Probe size 2/0 and 0 a.
11) Bowman Probe size 1 and 2 a.
12) Bowman Probe size 3 and 4 a.
13) Eye Dressing Forceps 4" (10.2 cm), full cvd.
14) Freer Chisel 6 1/2" (16.5 cm), cvd.
15) West Chisel 6 1/2 (16.5 cm), str.
16) Freer Elevator 7" (17.8 cm), double end
17) Kerrison Rongeur , 2 3/4" Shaft, Size 1
18) Frazier Ferguson Suction Tube 7 Fr. (2.3 mm) a.
19) Baron Suction Tube 3 Fr. (1 mm)
20) Mallet 7 1/2" (19.1 cm), stainless and nylon faces a.
21) Lempert Rongeur 6 1/4 (15.9 cm), cvd.
22) Cottle Septum Speculum, 50 mm blades
23) Takahashi Nasal Forceps, 2.5 x 10 mm bute, 4 1/2" (11.4 cm) shaft

19. INSTRUMENTS FOR RETINA SURGERY


1) Clark Eye Speculum, Small
2) Schepens Scleral Depressor, Small # 8
3) Gass Retinal Detachment Hook
4) Castroviejo Caliper, Straight
5) Barraquer Colibri Forceps, 1x2 Teeth, 0.12mm
6) Bishop-Harmon Tissue Forceps, Delicate 0.8mm
7) St. Martin Suturing Forceps, 1x2 Teeth
8) Wills Hospital Utility Forceps
9) Mc Pherson Tying Forceps, St., Long Handle
10) Mc Pherson IOL Forceps, 11mm Angled
11) Hartman Mosquito Forceps, Straight
12) Hartman Mosquito Forceps, Curved
13) Vitreous Forceps, 20G Smooth Jaws, Straight

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
69
14) Westcott Stitch Scissors
15) Vannas Capsulotomy Scissors (Cur)
16) Vitreous Scissors 20G Straight
17) Eye Scissors , Curved 4 1/2 Length
18) Kalt Needle Holder, Straight
19) Barraquer N.Holder Short Model Micro Jaws, W/O Lock
20) Rycroft Air Injection Cannula, 27G
21) Bishop-Harmon Anterior Chamber Cannula, 19G
22) McPherson Corneal Forceps, St. 0.4mm,1x2 Teeth\
23) Graefe Muscle Hook Size 3
24) Jameson Muscle Hook, Large
25) Schepens Forked Orbital Retractor
26) Bard- Parker Handle #3, Flat

20. NON CONTACT OPTICAL BIOMETER


Description of Function: Non Contact Optical Biometer is an instrument that
measures axial length, corneal curvature, anterior chamber depth.
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:
 Non-contact optical biometer with partially interferrometry for measurement
 Measurement of axial length 15-30 mm
 Depth of the anterior chamber 1.5 to 5 mm
 Corneal radius:-5 to 10 mm
 Formula for IOL computation SRK 1, SRK II, T Holladay, Hofler Q Haigis,
Post Refractve IOL calculation formula
 Instrument table, revolving chair, height adjustable patient’s stool
Placido topography specifications
 Keratoscope cone – 24 rings equally spaced on a 43D sphere
 Analyzed points – over 100000
 Measured points over 6200
 Corneal coverage – upto 9.8 mm on a sphere of 8mm radius (42.2 D with n
1.3375)
 Dioptre power range – 9 to 101 D
 Resolution – 30 D, 1 Micron
 Accuracy/ Precision Axial radius: 0.02mm

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
70
21. OPTHALMOMETER (KERATOMETER)
Description of Function: A keratometer, also known as an ophthalmometer, is a
diagnostic instrument for measuring the curvature of the anterior surface of the
cornea, particularly for assessing the extent and axis of astigmatism. It is
Professional instrument for precision measurement of radius of curvature of the
anterior corneal surface in millimeters and diopteric power of the cornea.
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:
1) Type : Bausch and Lomb type
2) Measuring Range:
a. Dioptric power 36.0 to 52.0 Diopters in 0.25 D steps (or closer)
b. Radius of curvature: 6.4 to 9.4mm in 0.05mm steps (or closer)
3) Axis of Corneal: 0 to 180° in 5°steps. Astigmatism
4) Eye pieces: 15x with adjustable dioptric power of }/- 5 diopters or more
5) Objective lens: Precision achromatic lens
6) Head rest chin rest: Adjustable with oclluder
7) Calibrating steel balls
Standard Accessories: Dust cover, Dummy cornea, Motorised Table, Revolving
chair, Height adjustable patient’s stool

22. BINOCULAR LABORATORY MICROSCOPE


Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specifications:
Optical System:
Optics par focal, plan achromatic lenses with anti fungal properties.
Illumination:
• Built in transmitted Koehler illumination.
• 6 V, 30 W halogen bulb – (5 Spare bulbs should be supplied with each microscope)
• Should work on voltage 220-240V AC.
Focusing:
• Stage height movement by roller guide (rock & pinion)
• Upper limit stopper
• Tension adjustable on coarse focus adjustment knob.
Revolving nosepiece:

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
71
Quadruple click-stop, revolving mechanism with multiple ball bearings; Elastic
nosepiece grip-ring
Observation Tube: All DIN type
 Binocular head

Tube inclination: 30degree

Diopter adjustment for both eyepiece lenses;
 Interpupillary distance adjustment range – approximate 50 to 70mm
Stage:
• Movement range – 75 mm X - direction X 25mm Y direction.
• Rectangular scratch resistant stage with right hand control with double slide
holder and vernier calipers on X Y axis.
• Should have rounded edges of the stage corners.
Condenser:
• Type – Abbey condenser
• N.A. = 1.25
• Aperture iris diaphragm - built – in
Objectives: All DIN type
Plan Achromatic (Anti Fungus)
 04xN.A .01 WD 6.50mm
 10x N.A 0.25 WD 5.6mm
 40x N.A 0.65 WD 0.6mm
 100x (Oil).N.A 1.25 WD .13mm
 Minimum working distance for 100X should be 0.13 to 0.2 mm
Eyepiece: DIN type
• 5X/10X with F.N 18 wide field
Power Supply:
Power input to be 220-240VAC, 50Hz

23. LAMINAR AIRFLOW (TABLE TOP MODEL)


Product Quality Standards:
 Should be CE/USFDA/UL approved model.
 Should comply with IEC 61010/IEC 60601 towards Safety Requirements.
 Should comply with EN 12469:2000 or NSF ANSI 49 standards towards basic
requirement for Microbiological safety cabinets.
 Manufacturer should confirm to ISO 13485 for Medical devices- Quality
management systems.
(All the documents should be furnished in the technical bid towards meeting the
quality standards.)

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
72
Technical Specification:
 Should be of Class II with 100% exhaust mechanism.
 Description: The external dimensions should be approx. 1000 x 750 x 1400mm
(W×D×H) with an internal dimension of 950 x 550 x 850mm. (W×D×H) with
±10%.
 Chamber Material: Stainless steel body with antimicrobial coated cabinet
structure which should prevent surface contamination and inhibit bacterial
growth on the cabinet's external surfaces.
 Filter: All the filters should be of 99.999% Efficiency HEPA filter 0.1 to 0.3 µm
of particle removal; HEPA filter lifespan should be more than 3 years
depending on ambient operating conditions and the total number of hours in
usage per day.
 Air Quality Standard: Should be within work zone of Class 1 as per US Federal
Standard 209E or equivalent standard of ISO 14644-1).
 Alarm: Visual and audible alarm for low air flow, flow malfunction.
 Air Flow volume: 900 m3/hr. air flow velocity should be approx. 90 fpm.
 Microprocessor controller with digital display for Air velocity, Cabinet
temperature, UV lamp hour meter, Filter life/ change date.
 Noise level should be ≤65dB.
Power Supply:
Should run on power supply of 230 V, 50Hz with standard Indian plug.

24. LASER DCR UNIT


Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:

Treatment laser Semiconductor infrared Diode Laser


Wavelength 980nm
Laser module capacity 15watts
Power Adjustment Variable from 1W to 15W
Duration 10 mS – 10 Sec
Pulse Interval 10 mS – 10 Sec
Operation Mode Continuous, Repeat Pulse & Single Pulse Mode
Display LCD touch screen
Aiming beam laser 635nm, Semiconductor Diode Laser, 0 to 2mW
(Variable)

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
73
Electrical 100-240 VAC, 50/60 Hz, 2A, Single Phase
requirements

25. MORIA HANSATOME (MICROKERATOME)


Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:
1. Universal Microkeratome Platform
2. One unit for all applications: LASIK, surface ablation, and Lamellar
Keratoplasty.
3. The Weight of assembled handpiece should be light weight
4. Instrument housing should be made up of Titanium
5. Oscillation rate 4,000 to 20,000 rpm
6. Advance Feed Rate 1.5 to 3 mm/sec
7. Flap diameter 8.5, 9.0, 9.5, 10.0 mm
8. Flap thickness which can be set should be
 For LASIK:110, 120, 140, 150 μm
 For Lamellar Keratoplasty: 200, 250, 350, 400 μm
9. Hinge depth / width 0.5 to 2.0 mm / 4.0 to 8.0 mm
10. Should have built-in backup battery and automatic adjustment to current
barometric pressure
11. Vacuum setting should be variable from a minimum of 500 mm Hg to a
maximum of 700mmHg
12. Should provide many different Suction Units and different Blade Holders –
for every anatomy and every surgical situation
13. Control should be computer controlled; with continuous monitoring of
motors and suction
14. Should have Voice feedback and voice prompts
15. Unit should function with 200-230Vac, 50/60 Hz input power supply.

26. MOTORISED OPHTHALMIC OPERATION TABLE


Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Specifications
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
74
 Should be electro-hydraulically operated.
 Disinfectant resistant stainless steel finished, foot switch operated
 All stainless steel accessories
 With special design cushioned head holder
 Safety back up of all functions
 Up & down movements
 Minimum height : 700 mm (approx)
 Maximum height : 900 mm (approx)
 Stroke length : 200 mm (approx)
Standard Accessories: 1.Foot switch (1no.), 2.Power cord (1no.)

27. MOTORIZED SURGEON CHAIR


Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Specifications
 Minimum height 480mm (approx.)
 Maximum height 630mm (approx.)
 Maximum load lifting 250Kg (approx.)
 Movement 5 twin castor
 Operated motor DC
Standard Accessories
1. Power supply unit 24 V DC (1), 2. Foot switch (1), 3. Power cord (1)

28. VITAL SIGN MONITOR


PRODUCT & MANUFACTURER QUALITY STANDARDS:
1. Should have USFDA or CE (Notified as per Medical device directive).
2. Should comply with IEC 60601-1, IEC-60601-1-2 standard.
3. Manufacturer should comply with ISO 13485 standard.
TECHNICAL SPECIFICATION:
1. Should have facility for printing ECG at 25mm/sec and 50mm/sec speed.
2. Should be supplied with Pulse oximeter probe (Adult -1no.), ECG cable -5
lead (Adult), Temperature probe (rectal-1no and skin-1no for Adult),
NIBP (non-invasive blood pressure) (2sizes for Adult, paediatric)
3. The material of the probe should be such that it is non-breakable and
biocompatible.
4. Capable of saving data for min 24 hrs.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
75
5. The monitor should have pulse oximeter module (Masimo/Nellcor)
which must work on motion and in low perfusion condition.
6. Monitor should have capability for arrhythmia analysis.
7. The unit should be defibrillator protected
8. Pacemaker Detection facility should be available.
9. Dimensions (metric)-Screen size minimum: 10 inch
10. Battery back up for atleast 1hour.
Accessories:
1. 5 lead ECG cable.
2. Packs of 100 disposable ECG connection electrodes.
3. Reusable SpO2 adult probes
4. NIBP cuffs of adult & paediatric
5. One skin & one rectal temperature probes.
6. Provide wall mounting bracket for wall mounting.

29. Nd. YAG LASER


Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Description of Function:
The product is used in anterior-segment procedures such as laser iridotomy of
Glaucoma patients, capsulotomy in post cataract surgery cases and floaters
Treatment (Vitreolysis)
Technical Specification:
1. Laser Source : Q Switched Nd: YAG
2. Structure mode : super Gaussian for highly precise beam profile
3. Wave Length : 1064nm
4. Minimum Energy : 0.3 to 10mJ (Single Pulse)
5. Maximum energy : 10mj ( Single pulse), 23 mj (Double pulse), 37 mj(Triple
pulse)
6. Spot Size : 8μm,
7. Pulse duration : ≤4ns,
8. Energy level in multiple steps,
9. Pulse repetition frequency: Max 3 Hz.
10. Cone Angle : 16 Deg, Aiming beam focus Offset : -500 to +500πm ( steps
=0,150,250,500)
11. Pulse Rate : up to 2.5 Hz, Burst Mode : 1,2 and 3 Pulses

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
76
12. It should be possible to use Laser with Illumination in coaxial position for
treatment of Vitreous Floaters
13. Unit should have retractable Illumination mirror while firing of Laser in
coaxial position.
14. Focus diameter : 10micron in air
15. Aiming Beam : Red Dual Diode: 630 to 650 nm continuously variable
intensity of 200micro (w)
16. Should have display to show Number of Shots fired and total energy used.
17. Cooling System : Air Convection
18. Laser Control : On Joystick (Trigger button)
19. With remote laser control unit, should not be integrated/ mounted on the
slit lamp
Laser Illumination System
 Type : Slit Light
 Illumination Source: Halogen
 Magnification : Selectable 5 step
 Table: Motorised table from same manufacturer
Accessories:
1. Abraham Lens: 1no.
2. Iridectomy Lens: 1no.
3. Laser Lens for vitreolysis
4. Revolving chair
5. Height adjustable patient’s stool

30. OPHTHALMIC OPERATING MICROSCOPE


(With BIOM, Camera and Video recorder)
Description of Function:
Ophthalmic operating microscopes with BIOM are used to magnify eye anatomy
to assist during ophthalmic vitreoretinal surgery and camera and video recording
facility helps record the steps of surgery for teaching and training purpose.
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specifications:
- Inclinable 180 Deg. Binocular tube with 12.5 X magnification eye pieces
- Compact microscope body with high quality apochromatic Optics with 1:6 zoom
ratio, Retina Protection Device and contrast enhancement aperture.
- Objective with 200mm focal length ( approx) for convenient working distance

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
77
- +2 Deg. Retro illuminations with continuous fading mechanism of co-axial
illumination from 2 Deg. to 2+6 Deg.
- Magnification selection – continuous zoom
- Magnification indications – 4.2/5/6/7/8/9/10/11/13/15/17/19/21
- Inbuilt beam splitter with BIOM attached.
- Integrated slit illumination system with horizontal and vertical moving facility.
- Integrated Depth of Focus mechanism for improved depth of focus during
surgery.
- Motorized foot controlled X-Y coupling with automatic re-cantering and X-Y
inversion facility.
- Motorized foot controlled Zoom and focus with recentring of focusing position
thru foot control.
- High quality programmable floor stand with magnetic breaks and clutches for
easy positioning through handles and suspension arm.
- Stand should have programming facility for setting the speed of XY, Zoom and
focus with storage facility of initial setting for multiple users.
- Stand should have cold light fiber Optic Illumination with two illumination bulb
with semi automatic changeover facility.
- Independent integrated binocular assistant microscope with 5 step magnification
changer and focusing.
- 3CCD Digital camera attachment and digital video recording facility with
imported high quality video trolley with isolating transformer.

31. OPHTHALMIC REFRACTION UNIT (Chair Unit) WITH LED VISION


CHART
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified
Technical Specifications
1. Should have upholstered with cushion for seat and back.
2. Should have comfortable arm rest with sliding top for instruments and trial
lens set.
3. Should be motorised with height and back side adjustable by foot switch.
4. Height ranging from 550 to 700mm.
5. Weigh bearing of sliding top of minimum 20Kg.
6. Accessories:
 Foot switch control for chair up & down,
 Retinoscope

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
78
 Ophthalmoscope tray
 Indirect ophthalmoscope arm
 Near vision arm,
 LED Vision Chart,
 Over head reading Lamp,
 Trail lens set tray

32. SPECTRAL DOMAIN OCT WITH ANTERIOR SEGMENT


ATTACHMENT
Product Quality Standard:
 Should be Notified CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:
1. Should have confocal optics and it should be possible to perform both
anterior and posterior segment OCT.
2. Should have simultaneous Infrared fundus and OCT imaging.
3. Axial resolution: 3micron and Transverse resolution: 12 micron or better
4. Analysis of retina should include total macular thickness, thickness mapping,
elevation of various retinal layers and volumetric analysis.
5. Glaucoma analysis should include retinal nerve fibers and optic nerve head
analysis.
6. Should be mounted on original motorized table with computer, printer and
UPS.
7. Cornea anterior segment module should include Pachymetery, keratoconus
assessment and angle measurement.
8. Should be possible measure corneal thickness in the anterior segment OCT
mode.
[Cost of the anterior segment & posterior segment attachment with software
module shall be quoted separately as pdf of price boq, however total price
including all the attachments and software shall be quoted in excel file.]

33. PACHYMETER with NON CONTACT TONOMETER


Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specifications
Measurement Mode :- Fully Automatic, Automatic and manual
Printer :- Thermal Printer with Auto Cutter
Alignment :- Fully Automatic 3D alignment
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
79
Chin Rest :- Motorized
Screen :-Tilting 5.7 Inch VGA Color TFT LCD Screen
Fixation Light :- Internal and External
Power saving mode :- Available
Intraocular Pressure Measurements
Measurement range :-0-60mmHg
Measurement Principle :-Air puff non-contact method
Measurement Display unit :-mmHg/hPa
Working distance :-11mm
Switch range :-30/60 mmHg switching
Pachymeter Measurements
Measurement range :-150-1300 microns
Light source :-Blue LED
Measurement principle :-Quantized slit image on central cornea

34. PHACOEMULSIFICATION MACHINE


Description of Function: Phacoemulsification systems are used to emulsify, break
up and remove cataractous lenses of the eye
Product Quality Standard:
 Should be Notified CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Specifications:
1. Phaco -Emulsification unit should work on peristaltic pump should provide
light weight steel hand piece.
2. US power should have continuous, pulse and burst mode.
3. Two IA straight hand pieces with 4 piezo electric crystals.
4. Machine should have good panel display with digital control good audio,
memory set up for surgical parameters
5. Multifunctional foot switch.
6. Facilities for Bipolar Coagulation, Phaco-emulsification, Aspiration and
Anterior vitrectomy.
7. Multiple programmability
8. Phacoemulsification:
a) Ultrasonic tip frequency : 29-60 KHz
b) Phaco power in both linear and pulse mode
c) Ultrasound pulse rate 1-14 pulses/sec
d) Micro flow tip
e) Auto priming, auto fluidic and auto tuning
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
80
9. Bipolar Coagulation: 2 to 6 watts; Foot controlled
10. Aspiration : 0-500 mmHg linear vacuum
11. Anterior Vitrectomy : 30-600 cuts/min
12. Multifunctional foot pedal with a reflux switch
13. Should have the ability to drive high performance four crystal hand piece:
40KHz piezoelectric, slim, light weight of not more than 40grm and
autoclavable.
14. Ability to drive a guillotine cutter for anterior vitrectomy upto 1500cpm.
15. Should have voice confirmation during mode changing.
16. Facility of overlay parameters and names of surgeon while recording of
cases.

35. POSTERIOR VITRECTOMY UNIT


Description of Function: Vitrectomy is a general term for a group of operations
accomplished in the deeper part of the eye, all of which involve removing some or
all of the vitreous - the eye's clear internal jelly
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specifications:
1. Performance
Bottle Infusion / Air Fluid Exchange: 100-mmHg maximum pressure. Flow up
to 5 Standard cubic feet per hour.
Bipolar Coagulator : 7.5 Watts maximum @ 100ohms Pump : Venturi
2. Phacoemulsification / Phacofragmentation
Frequency: 28.5 kHz.
Power: 35 Watts. Fixed, Linear, Dual-Linear and Pulsed modes, 1- 120 pps,
changeable duty Cycle, cold phaco 4 Crystal Titanium Hand Piece
3. Vitrectomy
Range : 30 to 750 cuts per minute. Fixed a dual Linear modes.
Lightning High Speed Vitrectomy Cutter: 1500 Cuts per minute. Fixed & dual
Linear modes
4. Aspiration Parameters
Venturi Aspiration System
Phacoemulsification :15 mmHg to 400 mmHg
Fragmentation: 15 mmHg to 400 mmHg
Irrigation / Aspiration: 0 mmHg to 550 mmHg
Vitrectomy : 0 mmHg to 550 mmHg
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
81
5. Illumination: Mercury Vapour Lamp
Dual Outputs : 6,000 candelas per square centimeter.
Lamp life : 500 hours minimum
Display : Flat panel, liquid crystal, full color
6. Viscous Fluid Module : Multifunctional foot switcher
7. Injection Mode: Pressure: 70 psi (482.6 kPa, 4.8 bar
Inject up to 5 cc of 1000 to 5000 centistokes Silicone oil @ 24 C in less than 6.25
minutes
8. Vitrectomy Cutting Options: High Speed Vitrectomy Cutter Offers traction less
vitreous shaving at speeds up to 1500 CPM. Able to do 25G suture less
vitrectomy
Vitreous Membrane Dissector for simultaneous membrane dissection and
vitreous cutting or the industry standard guillotine cutter.
Dual Linear mode allowing simultaneous linear adjustment of both aspiration
and Vitrectomy cut rates should be provided
9. Computer and Base Unit with upgradeable hardware & Software.

36. RADIOFREQUENCY CAUTERY


Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specifications:
1. Operating frequency: 4MHz or above
2. Power: Minimum 300W
3. Load resistance: 100 to 900ohm
4. Monopolar & Bipolar mode
5. Should have 8 to 10 variety of probe tips.
6. Power supply: 230V, 50Hz with Indian plug

37. RET CAM


Description of Function: Used for immediate assessment of retina and anterior
chamber.
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specifications:
1. Should be supplied with interchangeable lens of 300, 1200, 1300, 800 and
portrait lens.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
82
2. Should allow recording of the visual.
3. Should be able to mark, locate and capture desire area of the image.
4. Still photos should be able to capture during video recording.
5. Computer system should be of latest processor, 500GB hard disk, 4GB RAM,
19inch monitor and recording in CD/DVD facility.
6. Should have foot control, Fluorescent Angiography light box and dye.

38. RETINA LASER (Multi Spot) with SL, IO and Endo Delivery System
Description of Function: This multisport green laser photocoagulate system is
designed to treat retinal disorder using a single spot and also with different
predetermined patters
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specifications:
1. Should be frequency doubled solid state, continuous wave Diode Pumped
green LASER.
2. With all three delivery systems namely
a) Integrated Slit Lamp with adjustable laser spot diameter, slit
adjustment and varying magnification
b) Co axial viewing Laser Indirect Ophthalmoscope
c) Complete set of endoprobes (Straight, curved and aspirating)
3. Should have aiming beam of 635 nm green laser diode, max power 1 mW
4. Auto pulse adjustable from 10ms to 6000ms pulse interval with
thermoelectric cooling.
5. Should have provision for LASER indirect delivery
6. Should have output power ranging from approximately 30 mV to 2000mV.
7. Original instrument table from the same manufacturer
8. Laser safety eye glasses
9. Laser lenses( complete set for Grid and PRP via Slit Lamp and LIO)
10. Beam splitter C- mount and camera for video documentation with facility for
recording and retrieval.
11. Dynamic dual physician safety filter operating microscope for endo LASER
treatment with set of Endo probes
12. Slit lamp should have
- 5step magnification changer and should give 5/8/12/20/32 X
magnification
- Slit height 1/3/5/9/14mm, slit width 0-14 continuous

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
83
- Servo electric micromanipulator on the joy stick of the slit lamp
For Single Spot:
Power Adjustment : Variable from 10 to 1500 mW
Spot size : 50 to 1000µ
Pulse Duration : 10ms – 2500ms continuously adjustable.
Pulse Interval : 10ms – 10 sec
Operation Mode : Repeat pulse, single pulse & continuous mode
For Patterns:
Spot size : 100 to 400µ
Pulse Duration : 10ms – 50ms
Spacing : 100 – 500 µ
Operation Mode : single pulse
 Shifting of a linear spot sequence ( Horizontally and vertically) of rectangular,
square and controlled cascades
 Shifting of a linear spot sequence of variable orientation of rectangular, square
and controlled cascades
 Shifting of a curved spot sequence of variable orientation of circular and
quadrant cascades
 Mirror a curved spot sequence of variable orientation of open semicircular
cascade.
Accessories:
 Wheel chair and accessible motorized table
 Lenses +20D, PRP lens and lens for Focal LASER

39. REVOLVING STOOL


1) Tubular tripod based with S.S. revolving top.
2) Height adjustable from approximately 460 mm to 650 mm by accurately
machined screw mechanism.
3) S.S foot ring supports
4) Legs fitted with rubber PVC stumps.
5) Pre-treated and powder coated finish.

40. SLIT LAMP WITH APPLANATION TONOMETER


Description of Function: The slit lamp is an instrument consisting of a high-
intensity light source that can be focused to shine as a slit. It is used in conjunction
with a microscope. Slit lamp with beam splitter and camera attachment is used to
record ophthalmic pathology.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
84
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specifications:
1. Slit width - 0-14 mm adjustable, Slit length 0.1 –14mm, Slit angle +90 – 90
adjustable in steps or continuous
2. Decentering of slit image +4 to –4 horizontal
3. Diaphragm sizes 0.2 – 14mm
4. Rotation 0-180 degrees
5. Light source halogen lamps
6. Slit tilt 0-20 degrees
7. Filters cobalt blue, red free, neutral, UV protection
8. Binocular microscope with standard objective and eyepieces
9. 5x to 40x magnification in steps with drum rotation
10. 6 to 40 mm field of view
11. Movement base movement (x, y, vertical), adequate chin rest movement
12. Should be supplied with Motorized imported table for slit lamp from same
manufacturer, Applanation tonometer, Beam splitter, Slit lamp camera

41. SLIT LAMP WITH IMAGING SYSTEM


Description of Function:
The slit lamp is an instrument consisting of a high-intensity light source that can be
focused to shine as a slit. It is used in conjunction with a microscope to examine the
structures of the eye in detail. Imaging system is attached to the slit lamp to keep the
records of the structures of the eye for teaching and training purpose.
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specifications:
 A Binocular microscope with a slit lamp for providing desired types of
illumination for various types of examination of the eye attached with a digital
camera to capture photographs of the structures examined.
 Should be based on rotating Scheimplug principle, Should be able to capture 100
or more images in 2 sec.
A. Microscope
 Control of magnification: Should be in 5 steps.
 Objectives : Paired 1x and 1.6x Objective lens focal length(100-125mm)
 Eye Pieces : 10x and 16 x
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
85
 Inter-pupillay distance : 50mm to 75mm
 Magnification and field of view : Eye Piece Magnification field

B. Slit Illumination Section


 Slit image width adjustment : 0 to 9mm continuous
 Slit image length adjustment : 1-8mm continuous.
 Diameter of aperture approx. Or Diameter of illuminate field : 8mm, 5mm,
3mm,
2mm, 1mm and 0.2mm.
 Angle of Slit :0-180deg
 Slit Inclination : 5,10,15,20deg
 Filters : Cobalt Blue: Red -free,13% ND, UV Cut, IR Cut, diffuser
 Intensity Control of Illumination : Low, Medium and High
C. Camera
 High resolution 3CCD camera
 Special settings : Cornea, Conjunctiva, Iris, Default, Auto
 Image Capture : Joystick switching and software triggering
 Software : Compatible with all version of windows
D. Chin Rest Assembly
 Type : Mechanical: 80mm vertical movement
E. Hardware Requirement:
 Latest processor with minimum 500GB Hard disk and 4GB RAM provided
with 19inch LCD monitor
 Should be loaded with all standard and advanced software packages.
Accessories
1. Motorised Table of same make with Castor wheels with breaks, Packing case
(1), Power adapter(1)
2. Revolving chair
3. Height adjustable patient’s stool

42. CLINICAL SPECULAR MICROSCOPE (EYE BANK)


Description of Function:
Specular Microscope is used to monitor the number, density, and quality of
endothelial cells that line the back of the cornea. A microscope magnifies the cells
thousands of times and the image is captured with a camera or video camera.
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
86
Technical Specification:
1. Contact/Non- contact specular microscope for assessing corneal endothelium
can be mounted on slit lamp
2. Wide field
3. Endothelial cell count possibility upto a low level of 500/field
4. Facility for donor eye attachment and Corneoscleral button holder
5. Should have digital panel and printout facility with complete software.
6. Should have state of art design for providing more options to surgeon.
Technical Data:
1. Photographic Coverage: 0.25x0.5 mm
2. Magnification: Minimum 150X
3. Pachymetry measurements: 25 mm
4. Modes: Auto/Manual
5. Image Memory- 10 (5 per eye)
6. Monitor of minimum 7 " colour LCD
7. Base movement- X(+/-45); Y(+/-15); Z(+/-20) mm
8. Head- X(+/-10);Y (+/-15);Z(+/-10)
9. Chinrest adjustment- 65 mm( motorised)

43. STREAK RETINOSCOPE


Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Technical Specification:
1. Should have an external focusing sleeve which is easy to grip and manipulate.
2. Should have crossed-linear polarizing filter.
3. Should allow one-hand operation for streak focus and 360º streak rotation.
4. Should be interchangeable to plane mirror and concave mirror mode by sleeve
movement.
5. Should use halogen/Xenon streak lamp.
6. Should have 100% dust proof housing and multi-coated optics.
7. Should have detachable brow rest for spectacle wearer
8. Should be battery/ rechargeable battery operated.
9. Should have a carrying case.
10. Should be supplied with the following accessories. • Bulb: 5 nos., Bulb holder &
Cover
44. SURGICAL LED LIGHT
Description of Function: To be used as a light source for minor surgical procedures.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
87
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified.
Specifications:
 Intensity of approx 160000 (LUX)
 Field DIA: 150-300 (MM)
 Colour Rendering index approx 95 (CRI) (RA)
 Colour Temp.: 3500-5000 (K)
 Intensity Control: 10-100 (%)
 Power Supply Input 220V- 240V
 LED Life (Hours) approx 40000
 Dia of Lamp Head approx. 500mm
 Dia of Illumination approx 1000mm
 Feather touch control
 Wheels: 4Nos

45. SURGICAL OPERATING MICROSCOPE


Description of Function: Ophthalmic operating microscopes are used to magnify
eye anatomy to assist during ophthalmic surgery. It is a binocular stereoscopic type
microscope with built in illumination provided with facility for changing the
magnification without disturbing other alignments i.e when the magnification is
changed the image remains in focus.
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified
Specifications: Binocular optical head with Co-axial illumination.
i) Eye piece: Wide field minimum 10 X to 12.5X individually adjustable
ii) Inclined binocular tube 45 deg. Inclined binocular tube
iii) Should have diopteric adjustment of -5.00 to +5.00
iv) Interpupillary distance : 55mm to 75mm
v) Objective Lens: focal length ('f' minimum 200 ± 25 & above)
vi) Focus range: 45mm (approx) or more
vii) Working distance: To be stated for each alternative not less than 150 mm.
viii) Field : Range 45 mm to 60 mm or more
ix) Total magnification: 4 to 25X or more. If stepped, the steps to be stated.
x) Zooming ratio if available (1:6)
xi) Field of vision: Range 40 mm to 50 mm or more (at the minimum
magnification)
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
88
xii) Motorised foot control
ILLUMINATION
b) Intensify: To be stated in lux maximum 80,000 lux or more.
c) Type: Coaxial Dual lamp/ by optical light guide. Brightflex illumination
d) Halogen bulbs/LED,
e) Fan cooling arrangement required as a minimum.
f) Filters – color enhancement, ha mode, blue blocking
g) U.V. Filter: 408 nm U.V filters switchable facility for occluding pupillary light.
Construction (Mounting & Adjustments)
A. a) Arms: Counter balanced spring type
b) Horizontal lengths of Arms: To be stated not less than 800mm
c) Range of vertical adjustment: 300 to 550 mm or more
d) Rotation of arms: not less than 300 deg.
B. Base: The base should be stable and should not topple when optical units
articulated arm is fully extended.

46. SUSMAN GONIOSCOPE ( 4 MIRROR)


 The Sussman Four Mirror Hand Held Gonioscope should combine the most
favorable features of multi-mirror gonioscopes.
 It should be lightweight and directly hand held to maneuvers while observing
the angle.
 Should have smaller contact surface.
 The lens should consist of a highly truncated pyramid with a plano anterior
viewing surface over 4 mirrors inclined at 64°.
 The mirrored surfaces should be silvered with an exclusive double layer,
protective coating to prevent peeling and damage under normal daily use.
 The posterior surface of the lens should have base curve of 41.5D and a
diameter 9mm.
 Should have a serrated finger grip, or ring, extends 1mm above the anterior
surface to provide protection.
47. SYNAPTOPHORE
Description of Function: Synoptophore is a diagnostic and therapeutic instrument
for Squint or Strabismus angle management, Binocular vision, Angle of deviation
measurement.
Technical Specifications :
 Angle of deviation measurement
 Auto flashing device after image test and Hadinger brush.
 Optical tubes movement
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
89
 Horizontal : Range of adduction and abduction should be 400 – 450mm
 Vertical : Range for vertical measurement should be approximately 300mm
 Torsional : Range should be around 200mm
 Slide Illumination: Rheostat controlled
 High intensity for after image illumination
 With provision for auto flashing Hadinger brush, chin rest and height control.
 Complete set of slides.
 Table with adjustable height.

48. HANDHELD APPLANATION TONOMETER


It is a portable hand held tonometer used to measure intraocular pressure in
children.
Specifications:
 Provide averaged readings on LCD display screen
 Should have LED based illumination to enable use regardless of ambient
lighting conditions.
 Measurement range from 5 mm of Hg to 80 mm of Hg.
 Integrated rechargeable battery.
 Power source : long life battery power or rechargeable battery
 Should be supplied with original carry case.

49. ADVANCED TORSONAL PHACO MACHINE


Description of Function: Phacoemulsification systems are used to break up and
remove cataractous lenses of the eye. Advanced torsional phaco machine have
advanced features for patient safety during cataract surgery.
Operational Requirements: The units should possess irrigation,
irrigation/aspiration, ultrasound, diathermy and vitrectomy operational modes.
Fully programmable multiprocessor controlled system
System must be compatible for installation/loading of new software
Technical Specifications:
 Phaco power 0-100%
 Phaco Vacuum Level: 0 to 600mmHg
 Pump Flow Rate 10 to 100 cc per min
 Ultrasound delivery should be available in continuous, micro pulse and burst
mode - without generating significant heat.
 Should have a modality of hyper pulses from 1 to 100 pulses/sec. with
selectable variable on and off time.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
90
 Should have microburst setting range from 5ms to 500ms.
 Must have the ability to drive high performance Four Crystal Longitudinal
Ultrasonic piezoelectric hand piece between 38 kHz to 42 kHz range and
TORSONAL HAND PIECE between 30kHz to 32kHz, OSCILLATORY
piezoelectric hand piece with oscillation between +/- 2˚ range autoclavable,
slim and weight not more than 45gms.
 The ultrasound hand piece should be compatible with tips 30˚ - 45˚ tips like
Standard (1.1mm), Microtip (0.9mm), Kelman and ABS tips.
 Ability to perform 2.2mm Micro coaxial cataract surgery customisation
 Should have non invasive optical vacuum pressure sensor
 For effective cold phaco it should have software for adjustable duty cycle and
dynamic rise time.
 Advanced fluidics with sensor system for vacuum and irrigation.
 Digital pulse pump with vertically designed fluidics panel, vacuum sensitive
proportional fluid venting.
 Aspiration hand piece should have both coaxial and bimanual attachments.
 Voice confirmation during mode changes.
 Automated IV pole, controlled via foot switch, Remote control and touch
screen front panel.
 Simple to service and upgrade, customized surgeons programs,
programmable power pole with automatic programmed adjustment of bottle
height during each procedurals phase.
 Advanced technology multifunctional fully programmable foot switch,
 Wireless remote control
 Ant Vitrectomy attachment with Guillotine cutter should be available with
cut rates upto 2500 cuts/minute.
 Should have an adjustable instrument tray built into the phaco unit
 Bipolar coagulation capability with reusable diathermy forceps and
autoclavable bipolar cable and panel or linear power control by foot switch.
 Computer microprocessors-Intel chipset for medical applications.
 Flat screen, color LED display with touch screen and tiltable fully rotable
screen.
 Should have Video overlay system to overlay parameters with live
microscope video.
 Should have a memory of 10 user settings.
Accessories

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
91
Phaco tips, sleeves, tubings, phaco hand piece, IA handpiece, Trolley with locking
wheels

50. TRIAL LENS SET FOR REFRACTION


Description of Function: A box containing a set of lenses of different powers used to
detect errors of refraction.
Technical Specifications
 Wooden Case
 Spheres Lenses with Handle, Power 0.12 to 20.00 with Steps both concave
and convex
 Cylinders Lenses without Handle Powers 0.12 to 6.00 with steps both
concave and convex
 Prisms 0.50 to 12
 Adjustable trail Frame
 Red and Green Glass, Pin Hole, Maddox rod, stenopic slit

51. VIDEO KERATOSCOPE


Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified
Technical Specifications
1. SCI(Stereo Coaxial Illumination) for constant brilliance and brightness: every
detail of the patient's eye should be visible
2. Should be completely APO chromatic optics with high light transmission,
resulting in maximum image quality for surgery and documentation.
3. Should have integrated assistant's microscope with independent focusing and
motorized zoom.
4. The magnification should be performed independently or parallel (linked) to
the zoom of the main observer.
5. Should have xenon illumination to offer a whiter, more natural, higher
contrast image of the surgical field.
6. Should have wireless foot pedal control to allow hands-free scope operation.
7. Should have integrated 22" monitor to provide an optimum view of the
surgical field to all members of the OR staff
8. Should allow to assess corneal sphericity during surgery
9. Should have integrated Slit illuminator for hands-free fundus illumination
10. Should have fully-integrated HD video and video recording.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
92
52. AUTO PERIMETER (VISUAL FIELD ANALYSER)
Description of Function: During a routine eye exam this is used to determine field
of vision through visual field testing, the full horizontal and vertical range of what
the patient is able to see peripherally.
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified
Technical Specifications
1. Should be a computerized visual field analyzer. This should systematically
plot the field of vision using threshold testing, and permit the determination
of retinal sensitivity in any given location.
2. High quality Goldman standard automated perimeter with Hemispherical
bowl bowl size 30cm(approx), integrated diffusing surface with rear
projection LED
3. Maximum intensity 10,000Asb, Bowl illumination 31.5Asb
4. Floppy drive, internal hard disk drive with Magneto Optical Disk (MOD)
drive
5. Stimulation duration 200ms, wavelength Broad band visible light
6. Stimulus/background colour White on White, Red or blue on white, Blue on
yellow (SWAP)
7. Maximum temporal range 90Deg. Suitable for central 30 as well as full field
testing
8. Central field test patterns 30-2,24-2, 10-2, Macula
9. Peripheral field test pattern 60-4, Nasal Step
10. Threshold test strategies full threshold, Fast Pac, SITA or equivalent, Foveal
threshold testing, Glaucoma hemi field test,
11. Glaucoma progression analysis and Serial Analysis for patient follow up
12. Screening field test P-60, FF-240, Nasal Step for periphery.
13. Screening test strategies Two zone, Three Zone and Quantify Defects
14. Screening test modes Age connected, threshold related single intensity
15. Kinetic Testing, Custom Test, Automatic Pupil measurement
16. Liquid trial lens
17. Dual chin rest with motorized up/down movement
18. Stimulus Size I-V as per Goldman standards
19. Motorized chinrest, trial Lens Holder,
20. Original Manufacturer Motorized table with Laser Jet Printer
Fixation Monitoring

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
93
 Electro-Optical monitoring of eye position with video monitor, Heiji Krakau
fixation control blind spot method, Gaze tracking, vortex monitoring, Head
tracking, Touch screen on CRT, Keyboard
Analysis Software to capture, store, analyze and present the results of visual field
tests
Single field analysis, Visual field Index, Glucoma Hemifield Test, Serial field
overview
53. COLOUR VISION CHART
 The book should consist of 38 plates.
 Should be suitable for discovering congenital color blindness and red-green
blindness, each in two forms, complete and incomplete.
 Should include four special plates for tests to determine the kind and degree of
defect in color vision.
 Color plates should be encased in specially designed album-type books for ease
of handling.
54. AUTOREFRACTOMETER
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified
Technical Specifications
1. Refractometer mode Sphere range: -22D to +22D(0.25D steps)
2. Cylindrical range: 0 to +10D (0.25D steps)
3. Axis range: 0 to 180 degree (in 5 steps)
4. Minimum pupil diameter: 2mm
5. Working distance: 20 to 85mm
6. Should have minimum 8inch touch screen panel screen
7. Should be supplied with motorised table.

55. ULTRASONIC PACHYMETER


Description of Function:
A pachymeter is a medical device used to measure the thickness of the eye's cornea.
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified
Technical Specifications
 Microprocessor based digital instrument with automatic probe alignment to
measure corneal thickness.
 Printout of all measurements by locations
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
94
 Different measurement patterns
 Actual measurements
 Calculated predetermined percentage depth facility
 Measurement maximum range
 Measuring range 0.3 – 1.0cm
 Display current and average of all measurements

56. PAEDIATRIC FUNDUS CAMERA


Description of Function:
A fundus camera or retinal camera is a specialized low power microscope with an
attached camera designed to photograph the interior surface of the eye, including
the retina, optic disc, macula, and posterior pole (i.e. the fundus) for paediatric use.
A digital camera converts these images into digital images.
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified
Technical Specifications
A) Hardware:
1. Should have integrated cart with a smaller footprint.
2. Should have flat screen display which can be moved to any position for
comfortable viewing.
3. Should have – S Video output in the front of the light box to record dynamic
procedures.
4. Should have focus / illumination / image capture controls on the system
easily accessible if the footswitch is not used.
5. Should have camera mounted in horizontal position so that it can be stored
without a lens.
B) Software:
1. Should have with fluorescence Angiography.
2. Should have with wide angle view up to 130 degree.
3. Should have Anterior Segment Clinical Imaging Facility.
4. Should be used to view and document iris lesions and lens pathology and as a
direct gonio camera to image the iridocorneal angle.
5. Should have the facility for 20 digital video clip capture to allow the users to
image an awake baby while capturing 20 seconds of cumulative video and
extracting the appropriate stills from that clip.
6. Should have the ability to minimize the amount of time the camera is on the
eye.
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
95
7. Should have the facility for sorting of patient demographic information.
8. Should have fields added to software such as pathology and ROP birth weight
/ age.
9. Should have backup procedures to another DVD-RAM disc
10. Should have the facility for image transfer to several file formats – BMP,
JPEG, PNG.
11. Should be able to “flag” important images for review or transfer.

57. NONCONTACT TONOMETER


Description of Function: It is used to perform to determine the intraocular pressure
(IOP), the fluid pressure inside the eye
Specifications:
 Should be non invasive.
 Should be Air puff non contact tonometer
 Should have digital display of intraocular ocular pressure
 Measurement range 4 to 59 mm of Hg
 Accuracy: ±1mmHg
 Working distance: minimum 13cm
Category-II
1. BERA with ASSR
GMDN name: Brainstem Evoked Response Audiometer with ASSR
TECHNICAL
2 TECHNICAL CHARACTERISTICS
2.1 Technical characteristics (specific to this type of device): "Brainstem
Evoked Response Audiometer with ASSR
• 2 channels.
•Should have ability to record under physiological and electromagnetic noises
Impedance measurement should be built in and displayed on screen.
•Signal presentation: right, left and both.
• Should have pre-programmed auto tests
•Stimulus types: Click, Pure Tone, Tone Burst, Speech and User Defined Stimuli,
and chirp stimuli
Stimulus rate: 0.1 to 80.1
• Intensity: 0-100dB nHL
 Tone Burst 10 to 120 dB on 250 to 8000 Hz
 Analysis time should be short, fast and reliable.
 Masking : White noise or notched
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
96
 The unit should have filters : low pass and high filter
 The unit should have digital filter for analysis.
 Early latency result
ASSR:
 Stimulus ‐ Modulated Tone, Clicks
 Intensity: up to 125 dB SPL
 Frequency response up to 5000Hz or better
 Should be able to test multiple frequencies simultaneously for both ears
 Automatic Generation of Audiogram in SPL/ HL
 Phasor diagram should be generated automatically.
 Frequency and intensity based phasor diagram.
 FFT Values should be displayed
 Should have spectrum graph

• Preamplifier
• 2 channels
• Gain 80 dB
• Noise 6.0 nV Hz
• CMR Ratio > 115 dB at any frequency between 0.1Hz & 10Hz.
• Input Impedance > 10M
• Accepted electrode offset > 300mV.
• Power from main unit.
• Impedance Check
• Measuring Current 25uA.
• Ranges 0.5k – 25k

2.2 User's interface: Manual


2.3 Software and/or standard of communication (where ever required) : NA
3 PHYSICAL CHARACTERISTICS
3.1 Dimensions (metric) : NA
3.2 Weight (lbs, kg) : NA
3.3 Configuration : NA
3.4 Noise (in dBA) : NA
3.5 Heat dissipation: NA
3.6 Mobility, portability : Handheld device
4 ENERGY SOURCE (electricity)
4.1 Power Requirements: The unit should be provided with 2kVA online UPS.
4.2 Battery operated : Yes
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
97
4.3 Tolerance (to variations, shutdowns) : NA
4.4 Protection: NA
4.5 Power consumption: NA
5 ACCESSORIES, SPARE PARTS, CONSUMABLES
5.1 Accessories (mandatory, standard, optional); Spare parts (main ones);
Consumables / reagents (open, closed system) :
1) Battery-2nos
2) Insert ear phone -no
3) Reusable EAR specula of 2mm, 3mm, 4mm two from each. The specula should be
autoclavable.
2) Storage case (rigid and steady)"
5) The unit should be supplied with PC of Core i5 processor with 19inch LED screen,
RAM-2GB,Hard disc-500Gb

6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS


6.1 Atmosphere / Ambiance (air conditioning, humidity, dust ...) :
1)Operating condition: Capable of operating continuously in ambient temperature of
10 to 40 deg C and relative humidity of 15 to 90% in ideal circumstances.
2)Storage condition: Capable of being stored continuously in ambient temperature of
0 to 50 deg C and relative humidity of 15 to 90%."
6.2 User's care, Cleaning, Disinfection & Sterility issues Disinfection:
Parts of the Device that are designed to come into contact with the patient or the
operator should either be capable of easy disinfection or be protected by a single
use/disposable cover.
7 STANDARDS AND SAFETY
7.1 Certificates (pre-market, sanitary, ..); Performance and safety standards
(specific to the device type);Local and/or international
1) Product should be USFDA/CE (notified) approved
2) Should have IEC 60601-1/IEC 60601-1-2/CE (EU) certificate;
3) Manufacturer / supplier should have ISO 13485 certificate for quality standard;"
4) Calibration should be as per ANSI 3.6/Equivalent

8 TRAINING AND INSTALLATION


8.1 Pre-installation requirements: nature, values, quality, tolerance NA
8.2 Requirements for sign-off Certificate of calibration and inspection from the
manufacturer
8.3 Training of staff (medical, paramedical, technicians) "
1) Training of users on operation and basic maintenance;

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
98
2) Advanced maintenance tasks required shall be documented

9 WARRANTY AND MAINTENANCE


9.1 Warranty: 3 years
9.2 Maintenance tasks
1) Maintenance manual detailing;
2) Complete maintenance schedule;
9.3 Service contract clauses, including prices
1) The spare price list of all spares and accessories required for maintenance and
repairs in future after guarantee / warranty period should be attached;
2) Free servicing (min. 2/year) during warranty period including calibration

2. BEHAVIOURAL OBSERVATION AUDIOMETER


GENERAL
1 USE
1.1 Clinical purpose: BOA is used to determine the degree and hearing loss.
1.2 Used by clinical department/ward : ENT

TECHNICAL
2 TECHNICAL CHARACTERISTICS
2.1. Technical characteristics (specific to this type of device) :
Should be hand held type.
• Hearing Level Range: 15 to 50 dB HL in 10 dB steps
• Tone Stimulus: Pure tone
• Frequency Range: 500 to 4,000 Hz
• Accuracy:
a) Frequencies: better than ± 3%
b) Hearing Level: within ± 3 dB of indicated level from500 to 4000Hz & ±5 dB.
• Total Harmonic Distortion: < 2%
• • Calibration: as per ANSI S3.6./Equivalent

2.2 User's interface: Manual


2.3 Software and/or standard of communication (where ever required) :NA
3 PHYSICAL CHARACTERISTICS
3.1 Dimensions (metric) : NA
3.2 Weight (lbs, kg) : NA
3.3 Configuration : NA
3.4 Noise (in dBA) : NA

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
99
3.5 Heat dissipation: NA
3.6 Mobility, portability : Handheld device
4 ENERGY SOURCE (electricity)
4.1 Power Requirements: NA
4.2 Battery operated: Yes
4.3 Tolerance (to variations, shutdowns) : NA
4.4 Protection: NA
4.5 Power consumption: NA
5 ACCESSORIES, SPARE PARTS, CONSUMABLES
5.1 Accessories (mandatory, standard, optional); Spare parts (main ones);
Consumables / reagents (open, closed system)
1) Battery-2nos
2) TDH39 head phone
2) Storage case (rigid and steady)

6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS


6.1 Atmosphere / Ambiance (air conditioning, humidity, dust ...)
1)Operating condition: Capable of operating continuously in ambient temperature of
10 to 40 deg C and relative humidity of 15 to 90% in ideal circumstances.
2)Storage condition: Capable of being stored continuously in ambient temperature of
0 to 50 deg C and relative humidity of 15 to 90%."
6.2 User's care, Cleaning, Disinfection & Sterility issues Disinfection:
Parts of the Device that are designed to come into contact with the patient or the
operator should either be capable of easy disinfection or be protected by a single
use/disposable cover.
7 STANDARDS AND SAFETY
7.1 Certificates (pre-market, sanitary, ..); Performance and safety standards
(specific to the device type);Local and/or international
1) Product should be USFDA/CE (Notified) approved
2) Should have IEC 60601-1/IEC 60601-1-2 certificate;
3) Manufacturer / supplier should have ISO 13485 certificate for quality standard;"
4) Calibration should be as per ANSI 3.6/Equivalent
8 TRAINING AND INSTALLATION
8.1 Pre-installation requirements: nature, values, quality, tolerance NA
8.2 Requirements for sign-off Certificate of calibration and inspection from the
manufacturer
8.3 Training of staff (medical, paramedical, technicians)
1) Training of users on operation and basic maintenance;

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
100
2) Advanced maintenance tasks required shall be documented
9 WARRANTY AND MAINTENANCE
9.1 Warranty : 3 years
9.2 Maintenance tasks:
1) Maintenance manual detailing;
2) Complete maintenance schedule;"
9.3 Service contract clauses, including prices:
1) The spare price list of all spares and accessories required for maintenance and
repairs in future after guarantee / warranty period should be attached;
2) Free servicing (min. 2/year) during warranty period;
10 DOCUMENTATION
10.1 Operating manuals, service manuals, other manuals:
Should provide 2 sets (hardcopy) of:-
1) User, technical, maintenance and service manuals to be supplied along with
machine diagrams;
2) List of equipment and procedures required for local calibration and routine
maintenance;
3) Certificate of calibration and inspection;"
10.2 Other accompanying documents: List of important spares and
accessories, with their part numbers and cost;
11 NOTES
11.1 Service Support Contact details (Hierarchy Wise; including a toll
free/landline number) "Contact details of manufacturer, supplier and local
service agent to be provided;
Any Contract (AMC/CMC/add-hoc) to be declared by the manufacturer;"
11.2Recommendations or warnings: Any warning signs would be adequately
displayed.

3. OTOSCOPE
1.1 Clinical purpose: An otoscope or auriscope is a hand-held and battery powered
device containing illumination and viewing optics medical device which is used to
look into the ears. Health care providers use otoscopes to screen for illness during
regular check-ups and also to investigate ear symptoms. An otoscope potentially
gives a view of the ear canal and tympanic membrane, or eardrum.

1.2 Used by clinical department/ ward: ENT


TECHNICAL
2.1Technical characteristics (specific to this type of device):

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
101
 Battery (3.5v) operated high efficiency Fiber optic LED otoscope with
detachable head and handle with high quality optics.
 The viewing window with 3x magnification.
 Should have on/off button on the handle for illumination, the handle should
be made of Solid metal- chrome slip type shock proof.
 The light should have minimum colour temperature of 4000k with CRI >90
for Bright and homogeneous illumination with excellent colour rendering.
 Should have rotating knob to control the intensity of the otoscope.
 The LED lamp life should be more than 10000 hrs.
2.2 User's interface: Manual
2.3 Software and/or standard of communication (where ever required) : NA
3 PHYSICAL CHARACTERISTICS
3.1 Dimensions (metric): Hand Held Portable
3.2 Weight (lbs, kg) : NA
3.3 Configuration : NA
3.4 Noise (in dBA) : NA
3.5 Heat dissipation : NA
3.6 Mobility, portability : Handheld device
4 ENERGY SOURCE (electricity)
4.1 Power Requirements : NA
4.2 Battery operated : Yes
4.3 Tolerance (to variations, shutdowns): NA
4.4 Protection : NA
4.5 Power consumption : NA
5 ACCESSORIES, SPARE PARTS, CONSUMABLES
5.1 Accessories (mandatory, standard, optional); Spare parts (main ones);
Consumables / reagents (open, closed system)
1) Battery -2nos
2) Reusable EAR specula of 2mm, 3mm, and 4mm three from each. The specula
should be autoclavable.
2) Storage case (rigid and steady)
6) ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS:
6.1 Atmosphere / Ambiance (air conditioning, humidity, dust ...)
1) Operating condition: Capable of operating continuously in ambient temperature
of 10 to 40 deg C and relative humidity of 15 to 90% in ideal circumstances.
2) Storage condition: Capable of being stored continuously in ambient temperature
of 0 to 50 deg C and relative humidity of 15 to 90%.
6.2 User's care, Cleaning, Disinfection & Sterility issues Disinfection:

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
102
Parts of the Device that are designed to come into contact with the patient or the
operator should either be capable of easy disinfection or be protected by a single
use/disposable cover.
7 STANDARDS AND SAFETY
7.1 Certificates (pre-market, sanitary, ..); Performance and safety standards
(specific to the device type);Local and/or international
1) Product should be USFDA/CE approved
2) Should have IEC 60601-1/IEC 60601-1-2/CE (EU) certificate;
3) Manufacturer / supplier should have ISO 13485 certificate for quality standard;

8 TRAINING AND INSTALLATION


8.1 Pre-installation requirements: nature, values, quality, tolerance: NA
8.2 Requirements for sign-off Certificate of calibration and inspection from the
manufacturer
8.3 Training of staff (medical, paramedical, technicians)
1)Training of users on operation and basic maintenance;
2)Advanced maintenance tasks required shall be documented
9 WARRANTY AND MAINTENANCE
9.1 Warranty: 3 years including bulb
9.2 Maintenance tasks
1) Maintenance manual detailing;
2) Complete maintenance schedule;
9.3 Service contract clauses, including prices:
1) The spare price list of all spares and accessories required for maintenance and
repairs in future after guarantee / warranty period should be attached.
2) Free servicing (min. 2/year) during warranty period
10 DOCUMENTATION
10.1 Operating manuals, service manuals, other manuals Should provide 2
sets(hardcopy) of:-
1)User, technical, maintenance and service manuals to be supplied along with
machine diagrams;
2)List of equipment and procedures required for local calibration and routine
maintenance;
3)Certificate of calibration and inspection;
10.2 Other accompanying documents List of important spares and accessories,
with their part numbers and cost;

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
103
4. ABR SCREENER
GMDN name: Auditory Brainstem Response
GENERAL
1 USE
1.1 Clinical purpose: Auditory brainstem response (ABR) audiometer is a
neurologic test of auditory brainstem function in response to auditory (click)
stimuli.ABR is used for newborn hearing screening, auditory threshold estimation,
intraoperative monitoring, determining hearing loss type and degree, and auditory
nerve and brainstem lesion detection.
1.2 Used by clinical department/ward : ENT

TECHNICAL
2 TECHNICAL CHARACTERISTICS
2.1 Technical characteristics (specific to this type of device)
 It should be a hand held machine with LCD display.
 It should automatically control the probes and control the artifacts.
 The Stimulus should be Click type having 10ms width.
 The stimuli Polarity are of Rarefaction, Condensation, and Alternating
 The stimulus Rate: 31 to 61 per second or better
 Stimulus Intensity: 0 to 100dB in 5dB steps
 Measurement Accuracy: ± 1 dBSPL
 Input Frequency Range: 30Hz to 3,000Hz
Automated Impedance Testing
 Automated Pass criteria:
 Stimulus types: Clicks, tone burst (500 to 8000 Hz) of different window,
 Filtered Click, Chirps and External stimuli
 Stimulus Rate: 0.1 to 180/s
 Masking facility: Contra lateral masking - Narrow band noise & wide band
noise
 Time window: 0 to 20sec
 Transducers: Insert Earphones with fitting of ear probe and also with reusable
ear cup/Hug; Compatible headphones light weighted, easy to use in
newborns and noise occluding type.
 Facility of adjusting Noise rejection level
 Automatic signal-to-noise ratio and residual noise calculations.
2.2 User's interface: Manual
2.3 Software and/or standard of communication (where ever required) NA

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
104
3 PHYSICAL CHARACTERISTICS
3.1 Dimensions (metric) : NA
3.2 Weight (lbs, kg) NA
3.3 Configuration : NA
3.4 Noise (in dBA) : NA
3.5 Heat dissipation : NA
3.6 Mobility, portability : Handheld device
4 ENERGY SOURCE (electricity)
4.1 Power Requirements: NA
4.2 Battery operated : Yes
4.3 Tolerance (to variations, shutdowns) : NA
4.4 Protection : NA
4.5 Power consumption : NA
5 ACCESSORIES, SPARE PARTS, CONSUMABLES
5.1 Accessories (mandatory, standard, optional); Spare parts (main ones);
Consumables / reagents (open, closed system)
1) Battery
2)Insert Ear phone
2) Reusable EAR specula of 2mm, 3mm, 4mm two from each. The specula should be
autoclavable.
2) Storage case (rigid and steady)"

6 ENVIRONMENTAL AND DEPARTMENTAL CONSIDERATIONS


6.1 Atmosphere / Ambiance (air conditioning, humidity, dust ...)
1)Operating condition: Capable of operating continuously in ambient temperature of
10 to 40 deg C and relative humidity of 15 to 90% in ideal circumstances.
2)Storage condition: Capable of being stored continuously in ambient temperature of
0 to 50 deg C and relative humidity of 15 to 90%."
6.2 User's care, Cleaning, Disinfection & Sterility issues Disinfection:
Parts of the Device that are designed to come into contact with the patient or the
operator should either be capable of easy disinfection or be protected by a single
use/disposable cover.
7 STANDARDS AND SAFETY
7.1 Certificates (pre-market, sanitary, ..); Performance and safety standards
(specific to the device type);Local and/or international
1) Product should be USFDA/CE (notified) approved
2) Should have IEC 60601-1/IEC 60601-1-2/CE (EU) certificate;
3) Manufacturer / supplier should have ISO 13485 certificate for quality standard;"

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
105
8 TRAINING AND INSTALLATION
8.1 Pre-installation requirements: nature, values, quality, tolerance NA
8.2 Requirements for sign-off Certificate of calibration and inspection from the
manufacturer
8.3 Training of staff (medical, paramedical, technicians)
1) Training of users on operation and basic maintenance;
2) Advanced maintenance tasks required shall be documented
9 WARRANTY AND MAINTENANCE
9.1 Warranty : 3 years
9.2 Maintenance tasks
1) Maintenance manual detailing;
2) Complete maintenance schedule;"
9.3 Service contract clauses, including prices:
1) The spare price list of all spares and accessories required for maintenance and
repairs in future after guarantee / warranty period should be attached;
2) Free servicing ( min. 2/year) during warranty period;
10 DOCUMENTATION
10.1 Operating manuals, service manuals, other manuals:
Should provide 2 sets (hardcopy) of:-
1) User, technical, maintenance and service manuals to be supplied along with
machine diagrams;
2) List of equipment and procedures required for local calibration and routine
maintenance;
3) Certificate of calibration and inspection;"
10.2 Other accompanying documents List of important spares and accessories,
with their part numbers and cost;
11 NOTES
11.1 Service Support Contact details (Hierarchy Wise; including a toll
free/landline number) "Contact details of manufacturer, supplier and local
service agent to be provided;
Any Contract (AMC/CMC/add-hoc) to be declared by the manufacturer;"
11.2 Recommendations or warnings: Any warning signs would be adequately
displayed

5. AUDIOMETER
Product Quality Standard:
 Should be CE/USFDA/BIS approved model.
 Manufacturer should be ISO 13485 certified

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
106
Technical Specifications:
1. Light weight with suitable carrying case to accommodate the main unit and
accessories.
2. Channels: 2 separate channels with independent attenuators.
3. Test frequencies 250Hz to 8000Hz
4. Hearing level range :
5. Air-conduction 10db to 120 db
6. Bone -10db to 80db(approx)
7. Masking 10db to 90 db (approx) narrow band, wide band
8. Attenuator: 2.5db and 5 dB steps
9. Stimulus: continuous and pulsed or wearable tone
10. Total Harmonic distortion:
11. Air: less than 2.5 % / bone: less than 5%
12. LCD display of test frequencies and intensity of test tone.
13. Power supply : suitable mains adapter: 230 VAC
14. Standard accessories
 -Microphone -Headphone
 -Patients' response switch required by the system
 -Power cord-Bone vibrator
 -Carrying case to accommodate the main unit & accessories
 -Headphone TDH 39 and TDH 49

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
107
SECTION –VIII

FORMATS FOR SUBMISSION OF


BID

(Technical Bid)

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
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/
3
BG (s) 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 2013-14, 2014-15 & 2015-16
(Provisional statement of account shall not be
considered)

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
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/
Importer along with their own turnover for 2013-
14, 2014-15 & 2015-16 (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)

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


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

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
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
110
scanned document to be uploaded in the e-tender portal before the
scheduled date & time.

4) In the e-tender portal, the bidders can find two files for uploading of
their technical bid.

For management of space, the bidders can serially arrange their


documents as per check list T1, create two equal sized PDF Files and
upload them.

The BOQ file (Excel file) and other price format (in PDF) are to be
uploaded in the price bid.

5) A Copy of the all the above documents uploaded in the technical bid
shall also to be submitted along with 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 of Ophthalmic & Audiology Equipment
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


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

2.

3.

4.

5.

6.

Signature of the Bidder:

Date:

Official Seal:

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
112
Format – T3
(To be submitted in Part I -Technical Bid)
DETAILS OF EMD SUBMITTED

Sl. Name of Equipment Instrument No., EMD Amount (Rs.)


No. Date & Name of
Bank

TOTAL (Rs.)

Signature of the Bidder:

Date:

Official Seal:

Note: The bidder may quote for any or all the equipments by submitting the
required EMD(s) for that equipment. The EMD may be furnished in one
instrument in shape of one DD /BG or multiple DD / BG & the details of
DD / BG (s) are to be furnished in Format T3)

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
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 Business ( 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
Name designation & Address of the person(s) responsible to the company as per Sec.
34 of D & C Act 1940.

7 Name Designation

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
114
Whether the Owner/Proprietor/Chairman/CEO/Director/Managing Partner
has been convicted of an offence for supplying NSQ/
7 Yes / No
Spurious/Adulterated/ Misbranded drugs by any competent court of law
within the last 3 years from the date of floating of the tender.
Other relevant Information to be furnished in a separate sheet
:- If the bidder is blacklisted/banned/de-recognised from supplying drugs within the
8 last 3 years from the date of floating of the tender by authorities as mentioned in
Clause No. 5.2.8.
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) :

e. IFS Code of the :


Bank

Signature of the
Date: Office Seal bidder /
Authorised
signatory

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
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 & installation
of Laboratory Equipments (Name of the equipment as per Format T2). 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/2016-17/EQP-OPTH/15 along with the subsequent amendment, if any.
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(three) 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. In case
I/We are de-recognized / black listed/banned/ by any State Govt. / Union Territory /
Govt. of India / Govt. Organization / Govt. Health Institutions/ State Medical
Corporations and or convicted by any court of law on and from the date of
floating of the tender, I/We undertake to inform the same to OSMCL. I/we also
under take that, I/we are not involved in any unfair/fraudulent practice.
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 of Ophthalmic & Audiology Equipment
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 of Ophthalmic & Audiology Equipment
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) as
_____________(Importer / Distributor) 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. In case distributor is quoting through the importer, then the
manufacturer has to give authorization to importer and the importer has to give the
authorization to the distributor in the above format.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
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. Financial Year Turnover in (Rs.)


No. both in words and figures
1. 2013- 14
2. 2014 – 15
3. 2015-16

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 statements of the last three years/ Annual Reports and the
turnover figure should be highlighted there.

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
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
No. (Address of purchaser) Date Model Contract functioning
(attach documentary (Rs.) satisfactorily
proof)* (attach documentary
proof)**

1.

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 of Ophthalmic & Audiology Equipment
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.

2.

..

..

..

(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 of Ophthalmic & Audiology Equipment
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 of Ophthalmic & Audiology Equipment
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 (under the respective bid reference No.)

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 The bidders shall have to
quote the price of CMC (only for items where mentioned as “Yes” in the
schedule of requirement) 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 of Ophthalmic & Audiology Equipment
123
mentioned as “Yes” in the Section V - Schedule of Requirement. 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 of Ophthalmic & Audiology Equipment
124
SECTION –IX

ANNEXURES
(Required to be executed by the successful
bidder)

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
125
Annexure I

AGREEMENT

THIS AGREEMENT made the…........... day of …............., 20…..... between ODISHA STATE
MEDICAL CORPORATION LTD., represented by the Managing Director 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
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:

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
126
1) Basic Price

Brief Quantity Sales Tax & other


Sl. Unit Total Amount
Description to be Taxes
No. Price (3 x 4)
of goods supplied 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 of Ophthalmic & Audiology Equipment
127
Annexure IIA

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
128
Annexure IIB

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
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 Equipment
Manufacturer’s name Qty.
No. Accessory 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 of Ophthalmic & Audiology Equipment
130
Annexure IV

TWO MONTHS’ 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:
Purchase Order
Make / Manufacturer
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 of Ophthalmic & Audiology Equipment
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. &
of the institution Seal

Date:
Date:
Seal of supplier:
Hospital Seal :

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
132
Annexure V
Bank Guarantee Format for furnishing EMD

Whereas............................................................................. (hereinafter called the “tenderer”) has


submitted their offer dated......... for the supply of .................................. (hereinafter called the
“tender”) against the purchase’s tender enquiry No...............

KNOW ALL MEN by these presents that WE.................................................................... of


............................................. having our registered office at ................................... are bound unto
.................................... (hereinafter called the “purchaser”) in the sum of ................................ for
which payment will and truly to be made to the said purchaser, the bank binds itself, its successors and
assigns by these presents.

Sealed with the common seal of the said Bank this ............................ day of ...............20......

THE CONDITION OF THIS OBLIGATION ARE:


1. If the tenderer withdraws or amends, impairs or derogates from the tender in any respect
within the period of validity of this tender.
2. If the tenderer having been notified of the acceptance of his tender by the purchaser during
the period of its validity:-
a) If the tenderer fails to furnish the performance security for the due performance of the
contract.
b) Fails or refuses to accept/execute the contract.
WE undertake to pay the purchaser up to the above amount upon receipt of its first written demand,
without the purchaser having to substantiate its demand, provided that in its demand the purchaser will
note that the amount claimed by it is due to it owing to the occurrence of one or both two conditions,
specifying the occurred condition or conditions.

This guarantee shall be valid until the ......day of ...........20.........

We the ......................................................Branch..........................................undertake not to


revoke the guarantee during its currency expect with the previous consent of the ODISHA STATE
MEDICAL CORPORATION LTD. in writing.

We the ......................................................Branch.......................................... further agree that a


mere demand by ODISHA STATE MEDICAL CORPORATION LTD. is sufficient for
us........................................ Branch at Bhubaneswar to pay the amount covered by the Bank
Guarantee without reference to the said Agency and protest by said Agency cannot be valid ground for
us..............................................Branch to decline payment to ODISHA STATE MEDICAL
CORPORATION LTD.
.................................
(Signature of the authorized officer of the Bank)
....................................................................
Name and designation of the officer
.................................................................
.................................................................
Seal, name & address of the Banks and address of the Branch

N.B.: Bank Guarantee from Structured Financial Messaging System (SFMC) enabled Bank
shall only be accepted.
Our Bank details for generating Bank Guarantee are as follows:
IFS Code – UBIN0538086, Branch Code – 538086

OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
133
Annexure VI
Bank Guarantee Format for Performance Security
To
The Managing Director
Odisha State Medical Corporation Ltd.,
In front of Ram Mandir, Convent Square, Unit-III, Bhubaneswar-751007

WHEREAS.................................................................................................. (name and


address of the supplier) (here in after called “the supplier”) has undertaken, in pursuance of contact
no..............dated................. to supply........................................(description of goods and services)
(herein after called “the contract”).

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

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

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf
of the supplier, up to a total 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.

This guarantee shall be valid until the ......day of ...........20.........

We the ......................................................Branch.......................................... undertake not to


revoke the guarantee during its currency expect with the previous consent of the ODISHA STATE
MEDICAL CORPORATION LTD. in writing.
We ......................................................Branch.......................................... further agree that a mere
demand by ODISHA STATE MEDICAL CORPORATION LTD. is sufficient for
us........................................ Branch at Bhubaneswar to pay the amount covered by the Bank
Guarantee without reference to the said Agency and protest by said Agency cannot to valid ground for
us.............................................. Branch to decline payment to ODISHA STATE MEDICAL
CORPORATION LTD.
.................................
(Signature of the authorized officer of the Bank)
.....................................................................
Name and designation of the officer
.................................................................
.................................................................
Seal, name & address of the Banks and address of the Branch
N.B.: Bank Guarantee from Structured Financial Messaging System (SFMC) enabled Bank
shall only be accepted.
Our Bank details for generating Bank Guarantee are as follows:
IFS Code – UBIN0538086, Branch Code – 538086
OSMCL: Bid Document for the supply of Ophthalmic & Audiology Equipment
134

You might also like