Download as pdf or txt
Download as pdf or txt
You are on page 1of 6

GOVERNMENT OF INDIA

DR. RAM MANOHAR LOHIA HOSPITAL, NEW DELHI

Tender No. 4-02/2019-LH(S)/5247-56 Date 28-05-2019

(Please quote this reference at the top of sealed envelope)

Limited Tender for the procurement of: Elisa kits for Biochemistry (Specification enclosed)

Date of Closing the Tender: 17-06-2019 Time of Closing the Tender: 2:00 PM

Date of Opening the Tender: 17-06-2019 Time of Opening the Tender: 2:30 PM

(Single Bid)

Subject: Conclusion rate agreement for the supply of items, mentioned in the enclosed schedule required for
the use of Dr. RML Hospital New Delhi.

It is proposed to enter into a rate agreement between your firm herein after to as contractor and the Medical
Superintendent, Dr. RML Hospital for and on behalf of the President of India, herein after referred to as
purchase for the supply of items listed in the enclosed schedule.

1. The agreement shall be valid for two years from the date of opening of tender. However, the Medical
Superintendent reserve the right at his discretion to increase or decrease the validity period, after due date of
expiry, depending on essentiality of the item and position of new tender agreement.
2. If the tenderer fails to supply the items within 30 days of dispatch of supply order for Indian items & 90
days for imported items, liquidated damages for a sum equivalent to 0.5% of the value of the order for
each week of delay or part thereof up to a maximum of 10% will be deducted from the contract price and
risk purchase will be made from next lowest at the cost of supplier without any notice. In the event of failure
to supply the items within delivery period, in addition to recovery already stated, difference of amount will be
charged from defaulter firm and to be deducted from the earnest money/any other dues. However in case
of non-supply, the earnest money will be forfeited. However Medical Superintendent has the discretion to
extend the delivery period without penalty if satisfied by the reason of delay.
3. It will be condition that the prices charged for the stores supplied to the hospital shall in no event exceed the
lowest, at which the contractor sells the stores to any other/institution. If any time during the contract period
the contractor reduce the sale price entered into the rate agreement, he will notify such reduction to the Medical
Superintendent.
4. Rates should be quoted on F.O.R/FOB (Dr. R.M.L. Hospital) basis, as the case may be, NMIC & CDEC
will not provided by the hospital for items quoted in Indian Currency.
5. All Bidders are requested to submit their bank details in duplicate on letter Head to release payment
through ECS.
6. The Earnest Money (Bid Security) amounting to Rs. 10,000/- (Rupees Ten Thousand Only) in the shape
of BANK DRAFT (valid for three months) payable at New Delhi in favour of Pay & Accounts Officer,
Dr. R.M.L Hospital, New Delhi, should be deposited alongwith tender, failing which the tender will be
rejected. No other form of earnest money will be considered.
7. The quantity shown in the schedule is an estimated requirement and there is no guarantee that the order for
the same will be placed, it may change as per requirement of the hospital or can be totally cancelled after
giving order by competent authority.
8. No figures or word should be overwritten. In-correct word/figures should be scored off and rewritten under
your initials.
9. Excise duty, GST Tax and other taxes, where legally livable should be distinctly shown along with price
quoted, in case it is not done, no claim regarding excise duty/sales tax etc. W ill be entertained in future.
In case there is a revision in the existing rate of duty by the Government, the same will be paid subject to
production of satisfactory documentary proof.

P.T.O
-2-
10. Quotation should be as per SI. No. of tender and strictly according to specification mentioned in the schedule.
11. Samples must be submitted in duplicate one day before the opening of tender in Procurement Section of this
hospital. Samples submitted to be marked seriatim as per tender list along with mark of identification of the
participating firm. Failure to do so shall render the quotations liable to ignored. Approved samples shall be
retained for comparison with the supplies made. Such approved samples may be returned or adjusted as
considered by the purchaser.
12. Decision of the Medical Superintendent will be final & binding to all concerned.
13. All the damages in transit or manufacturing defect etc. Detected at the time of supply shall be at the risk &
cost of contractor.
14. All samples/ supplies rejected shall be removed by the supplier or through his authorized representatives within
the period of 15 days from the date of submission/ intimation. If the goods are not collected within the
stipulated period it will be disposed off in any manner deemed fit by the purchaser.
15. The Medical Superintendent, Dr. R.M.L Hospital reserves the right at his discretion to accept or reject any
tender at any stage in part or full without assigning any reason whatsoever.
16. All stores received shall be subject to inspection on receipt of the stores & the purchaser shall have full
discretion to accept or reject either the entire supply or any part thereof and his decision in this regard shall be
final & binding on the supplier. This form together with the schedule shall be deposited in the tender box
lying near Reception Counter, Old Building in the envelop duly sealed, page number should be marked
on each page of bid.
17. Latest ITCC & STCC should be enclosed in the Technical bid.
18. The offers of manufacturer or their authorized distributor/dealer will only be considered. The name of
manufacturer should be mentioned against each item. Authorization certificate should be attached with
quotation, failing which their tender will be rejected.
19. The tenderer should strictly quote appropriate product of a single manufacturer. Offer of multiple
manufacturer against a particular item will not be considered.
20. Tenderer should submit the Latest performance certificate for last two years from any Govt. Institutes
along with tender documents.
21. Tenderer should submit an undertaking that all terms & condition as mentioned in this tender are acceptable
to them, along with tender documents.
22. Failure to supply any item quoted, after receiving the order, will be treated as a disqualification for taking part
in future tender.
23. The Medical Superintendent reserves the right to impose any penalty deemed appropriate if supplied material
is found defective and not as per samples submitted, including not placing any further orders for the concerned
item.
24. Training Should be provided at the installation site, at their own expenses.
25. Outstation bidders should ensure that their quotation must be deposited in the tender box lying near
Reception counter, Old Building, before opening of bid.

-sd-
Chief Medical Officer I/c (Procurement)
For: Medical Superintendent.
LIST OF ITEM WITH SPECIFICATIONS

1. Anti-Tissue Transglutaminase IgA (Anti-TTG) ELISA kit:


2. The kit should be for 96 tests
3. Kit should be for IVD use and CE certified/FDA approved
4. Normal range for patients must be given.
5. Linearity of the kit must be up to 200 U/ml or more.
6. Sensitivity should be more than 2 U/ml.
7. Kit components should preferably be ready to use.
8. Control must be provided with the kit
9. Assay Time: should not be more than 2 hours.
10. There must be at least one order copy and satisfactory performance certificate from a Government institute.
11. Shelf life of unopened kit should be at least 6 months
12. Clear instructions for sample dilution (if any) should be mentioned.

2. Stool for Occult Blood:


1. Rapid Card test with principle of monoclonal antibody based immunoassay.
2. Minimum of 30 cards should be in the kit.
3. European CE/FDA approved. Certificate to be provided
4. Shelf life > 8 months
5. Assay duration should not be more than 10 minutes.
6. Kit must have controls with it.
7. Kit should be provided with stool containers.

3. Specifications for serum Ceruloplasmin Reagent Kit

1. Should be based upon Photometry/Immunoturbidimetry method.


2. Should be used in fully automated clinical chemistry analyzer (Beckman Coulter or Ortho-clinical diagnostics)
in random access mode without reagent carry over concerns.
3. The program sheet for Beckman Coulter and/or Ortho-clinical Diagnostics should be provided along with the
tender documents.
4. Precision :Within-run and within-laboratory precision should be ≤5%
5. FDA/ European CE approved. Certificate to be provided
6. Shelf life of the kit should be > 6 months
7. Reagent kit must be supplied along with calibrator/s and controls.
8. Reagents should be liquid and ready to use
9. Performance certificate within last three years from at least one government hospital/institute or any NABL
accredited lab should be provided.

4. Serum 17-OHP ELISA Kit:


1. Sample: Should be able to analyze serum/plasma
2. Detection range: 0-20ng/ml
3. Kit should be Quantitative: Yes
4. Assay Procedure time: 75 minutes(Max)
5. Assay sensitivity: 0.09ng/ml
6. Intra-assay and Inter-assay CV% should be <9% and <10% respectively
7. Expiry must be more than six months at 2-8°C
8. No other equipment/instrument except ELISA reader and washer should be required during assay procedure
9. CE certified and IVD use.
10. Ready to use
11. Specificity should be 90-100%.
5. Serum IGF-1 ELISA Kit:

1. Sample: Should be able to analyze serum/plasma


2. Detection range: 0.1-50 ng/ml
3. Kit should be Quantitative: Yes
4. Assay Procedure time: 120 minutes(Max)
5. Assay sensitivity: <0.1 ng/ml
6. Intra-assay and Inter-assay CV% should be <7%
7. Expiry must be more than six months at 2-8°C
8. No other equipment/instrument except ELISA reader and washer should be required during assay procedure
9. CE certified and IVD use.
10. Ready to use
11. Specificity should be 90-100%.

6. Plasma ACTH ELISA Kit:

1. Sample: Should be able to quantify ACTH levels in plasma


2. Detection range: 0.01-400 pg/ml
3. Kit should be provided along with standards and controls.
4. Kit should be Quantitative: Yes
5. Assay Procedure time: should be approximately four hours
6. Assay sensitivity: < 0.8 pg/ml
7. Intra-assay and Inter-assay CV% should be <10%
8. Expiry must be more than six months at 2-8°C
9. No other equipment/instrument except ELISA reader and washer should be required during assay procedure
10. CE certified, FDA approved and IVD use.
11. Ready to use
12. Specificity should be 90-100%.

7. Serum Calcitonin ELISA Kit:


1. Sample: Should be able to analyze serum/plasma
2. Detection range: 0-400pg/ml
3. Kit should be Quantitative: Yes
4. Assay Procedure time: 4 hours(Max)
5. Assay sensitivity: < 1pg/ml
6. Intra-assay and Inter-assay CV% should be < 6%.
7. Expiry must be more than six months at 2-8°C
8. No other equipment/instrument except ELISA reader and washer should be required during assay procedure
9. CE certified/FDA approved and IVD use.
10. Ready to use
11. Specificity should be 90-100%.
12. Kit should be provided along with standards and controls.
8. Serum Tacrolimus Kit:
1. Homogenous particle-enhanced turbidimetric immunoassay/homogenous enzyme
immunoassay technique method.
2. Should be programmable in fully automated clinical chemistry analyzer (Beckman AU
systems) and orthoclinical diagnostics systems in random access mode without reagent
carry over concerns.
3. Two reagent chemistry and preferably all reagents should be ready to use.
4. Precision: Within-run and within-laboratory precision should not exceed CLIA
guidelines.
5. FDA/European CE approved certification should be there for reagent kits.
6. Shelf life of unopened kit should be > 8 months.
7. Minimum 3-4 months of on board stability.
8. Kit must have calibrator/s and controls with it.
Specifications for Urinalysis Controls:

1. Ready-to-use urine control formulated to monitor the precision of dipstick and microscopic analyzers.
2. True third party controls.
3. Matrix should be 100% human urine based.
4. US FDA approved
5. Pack size 12x10 ml glass vials
6. Open vial stability 5-7 days at 2-8°C and 2-3 weeks at -20°C.
7. Bi –level(6 of each vial)
8. Method wise/instrument wise values with target and mean should be mentioned in the value sheet of the
urine controls.
9. The following parameters should be covered: Chloride, Sodium, Potassium, Protein(Total), calcium,
phosphate(inorganic), urea, uric acid, creatinine, glucose, magnesium, microalbumin, osmolality,
oxalate, amylase, copper, cortisol.
10. Desirable parameters: Vanillylmandelic acid(VMA), 5-HIAA, Dopamine, Epinephrine, Metanephrine,
Norepinephrine, Normetanephrine

You might also like