<<

WEST BENGAL MEDICAL SERVICES CORPORATION LIMITED - GoWB Through

United Nations Office for Project Services, 11 Golf Links, New Delhi-110 003

INTERNATIONAL COMPETITIVE BIDDING FOR THE SUPPLY MEDICAL EQUIPMENTS FOR THE HOSPITALS AND MEDICAL COLLEGES OF THE GOVERNMENT OF

UNOPS IFB No. UNOPS/IPO/WBMSC/EQUIP/03/2010

Amendment –II dated December 07, 2010

The following amendments are hereby made to the bid document for the supply of Medical Equipments for the Hospitals and Medical Colleges of the Government of West Bengal, with reference to the above mentioned IFB:

1. The amended time lines are as given below:

Last Date and Time for December 16 , 2010 by 1730 hr (IST) seeking clarification Email Id: [email protected] December 24, 2010 by 1300 Hrs. (IST) Last Date, Time and Place at UNOPS Procurement Office at 11 of Receiving of Bids Golf Links, New Delhi-110003 December 24, 2010 at 1315 Hrs. (IST) Date, Time and Place at UNOPS India Procurement Office at 11 of Bid Opening Golf Links, New Delhi-110003 Note: 1. All times shown are as per the Indian Standard Time; and 2. Bids submitted at any other address shall be summarily rejected

2. In Section I. Instructions to Bidders, under “B. Contents of Bidding Documents”, clause 7.1, under “C. Preparation of Bids”, clause 15, clause 20.1 and 21.2(d), under “D. Submission and Opening of Bids”, clause 24.1 and clause 27.1, and under “E. Evaluation and Comparison of Bids”, clause 37.2, the following replacements are hereby made:

For Read Clause Clarification of Bidding Documents Clarification of Bidding Documents 7.1 A prospective Bidder requiring any A prospective Bidder requiring any clarification of the Bidding clarification of the Bidding Documents shall contact UNOPS in Documents shall contact UNOPS in writing at writing at [email protected]. [email protected]. UNOPS will respond in writing to any UNOPS will respond in writing to any request for clarification, provided that request for clarification, provided that such request is received no later than such request is received not later than two (2) days prior to the deadline for 1730 hours on 16th December submission of bids. UNOPS shall 2010. UNOPS shall forward copies of forward copies of its response to all

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

those who have acquired the Bidding its response to all those who have Documents directly from it, including acquired the Bidding Documents a description of the inquiry but directly from it, including a without identifying its source. description of the inquiry but without identifying its source. Clause Currencies of Bid Currencies of Bid 15 The Bidder shall quote in USD, Euro The Bidder shall quote in USD, Euro, or INR only. INR or any freely convertible currency. Clause Period of Validity of Bids Period of Validity of Bids 20.1 Bids shall remain valid for a period Bids shall remain valid for a period of 90 days (22nd March 2011) after of 90 days (24th March 2011) after the bid submission deadline date the bid submission deadline date prescribed by UNOPS. A bid valid prescribed by UNOPS. A bid valid for a shorter period shall be rejected for a shorter period shall be rejected by UNOPS as non responsive. by UNOPS as non responsive.

Clause Bid Security Bid Security 21.2(d) The Bid Security shall be in original, The Bid Security shall be in original, in favour of UNOPS , 11 Golf Links in favour of UNOPS , 11 Golf Links New Delhi, in the amount as New Delhi, in the amount as provided in the Schedule of provided in the Schedule of Requirements, and denominated in Requirements, and denominated in a freely convertible currency, and a freely convertible currency, and shall: shall: ...... (d) remain valid for a period of 15 (d) remain valid for a period of 15 days beyond the validity period days beyond the validity period of the bids (6th April 2011), as of the bids (8th April 2011), as extended, if applicable, in extended, if applicable, in accordance with Instructions to accordance with Instructions to Bidders Clause 20.2; Bidders Clause 20.2;

Clause Deadline for Submission of Bids Deadline for Submission of Bids 24.1 Bids must be received by UNOPS Bids must be received by UNOPS at 11 Golf Links New Delhi- at 11 Golf Links New Delhi- 110003 and no later than 1300 Hrs. 110003 and no later than 1300 Hrs. (IST) on 22 December, 2010 (IST) on 24 December, 2010

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Clause Bid Opening Bid Opening 27.1 UNOPS shall conduct the bid UNOPS shall conduct the bid opening in opening in public at the following public at the following address, date and address, date and time. time. UNOPS India Procurement UNOPS India Procurement Office, Office, 11 Golf Links 11 Golf Links 2nd Floor Conference Room 2nd Floor Conference Room New Delhi -110003, India New Delhi -110003, India

Date: 22 December, 2010 Date: 24 December, 2010 Time: 1315 hrs (Indian Time: 1315 hrs (Indian Standard Time) Standard Time)

Bids submitted at any other address shall be summarily rejected

Clause Comparison of Bids Comparison of Bids 37.2 Bid comparison will be made on the Bid comparison will be made on the total DDP cost, delivered to final total CPT cost, delivered to final destination destination

3. In Section IV. Schedule of Requirements, under “1. List of Goods and Delivery Schedule”, the following are hereby replaced: i. List of Goods ii. Delivery & Completion Schedule iii. Terms of Delivery iv. Consignee Distribution List (referred also as Annexure)

LIST OF GOODS

List of Goods and Quantity Sch. Description of Goods Quantity Unit Bid Security in No. INR/USD Consignee List 1 Radiant Warmer‐ with Bassinet 2% of the total CPT price 1 228 Numbers (LR) quoted/offered 2% of the total CPT price 2 Wall Mounted Radiant Warmer 205 Numbers quoted/offered 2% of the total CPT price 3 Oxygen Concentrator 299 Numbers quoted/offered Shadowless lamp (Mobile 2% of the total CPT price 4 235 Numbers Examination Light) with stand quoted/offered 2% of the total CPT price 5 Manual Resuscitator 228 Numbers quoted/offered

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

List of Goods and Quantity Sch. Description of Goods Quantity Unit Bid Security in No. INR/USD 2% of the total CPT price 6 Foot sucker 228 Numbers quoted/offered 2% of the total CPT price 7 Foetal Doppler 3200 Numbers quoted/offered Consignee List 2 Radiant Warmer‐ with Bassinet 2% of the total CPT price 8 257 Numbers (LR) quoted/offered 2% of the total CPT price 9 Wall Mounted Radiant Warmer 186 Numbers quoted/offered 2% of the total CPT price 10 Oxygen Concentrator 323 Numbers quoted/offered Shadowless lamp (Mobile 2% of the total CPT price 11 263 Numbers Examination Light) with stand quoted/offered 2% of the total CPT price 12 Manual Resuscitator 257 Numbers quoted/offered 2% of the total CPT price 13 Foot sucker 257 Numbers quoted/offered 2% of the total CPT price 14 Foetal Doppler 3168 Numbers quoted/offered Consignee List 3 Radiant Warmer‐ with Bassinet 2% of the total CPT price 15 294 Numbers (LR) quoted/offered 2% of the total CPT price 16 Wall Mounted Radiant Warmer 256 Numbers quoted/offered 2% of the total CPT price 17 Oxygen Concentrator 360 Numbers quoted/offered Shadowless lamp (Mobile 2% of the total CPT price 18 301 Numbers Examination Light) with stand quoted/offered 2% of the total CPT price 19 Manual Resuscitator 294 Numbers quoted/offered 2% of the total CPT price 20 Foot sucker 294 Numbers quoted/offered 2% of the total CPT price 21 Foetal Doppler 4328 Numbers quoted/offered Consignee List 4 2% of the total CPT price 22 Phototherapy Unit 334 Numbers quoted/offered

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

List of Goods and Quantity Sch. Description of Goods Quantity Unit Bid Security in No. INR/USD 2% of the total CPT price 23 Pulse Oxymeter 160 Numbers quoted/offered

Delivery & Completion Schedule:

For Schedules 1 to 23:

i. Delivery to all Consignees within 75 days from the date of issue of the Purchase Order/Contract as per the Consignee Distribution List (enclosed as Annexure)

ii. Installation, training & commissioning:

Installation, Training (Paramedics and end users on proper usage of equipments and maintenance) and Commissioning as per the Consignee Distribution List within 60 days from the respective dates of delivery of the goods to the Consignees (15 days extra may be assigned for proper conduct of training). Wherever the equipments are such that their installation is not required/applicable, general demonstration and training on the equipments to the end users will suffice for the purpose of this clause.

Terms of Delivery (Schedules 1 to 23):

CPT final destination as given in the Consignee wise Distribution List (Annexure) below:

Note: a) The responsibility of arranging all required documents, including Custom clearance (if applicable), Road Permits etc. is of the Supplier.

b) Installation of Medical Equipments will be at the Hospitals/Medical Colleges as per the Consignee Distribution List.

c) Training on Medical Equipments at Hospitals/Medical Colleges as per the Consignee Distribution List; however with the prior approval of the consignee(s), training for more than one centre can be organized together at one location.

NOTE: 1.) The Consignee Receipt Certificate (CRC) will be issued to the Supplier within 72 hours of the delivery at the Consignee address. 2.) Liquidated Damages (LD) will be calculated separately on: (1) delay in the delivery of the Goods to the consignees; and (2) delay in installation, training & commissioning, attributable to the supplier, and not for reasons not attributable to the Supplier.

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Annexure Consignee Distribution List

Consignee List No 1 (Schedules 1 to 7)

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 OC- RW- Name of Name of the RW- RW- RW- OC- SNCU FD N. SSL MR FS District Institution LR SNCU SNSU LR & Ward SNSU Deocharai PHC 1 0 1 1 1 1 Jamaldaha PHC 1 0 1 1 1 1 Khetifulbari 1 0 1 1 1 1 PHC Cooch- Kuchlibari PHC 1 0 1 1 1 1 Behar Moradanga 1 0 1 1 1 1 PHC Pakhihaga PHC 1 0 1 1 1 1 Panaguri PHC 1 0 1 1 1 1 Sub total 7 0 0 0 7 0 7 7 7 0

Haldibari RH 1 1 0 1 1 1 1 1 Bamanhat 1 0 1 1 1 1 BPHC Boxirhat BPHC 1 0 1 1 1 1 Changrabandha 1 0 1 1 1 1 BPHC Dewanhat 1 0 1 1 1 1 BPHC Ghosksadanga 1 0 1 1 1 1 BPHC Gosanimari Cooch- 1 0 1 1 1 1 Behar BPHC Natabari BPHC 1 0 1 1 1 1 Pundibari 1 0 1 1 1 1 BPHC Setai BPHC 1 1 0 1 1 1 1 1 Sitalkuchi 1 1 0 1 1 1 1 1 BPHC Anguldekha 1 0 1 1 1 1 PHC Nishiganj PHC 1 0 1 1 1 1 Rampur PHC 1 0 1 1 1 1 Sub total 14 0 3 0 14 3 14 14 14 0

MJN Dist Hos. 3 2 2 3 3 3 Dinhata SDH 2 2 2 1 1 2 2 2 Cooch- Mathabanga Behar 2 2 1 1 1 2 2 2 SDH Tufanganj SDH 2 2 0 1 1 2 2 2

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 OC- RW- Name of Name of the RW- RW- RW- OC- SNCU FD N. SSL MR FS District Institution LR SNCU SNSU LR & Ward SNSU Meghliganj SDH 2 0 0 1 1 2 2 2 Sub total 11 0 6 5 6 4 12 11 11 0

Cooch- Behar 32 0 9 5 27 7 33 32 32 418

Total Dak. Chaloon PHC 1 0 1 1 1 1 Dinajpur Samjhya PHC 1 0 1 1 1 1 Sub total 2 0 0 0 2 0 2 2 2 0

Harirampur 1 0 1 1 1 1 BPHC Khaspur BPHC 1 0 1 1 1 1 Kumarganj 1 0 1 1 1 1 Dak. BPHC Dinajpur Kushmandi 1 0 1 1 1 1 BPHC Rashidpur 1 0 1 1 1 1 BPHC Tapan BPHC 1 2 0 1 1 1 1 1 Sub total 6 0 2 0 6 6 6 6 0

Balurghat DH 3 12 2 2 6 4 3 3 Dak. Gangarampur 2 2 2 1 1 2 2 2 Dinajpur SDH Hili RH 1 1 0 1 1 1 1 1 Sub total 6 12 3 4 4 8 7 6 6 0

Dak. Dinajpur 14 12 5 4 12 8 15 14 14 255

Total Gorubathan 1 1 0 1 1 1 1 1 BPHC Mirik BPHC 1 1 0 1 1 1 1 1 Pedong BPHC 1 1 0 1 1 1 1 1 Batasi PHC 1 0 1 1 1 1 Gayabari PHC 1 0 1 1 1 1 Gitdubling PHC 1 0 1 1 1 1 Jaldhaka PHC 1 0 1 1 1 1 Darjeeling Lodhama PHC 1 0 1 1 1 1 Samthar PHC 1 0 1 1 1 1 Singringtom 1 0 1 1 1 1 PHC Sonada PHC 1 0 1 1 1 1 Soureni PHC 1 0 1 1 1 1 Takling PHC 1 0 1 1 1 1 Teesta PHC 1 0 1 1 1 1 Sub total 14 0 3 0 14 3 14 14 14 0

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 OC- RW- Name of Name of the RW- RW- RW- OC- SNCU FD N. SSL MR FS District Institution LR SNCU SNSU LR & Ward SNSU Matigara BPHC 1 0 1 1 1 1 Pasidewa BPHC 1 0 1 1 1 1 Rambi BPHC 1 0 1 1 1 1 Sukhia BPHC 1 0 1 1 1 1 Darjeeling Sukna BPHC 1 0 1 1 1 1 Takdah BPHC 1 0 1 1 1 1 Bagdogra PHC 1 0 1 1 1 1 Bidhan Nagar 1 0 1 1 1 1 PHC Sub total 8 0 0 0 8 0 8 8 8 0

NBMCH 3 2 3 2 3 3 3 Darjeeling DH 3 2 2 2 3 3 3 Siliguri DH 3 20 2 2 10 4 3 3 Kalimpong SDH 2 2 2 1 1 2 2 2 Darjeeling Kurseong SDH 2 2 1 1 1 2 2 2 Bijonbari RH 1 1 0 1 1 1 1 1 Khoribari RH 1 1 0 1 1 1 1 1 Naxalbari RH 1 1 0 1 1 1 1 1 Sub total 16 20 11 10 11 15 17 16 16 0

Darjeelin 38 20 14 10 33 18 39 38 38 241 g Total Banarhat PHC 1 1 1 1 1 Barobisha 1 1 1 1 1 Burungabari 1 1 1 1 1 PHC ChotoSalkumar 1 1 1 1 1 Dakshin Hanskhali 1 1 1 1 1 PHC(Rajadanga) Dhumpara PHC 1 1 1 1 1 Indong PHC 1 1 1 1 1 Jalpaiguri Kalinagar PHC 1 1 1 1 1 1 1 1 1 1 PHC M.Rangalibazna 1 1 1 1 1 PHC Moulani 1 1 1 1 1 (Lataguri) PHC Munshipara 1 1 1 1 1 PHC Oddlabari PHC 1 1 1 1 1 Ramsai PHC 1 1 1 1 1 Rangdhamali 1 1 1 1 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 OC- RW- Name of Name of the RW- RW- RW- OC- SNCU FD N. SSL MR FS District Institution LR SNCU SNSU LR & Ward SNSU PHC Sankuajhora 1 1 1 1 1 PHC Shilbarihat 1 1 1 1 1 PHC Shshujhumra 1 1 1 1 1 PHC Singimari PHC 1 1 1 1 1 PHC 1 1 1 1 1 Uttar Saripakri 1 1 1 1 1 PHC SC under 0 0 0 0 0 Rajganj SC under 0 0 0 0 0 Sub total 21 0 0 0 21 0 21 21 21 0

Bhatibari (--II) 1 1 1 1 1 1 1 RH Rajganj RH 1 1 1 1 1 1 1 Alipurduar-I 1 1 1 1 1 BPHC Alipurduar-II (Jasodanga)BP 1 1 1 1 1 HC Belacoba 1 1 1 1 1 (Sadar) BPHC Jalpaiguri Kalchini BPHC 1 1 1 1 1 Kumargram 1 1 1 1 1 BPHC Madarihat 1 1 1 1 1 BPHC Mongalbari 1 1 1 1 1 (Matiali) BPHC Sulkapara (Nagrakata) 1 1 1 1 1 BPHC Duramari PHC 1 1 1 1 1 Samuktala PHC 1 1 1 1 1 Sub total 12 0 2 0 12 2 12 12 12 0

Jalpaiguri DH 3 12 3 2 6 4 3 3 SGH 2 2 1 1 1 2 2 2 SDH 2 2 0 1 1 2 2 2 Jalpaiguri Alipurduar SDH 2 2 2 1 1 2 2 2 Dhupguri RH 1 1 0 1 1 1 1 1 RH 1 1 0 1 1 1 1 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 OC- RW- Name of Name of the RW- RW- RW- OC- SNCU FD N. SSL MR FS District Institution LR SNCU SNSU LR & Ward SNSU Maynaguri RH 1 1 0 1 1 1 1 1 Sub total 12 12 9 6 8 12 13 12 12 0

Jalpaiguri 45 12 11 6 41 14 46 45 45 550 Total Jadupur PHC 1 0 1 1 1 1 Khusida PHC 1 0 1 1 1 1 Malda Kumarganj PHC 1 0 1 1 1 1 Mothabari PHC 1 0 1 1 1 1 Samsi PHC 1 0 1 1 1 1 Sub total 5 0 0 0 5 0 5 5 5 0

Bamongola RH 1 1 0 1 1 1 1 1 Harishchandra 1 1 0 1 1 1 1 1 pur RH Manikchak RH 1 1 0 1 1 1 1 1 R.N.Roy RH 1 1 0 1 1 1 1 1 Araidaga BPHC 1 0 1 1 1 1 Bangitola BPHC 1 0 1 1 1 1 Bedrabad BPHC 1 0 1 1 1 1 Hatimari BPHC 1 0 1 1 1 1 Malatipur 1 0 1 1 1 1 BPHC Masaldabazar Malda 1 0 1 1 1 1 BPHC Milki BPHC 1 0 1 1 1 1 Moulpur BPHC 1 0 1 1 1 1 Ratua BPHC 1 0 1 1 1 1 Silampur BPHC 1 0 1 1 1 1 Bhaluka PHC 1 0 1 1 1 1 Golapganj PHC 1 0 1 1 1 1 Kumbhira PHC 1 0 1 1 1 1 Sujapur PHC 1 0 1 1 1 1 Uttar-Noapara 1 0 1 1 1 1 PHC Sub total 19 0 4 0 19 4 19 19 19 0

District 3 12 3 2 6 4 3 3 Hospital Malda Chancal RH 1 1 0 1 1 1 1 Gazole RH 1 1 0 1 1 1 1 Sub Total 5 12 2 3 4 6 6 5 5 0

Malda 29 12 6 3 28 10 30 29 29 528 Total Uttar Churaman PHC 1 0 1 1 1 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 OC- RW- Name of Name of the RW- RW- RW- OC- SNCU FD N. SSL MR FS District Institution LR SNCU SNSU LR & Ward SNSU Dinajpur PHC 1 0 1 1 1 1 Kanki PHC 1 0 1 1 1 1 Rasakhawa 1 0 1 1 1 1 PHC Sub Total 4 0 0 0 4 0 4 4 4 0

Chakulia BPHC 1 1 0 1 1 1 1 1 Dalua (Chopra) 1 1 0 1 1 1 1 1 BPHC Hemtabad 1 0 1 1 1 1 BPHC Islampur Uttar 1 0 1 1 1 1 Dinajpur (Ramganj)BPHC Itahar BPHC 1 0 1 1 1 1 Lodhan BPHC 1 1 0 1 1 1 1 1 Rampur 1 0 1 1 1 1 (Raiganj) BPHC Bangalbari PHC 1 0 1 1 1 1 Sub Total 8 0 3 0 8 3 8 8 8 0

Raiganj DH 3 12 2 2 6 4 3 3 Kaliyaganj 2 2 0 1 1 2 2 2 Uttar SGH Dinajpur Islampur SDH 2 1 1 2 2 2 Karandighi RH 1 1 0 1 1 1 1 1 Sub Total 8 12 3 3 5 8 9 8 8 0

Uttar Dinajpur 20 12 6 3 17 11 21 20 20 350

Total AJIMGANJ 1 0 1 1 1 1 AGH PHC BAHUTALI PHC 1 0 1 1 1 1 BARALA PHC 1 0 1 1 1 1 FARIDPUR PHC 1 0 1 1 1 1 HILORA PHC 1 0 1 1 1 1 JITPUR PHC 1 0 1 1 1 1 KAGRAM PHC 1 0 1 1 1 1 Murshida-- bad KHARJUNA(SA 1 0 1 1 1 1 BALDAHA) PHC PANCHTHUPI 1 0 1 1 1 1 PHC Barjimla SC 0 0 0 0 0 0 Kabilpur RCH 0 0 0 0 0 0 SC Kantakhali SC 0 0 0 0 0 0 Mirzapur RCH 0 0 0 0 0 0

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 OC- RW- Name of Name of the RW- RW- RW- OC- SNCU FD N. SSL MR FS District Institution LR SNCU SNSU LR & Ward SNSU SC Torimohini RCH 0 0 0 0 0 0 SC Sub Total 9 0 0 0 9 0 9 9 9 0

Amtala RH 1 1 0 1 1 1 1 1 Beldanga RH 1 1 0 1 1 1 1 1 Burwan RH 1 1 0 1 1 1 1 1 Jiaganj RH 1 1 0 1 1 1 1 1 Khargram RH 1 1 0 1 1 1 1 1 Sagardighi RH 1 1 0 1 1 1 1 1 Ahiron BPHC 1 0 1 1 1 1 Anupnagar 1 0 1 1 1 1 BPHC Beldanga BPHC 1 0 1 1 1 1 Bharatpure 1 0 1 1 1 1 BPHC Farakka BPHC* 1 0 1 1 1 1 Godhanpara 1 0 1 1 1 1 BPHC Gokarna BPHC 1 0 1 1 1 1 Hariharpur 1 0 1 1 1 1 Murshida-- BPHC bad Kanapukur 1 0 1 1 1 1 BPHC Kanasubarna 1 0 1 1 1 1 BPHC Mahesail BPHC 1 0 1 1 1 1 Nabagram 1 0 1 1 1 1 BPHC Nashipur BPHC 1 0 1 1 1 1 Rajnagar BPHC 1 0 1 1 1 1 Saktipur BPHC 1 0 1 1 1 1 Salar BPHC 1 0 1 1 1 1 Teghori BPHC 1 0 1 1 1 1 ARJUNPUR 1 0 1 1 1 1 PHC BAHARAN PHC 1 0 1 1 1 1 PANCHGRAM 1 0 1 1 1 1 PHC SAGARPARA 1 0 1 1 1 1 PHC Sub Total 27 0 6 0 27 6 27 27 27 0

Murshida-- Beharampur 3 12 3 2 6 3 3 3 bad Sadar Hos (DH)

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 1 Sch 2 Sch 3 Sch 4 Sch 5 Sch 6 Sch 7 OC- RW- Name of Name of the RW- RW- RW- OC- SNCU FD N. SSL MR FS District Institution LR SNCU SNSU LR & Ward SNSU Domkol SDH/ Taraf 2 2 0 1 2 2 2 Rashulpur Jangipur SDH 2 12 1 1 6 2 2 2 Kandi SDH 2 12 1 1 6 3 2 2 Lalbag SDH 2 2 1 1 1 2 2 2 Islampur RH 1 1 0 1 1 1 1 1 Krishnapur RH 1 1 0 1 1 1 1 1 Sadi Khan Dear 1 1 0 1 1 1 1 1 RH Sub Total 8 14 36 7 6 9 22 15 14 14 0 Murshida-- 49 50 36 13 6 45 28 51 50 50 8500 bad Total Grand 201 228 104 64 37 203 96 235 228 228 3200 Total

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Consignee List No 2 (Schedules 8 to 14)

Dist. Wise Institution wise no. of Equipments to be distributed Distrib MCH Centers ution Sch Sch 8 Sch 9 Sch 10 Sch 11 Sch 13 Sch 14 12 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU FD SNC N. SSL MR FS District Institution LR SNSU LR & U Ward SNSU Anchuri BPHC 1 0 0 0 1 0 1 1 1 0 Akui PHC 1 0 0 0 1 0 1 1 1 0 Amdangra PHC 1 0 0 0 1 0 1 1 1 0 Dumurtore PHC 1 0 0 0 1 0 1 1 1 0 Fulkushma 1 0 0 0 1 0 1 1 1 0 PHC Gogra PHC 1 0 0 0 1 0 1 1 1 0 Hetia PHC 1 0 0 0 1 0 1 1 1 0 Ituri PHC 1 0 0 0 1 0 1 1 1 0 Jagannathpur 1 0 0 0 1 0 1 1 1 0 PHC Jhilimili PHC 1 0 0 0 1 0 1 1 1 0 Jorehira PHC 1 0 0 0 1 0 1 1 1 0 Pakhanna PHC 1 0 0 0 1 0 1 1 1 0 Ratanpur PHC 1 0 0 0 1 0 1 1 1 0 Srichandanpur 1 0 0 0 1 0 1 1 1 0 PHC Uttarbar PHC 1 0 0 0 1 0 1 1 1 0 15 0 0 0 15 0 15 15 15 0

Raipur RH 1 1 0 1 1 1 1 1 Barjora BPHC 1 0 1 0 1 1 1 Chhatna BPHC 1 0 1 0 1 1 1 Hirbandh(Amjh 1 0 1 0 1 1 1 uri) BPHC Indas BPHC 1 0 1 0 1 1 1 Indpur BPHC 1 0 1 0 1 1 1 Joypur BPHC 1 0 1 0 1 1 1 Kanchanpur 1 0 1 0 1 1 1 BPHC Mejhia BPHC 1 0 1 0 1 1 1 Bankura Onda BPHC 1 0 1 0 1 1 1 Patrasayer 1 0 1 0 1 1 1 BPHC Radhanagar 1 0 1 0 1 1 1 BPHC Ranibandh 1 0 1 0 1 1 1 BPHC Saltora BPHC 1 0 1 0 1 1 1 Sarenga BPHC 1 0 1 0 1 1 1 Simlapal BPHC 1 0 1 0 1 1 1 PHC 1 0 1 0 1 1 1 Ramsagar PHC 1 0 1 0 1 1 1 18 0 1 0 18 1 18 18 18 0

Bankura BSMCH 3 3 2 0 3 3 3

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise no. of Equipments to be distributed Distrib MCH Centers ution Sch Sch 8 Sch 9 Sch 10 Sch 11 Sch 13 Sch 14 12 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU FD SNC N. SSL MR FS District Institution LR SNSU LR & U Ward SNSU Khatra SDH 2 2 1 1 1 2 2 2 Bisnupur SDH 2 12 1 1 6 3 2 2 Amarkanan RH 1 1 0 1 1 1 1 1 Kotulpur RH 1 1 0 1 1 1 1 1 Sonomukhi RH 1 1 0 1 1 1 1 1 Taldangra RH 1 1 0 1 1 1 1 1 11 12 6 5 8 11 12 11 11 0

Bankura 44 12 7 5 41 12 45 44 44 585 Total Amarpure PHC 1 0 1 0 1 1 1 Batikar PHC 1 0 1 0 1 1 1 Bhadrapur PHC 1 0 1 0 1 1 1 Bharkata PHC 1 0 1 0 1 1 1 Bipratikuri PHC 1 0 1 0 1 1 1 Chatra PHC 1 0 1 0 1 1 1 Hatinagar 1 0 1 0 1 1 1 (Kotasure) PHC Iswarpur (Ahamadpur) 1 0 1 0 1 1 1 PHC PHC 1 0 1 0 1 1 1 Jashpur PHC 1 0 1 0 1 1 1 Joydeb PHC 1 0 1 0 1 1 1 Kastagara PHC 1 0 1 0 1 1 1 1 0 1 0 1 1 1 PHC Margram PHC 1 0 1 0 1 1 1 Panchsowa Birbhum 1 0 1 0 1 1 1 PHC 1 0 1 0 1 1 1 PHC Puratangram 1 0 1 0 1 1 1 PHC Rampur PHC 1 0 1 0 1 1 1 Sitalgram PHC 1 0 1 0 1 1 1 Sonarkundu 1 0 1 0 1 1 1 PHC Srinidhipur 1 0 1 0 1 1 1 PHC Thiba PHC 1 0 1 0 1 1 1 Amalpur SC 0 0 0 0 0 0 0 Amdole 0 0 0 0 0 0 0 Amuda SC 0 0 0 0 0 0 0 Chhoto Alunda 0 0 0 0 0 0 0 SC Chiatina SC 0 0 0 0 0 0 0 Dighalgram SC 0 0 0 0 0 0 0

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise no. of Equipments to be distributed Distrib MCH Centers ution Sch Sch 8 Sch 9 Sch 10 Sch 11 Sch 13 Sch 14 12 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU FD SNC N. SSL MR FS District Institution LR SNSU LR & U Ward SNSU Diha SC 0 0 0 0 0 0 0 SC 0 0 0 0 0 0 0 Harharia SC 0 0 0 0 0 0 0 Jogai SC 0 0 0 0 0 0 0 Kaitha SC 0 0 0 0 0 0 0 Kajipara SC 0 0 0 0 0 0 0 Kashimnagar 0 0 0 0 0 0 0 SC Korgram SC 0 0 0 0 0 0 0 Lakshmidanga 0 0 0 0 0 0 0 SC Madhura SC 0 0 0 0 0 0 0 Nakpur SC 0 0 0 0 0 0 0 Nowapara SC 0 0 0 0 0 0 0 Nowda SC 0 0 0 0 0 0 0 Panchahar SC 0 0 0 0 0 0 0 Raghurambati 0 0 0 0 0 0 0 SC Ranipathar SC 0 0 0 0 0 0 0 Singee SC 0 0 0 0 0 0 0 Sondhigora 0 0 0 0 0 0 0 Bazar SC Sughor SC 0 0 0 0 0 0 0 Tejhati SC 0 0 0 0 0 0 0 Virkata SC 0 0 0 0 0 0 0 22 0 0 0 22 0 22 22 22 0

Barachaturi 1 0 1 0 1 1 1 BPHC BPHC 1 0 1 0 1 1 1 Boswa BPHC 1 0 1 0 1 1 1 Chakmondola 1 0 1 0 1 1 1 BPHC Illambazar 1 0 1 0 1 1 1 BPHC BPHC 1 0 1 0 1 1 1 1 0 1 0 1 1 1 Birbhum BPHC Md.Bazar BPHC 1 0 1 0 1 1 1 1 0 1 0 1 1 1 BPHC BPHC 1 0 1 0 1 1 1 BPHC 1 0 1 0 1 1 1 BPHC 1 1 0 1 1 1 1 1 Rajnagar BPHC 1 0 1 0 1 1 1 BPHC 1 0 1 0 1 1 1 Sultanpur 1 0 1 0 1 1 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise no. of Equipments to be distributed Distrib MCH Centers ution Sch Sch 8 Sch 9 Sch 10 Sch 11 Sch 13 Sch 14 12 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU FD SNC N. SSL MR FS District Institution LR SNSU LR & U Ward SNSU BPHC Barrah PHC 1 0 1 0 1 1 1 Bhimpur PHC 1 0 1 0 1 1 1 PHC 1 0 1 0 1 1 1 PHC 1 0 1 0 1 1 1 1 0 1 0 1 1 1 PHC Sattore Kasba 1 0 1 0 1 1 1 PHC Tantipara PHC 1 0 1 0 1 1 1 22 0 1 0 22 1 22 22 22 0

Suri (DH) 3 2 2 0 3 3 3 2 12 1 1 0 3 2 2 SDH Bolpur SDH 2 2 1 1 1 2 2 2 Birbhum Dubjajpur RH 1 1 0 1 1 1 1 1 Labpur RH 1 1 0 1 1 1 1 1 RH 1 1 0 1 1 1 1 1 Saithia RH 1 1 0 1 1 1 1 1 11 12 6 4 8 5 12 11 11 0

Birbhum 55 12 7 4 52 6 56 55 55 503 Total Kulai RH 1 1 0 1 1 1 1 Brindabanpur 1 0 1 1 1 1 BPHC Joypur BPHC 1 0 1 1 1 1 Howrah Baltikuri MCW 1 0 1 1 1 1 Clinic PHC L.K. Hospital 1 0 1 1 1 1 PHC Nabagram PHC 1 0 1 1 1 1 6 0 1 0 6 0 6 6 6 0

Belur SGH 2 1 1 1 2 2 2 Fort Gloster(Bauria) 2 1 1 1 2 2 2 SGH South Howrah 2 1 1 1 2 2 2 SGH Amta RH 1 1 1 1 1 1 1 Howrah B.B.Dhar RH 1 1 1 1 1 1 1 Hazi.S.T.Mullic 1 1 1 1 1 1 1 k RH Jhumjhumli RH 1 1 1 1 1 1 1 Chandipur Manickpur 1 1 1 1 1 BPHC Debipur BPHC 1 1 1 1 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise no. of Equipments to be distributed Distrib MCH Centers ution Sch Sch 8 Sch 9 Sch 10 Sch 11 Sch 13 Sch 14 12 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU FD SNC N. SSL MR FS District Institution LR SNSU LR & U Ward SNSU Jagadishpur 1 1 1 1 1 BPHC Kamalpur 1 1 1 1 1 BPHC Mugkalayan 1 1 1 1 1 BPHC 15 0 7 0 12 7 15 15 15 0

DH.Howrah 3 12 2 2 6 4 3 3 Udaynarayanpu 2 2 0 1 1 2 2 2 r SGH Gabberia SGH 2 2 0 1 1 2 2 2 TLJ Hospital 2 2 0 1 1 2 2 2 Howrah Uluberia SDH 2 12 1 1 6 2 2 2 Bagnan RH 1 1 0 1 1 1 1 1 Domjur RH 1 1 0 1 1 1 1 1 Jagatballabhpu 1 1 0 1 1 1 1 1 r RH 14 24 9 3 9 18 15 14 14 0

Howrah 35 24 17 3 27 25 36 35 35 463 Total Amba PHC 1 0 1 1 1 1 Babuidanga 1 0 1 1 1 1 PHC Basanchora 1 0 1 1 1 1 PHC Chandabila 1 0 1 1 1 1 PHC Chandri PHC 1 0 1 1 1 1 Charubala PHC 1 0 1 1 1 1 Chhototara 1 0 1 1 1 1 PHC Chichira PHC 1 0 1 1 1 1 Dharampur Pas. 1 0 1 1 1 1 Medinip PHC Godapiasal ur 1 0 1 1 1 1 PHC Gokulpur PHC 1 0 1 1 1 1 Gotsandha PHC 1 0 1 1 1 1 Jalchalk PHC 1 0 1 1 1 1 PHC 1 0 1 1 1 1 Khasbar PHC 1 0 1 1 1 1 Khukurda PHC 1 0 1 1 1 1 PHC 1 0 1 1 1 1 Makrampur 1 0 1 1 1 1 PHC Mohar PHC 1 0 1 1 1 1 Narajol PHC 1 0 1 1 1 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise no. of Equipments to be distributed Distrib MCH Centers ution Sch Sch 8 Sch 9 Sch 10 Sch 11 Sch 13 Sch 14 12 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU FD SNC N. SSL MR FS District Institution LR SNSU LR & U Ward SNSU Nayabasat PHC 1 0 1 1 1 1 Paparara PHC 1 0 1 1 1 1 Pasang PHC 1 0 1 1 1 1 Pirakata PHC 1 0 1 1 1 1 Ramgarh PHC 1 0 1 1 1 1 1 0 1 1 1 1 PHC Shilda PHC 1 0 1 1 1 1 Uchitpur PHC 1 0 1 1 1 1 28 0 0 0 28 0 28 28 28 0

Binpur RH 1 1 0 1 1 1 1 1 Daspur RH 1 1 0 1 1 1 1 1 Hijli RH 1 1 0 1 1 1 1 1 Keshpur RH 1 1 0 1 1 1 1 1 Salboni RH 1 1 0 1 1 1 1 1 Bagda (Mohanpur) 1 0 1 1 1 1 BPHC Belda BPHC 1 1 0 1 1 1 1 1 1 0 1 1 1 1 BPHC Bhangagarh 1 0 1 1 1 1 BPHC Changual 1 0 1 1 1 1 BPHC 1 0 1 1 1 1 BPHC Pas. Dantan BPHC 1 0 1 1 1 1 Medinip Deypara/ 1 0 1 1 1 1 ur Chandra BPHC Dwarigeria 1 0 1 1 1 1 BPHC 1 0 1 1 1 1 BPHC Keshiary BPHC 1 0 1 1 1 1 Kewakole BPHC 1 0 1 1 1 1 Khandrui 1 0 1 1 1 1 BPHC Kharikamathan 1 0 1 1 1 1 i BPHC BPHC 1 0 1 1 1 1 Mantipa Mohanpur 1 0 1 1 1 1 BPHC Pingla BPHC 1 0 1 1 1 1 Sonakhali 1 0 1 1 1 1 BPHC

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise no. of Equipments to be distributed Distrib MCH Centers ution Sch Sch 8 Sch 9 Sch 10 Sch 11 Sch 13 Sch 14 12 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU FD SNC N. SSL MR FS District Institution LR SNSU LR & U Ward SNSU Tapsia BPHC 1 1 0 1 1 1 1 1 Vidyasagar (Birsingha) 1 0 1 1 1 1 BPHC Khajrabarl PHC 1 0 1 1 1 1 Lalgarh PHC 1 0 1 1 1 1 Manikpara PHC 1 0 1 1 1 1 Mohoboni PHC 1 0 1 1 1 1 Panchkhuri 1 0 1 1 1 1 PHC 30 0 7 0 30 7 30 30 30 0

MMCH 3 12 3 2 6 4 3 3 SDH 2 12 2 1 6 3 2 2 SDH 2 12 2 1 6 2 2 2 Pas. Khargpur SDH 2 2 2 1 1 2 2 2 Medinip 1 1 0 1 1 1 1 1 ur RH Debra RH 1 1 0 1 1 1 1 1 Garbeta RH 1 1 0 1 1 1 1 1 Sabang RH 1 1 0 1 1 1 1 1 13 36 6 9 9 23 15 13 13 0

Pas. Medinip 71 36 13 9 67 30 73 71 71 887 ur Total Amtal BPHC 1 0 1 1 1 1 Kharipukuria 1 0 1 1 1 1 BPHC Betamaheshpur 1 0 1 1 1 1 PHC Bibhishanpur 1 0 1 1 1 1 PHC Daulatpur PHC 1 0 1 1 1 1 Gobra PHC 1 0 1 1 1 1 Heria PHC 1 0 1 1 1 1 Purba Kajlagarh PHC 1 0 1 1 1 1 Medinip Kulberia PHC 1 0 1 1 1 1 ur Mahammadpur 1 0 1 1 1 1 PHC Maheshpur 1 0 1 1 1 1 PHC Nandai Gajan 1 0 1 1 1 1 PHC Pratapdighi 1 0 1 1 1 1 PHC Ramchandrapu 1 0 1 1 1 1 r PHC Simulia PHC 1 0 1 1 1 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise no. of Equipments to be distributed Distrib MCH Centers ution Sch Sch 8 Sch 9 Sch 10 Sch 11 Sch 13 Sch 14 12 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU FD SNC N. SSL MR FS District Institution LR SNSU LR & U Ward SNSU Siulipur PHC 1 0 1 1 1 1 16 0 0 0 16 16 16 16 0

Basulia RH 1 0 1 1 1 1 Bhagwanpur 1 0 1 1 1 1 RH Anantapur 1 0 1 1 1 1 BPHC Bararankua 1 0 1 1 1 1 BPHC Barghasipur 1 0 1 1 1 1 BPHC Basantia BPHC 1 0 1 1 1 1 B-Mugberia 1 0 1 1 1 1 BPHC Digha AK 1 0 1 1 1 1 BPHC Erashal BPHC 1 0 1 1 1 1 Gangadharbar 1 0 1 1 1 1 BPHC Gar-Moyna 1 0 1 1 1 1 BPHC Purba Gonora BPHC 1 0 1 1 1 1 Medinip Janubasan ur 1 0 1 1 1 1 BPHC Kamarda 1 0 1 1 1 1 BPHC Khejurberia 1 0 1 1 1 1 BPHC Majna BPHC 1 0 1 1 1 1 Nandigram 1 0 1 1 1 1 BPHC Paikpari BPHC 1 0 1 1 1 1 Patashpur 1 0 1 1 1 1 BPHC Sillaberia 1 0 1 1 1 1 BPHC Uttar Mechagram 1 0 1 1 1 1 BPHC Janka PHC 1 0 1 1 1 1 Paniparul PHC 1 0 1 1 1 1 Patanda PHC 1 0 1 1 1 1 24 0 0 0 24 0 24 24 24 0

Tamluk DH 3 12 2 2 6 4 3 3 Purba Digha SGH 2 2 0 1 1 2 2 2 Medinip Egra SDH 2 12 1 1 6 2 2 2 ur Contai SDH 2 2 1 1 1 2 2 2 Haldia SDH 2 2 1 1 1 2 2 2

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise no. of Equipments to be distributed Distrib MCH Centers ution Sch Sch 8 Sch 9 Sch 10 Sch 11 Sch 13 Sch 14 12 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU FD SNC N. SSL MR FS District Institution LR SNSU LR & U Ward SNSU Reapara RH 1 2 0 1 1 1 1 1 Sub Total 12 24 8 5 7 16 13 12 12 0

Purba Medinip 52 24 8 5 47 16 53 52 52 730 ur Total Grand 257 108 52 26 234 89 263 257 257 3168 Total

Consignee List No 3 (Schedules 15 to 21)

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 15 Sch 16 Sch 17 Sch 18 Sch 19 Sch 20 Sch 21 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU SNC N. SSL MR FS FD District Institution LR SNSU LR & U Ward SNSU Akalpur BPHC 1 0 1 1 1 1 Borsul BPHC 1 0 1 1 1 1 Purbosthali 1 0 1 1 1 1 BPHC Agradwip PHC 1 0 1 1 1 1 Andal PHC 1 0 1 1 1 1 Bohar PHC 1 0 1 1 1 1 Chakdighi PHC 1 0 1 1 1 1 Dhanyakherur 1 0 1 1 1 1 PHC Nabagram PHC 1 0 1 1 1 1 Burdwan Pandaveswar 1 0 1 1 1 1 PHC SC under Purbosthali 0 0 0 0 0 0 BPHC SC under 0 0 0 0 0 0 BPHC` SC under Krtugram 0 0 0 0 0 0 BPHC SC under 0 0 0 0 0 0 BPHC Sub Total 10 0 0 0 10 0 10 10 10 0

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 15 Sch 16 Sch 17 Sch 18 Sch 19 Sch 20 Sch 21 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU SNC N. SSL MR FS FD District Institution LR SNSU LR & U Ward SNSU Ballavpur RH 1 1 0 1 1 1 1 1 RH 1 1 0 1 1 1 1 1 Singot RH 1 1 0 1 1 1 1 1 Srimpur RH 1 1 0 1 1 1 1 1 BPHC 1 0 1 1 1 1 Atghoria BPHC 1 0 1 1 1 1 Badla BPHC 1 0 1 1 1 1 Bahadurpur 1 0 1 1 1 1 BPHC Bononabogram 1 0 1 1 1 1 BPHC Jamalpur 1 0 1 1 1 1 BPHC Jamtara BPHC 1 0 1 1 1 1 Kelajora BPHC 1 0 1 1 1 1 1 0 1 1 1 1 BPHC 1 0 1 1 1 1 BPHC Khandra (u) 1 0 1 1 1 1 BPHC BPHC 1 0 1 1 1 1 Burdwan Laudoha BPHC 1 0 1 1 1 1 1 0 1 1 1 1 BPHC Mahesbati 1 0 1 1 1 1 BPHC Mogolkote 1 0 1 1 1 1 BPHC 1 0 1 1 1 1 BPHC Noapara BPHC 1 0 1 1 1 1 1 0 1 1 1 1 BPHC Panagarh BPHC 1 0 1 1 1 1 Pithaikeary 1 0 1 1 1 1 BPHC BPHC 1 0 1 1 1 1 Ramjibanpur 1 0 1 1 1 1 BPHC BPHC 1 0 1 1 1 1 Srikhanda 1 0 1 1 1 1 BPHC PHC 1 0 1 1 1 1 Barakar(Urban) 1 0 1 1 1 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 15 Sch 16 Sch 17 Sch 18 Sch 19 Sch 20 Sch 21 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU SNC N. SSL MR FS FD District Institution LR SNSU LR & U Ward SNSU PHC Gushkara PHC 1 0 1 1 1 1 Sub Total 32 0 4 0 32 4 32 32 32 0

BMCH 3 12 3 2 6 4 3 3 Anansol SDH 2 12 1 1 6 2 2 2 Durgapur SDH 2 12 1 1 6 2 2 2 Burdwan Kalna SDH 2 2 1 1 1 2 2 2 SDH 2 2 1 1 1 2 2 2 RH 1 1 0 1 1 1 1 1 RH 1 1 0 1 1 1 1 1 Sub Total 13 36 6 7 8 22 14 13 13 0

Burdwan 55 36 10 7 50 26 56 55 55 805 Total Haraldaspur 1 0 1 1 1 1 PHC Hooghly Makalpur PHC 1 0 1 1 1 1 Sabal 1 0 1 1 1 1 Singhapur PHC Sub Total 3 0 0 0 3 0 3 3 3 0

Haripal RH 1 1 0 1 1 1 1 1 Jangipara RH 1 1 0 1 1 1 1 1 Khanakul RH 1 1 0 1 1 1 1 1 Singur RH 1 1 0 1 1 1 1 1 Ahmedpur 1 0 1 1 1 1 BPHC Akri Srimpur 1 0 1 1 1 1 BPHC Akuni Ichapasar 1 0 1 1 1 1 Hooghly BPHC D/ Narayanpur 1 0 1 1 1 1 BPHC Kamarpukur 1 0 1 1 1 1 BPHC Kanaipur 1 0 1 1 1 1 BPHC Mogra BPHC 1 0 1 1 1 1 Natibpur BPHC 1 0 1 1 1 1 Polba-Dadpur 1 0 1 1 1 1 BPHC Sub Total 13 0 4 0 13 4 13 13 13 0

District 3 12 2 2 6 4 3 3 Hooghly Hospital Uttarpara SGH 2 2 1 1 1 2 2 2

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 15 Sch 16 Sch 17 Sch 18 Sch 19 Sch 20 Sch 21 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU SNC N. SSL MR FS FD District Institution LR SNSU LR & U Ward SNSU Arambagh SDH 2 12 0 1 6 3 2 2 Chandannagore 2 2 1 1 1 2 2 2 SDH Serampore SDH 2 2 1 1 1 2 2 2 Chanditala RH 1 1 0 1 1 1 1 1 Dhaniakhali RH 1 1 0 1 1 1 1 1 Pandua RH 1 1 0 1 1 1 1 1 RH 1 1 0 1 1 1 1 1 Sub Total 15 24 10 5 10 19 17 15 15 0

Hooghly 31 24 14 5 26 23 33 31 31 677 Total BANPUR PHC 1 0 1 1 1 1 Bhaluka PHC 1 0 1 1 1 1 BIROHI PHC 1 0 1 1 1 1 Chitrasali PHC 1 0 1 1 1 1 DEBOGRAM 1 0 1 1 1 1 PHC DHARMADA 1 0 1 1 1 1 PHC FULIA PHC 1 0 1 1 1 1 JOYGHATA 1 0 1 1 1 1 PHC KASTODANGA 1 0 1 1 1 1 Nadia PHC MAYAPUR PHC 1 0 1 1 1 1 NAGARUKHRA 1 0 1 1 1 1 PHC NANDANPUR 1 0 1 1 1 1 PHC NATIDANGA 1 0 1 1 1 1 PHC TAHERPUR 1 0 1 1 1 1 PHC Narayanpur I 0 0 0 0 0 0 GPHQSC Narayanpur II 0 0 0 0 0 0 GPHQSC Sub Total 14 0 0 0 14 0 14 14 14 0

Bagula RH 1 0 1 1 1 1 Chapra RH 1 0 1 1 1 1 Haringhata RH 1 0 1 1 1 1 Nadia Kaliganj RH 1 0 1 1 1 1 Krishnsganj RH 1 0 1 1 1 1 Aranghata 1 0 1 1 1 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 15 Sch 16 Sch 17 Sch 18 Sch 19 Sch 20 Sch 21 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU SNC N. SSL MR FS FD District Institution LR SNSU LR & U Ward SNSU BPHC Bishnupur 1 0 1 1 1 1 BPHC Dhuubulia 1 0 1 1 1 1 BPHC Jadav Dutta 1 0 1 1 1 1 BPHC Mashesganj 1 0 1 1 1 1 BPHC Pritimoyee 1 0 1 1 1 1 BPHC ASANNAGAR 1 0 1 1 1 1 PHC BADKULLA 1 0 1 1 1 1 PHC DUTTAPULIA 1 0 1 1 1 1 PHC MIRA PHC 1 0 1 1 1 1 PANIGHATA 1 0 1 1 1 1 PHC Sub Total 16 0 0 0 16 0 16 16 16 0

District 3 3 2 4 3 3 Hospital Chakdha SGH 2 2 0 1 1 2 2 2 SGH 2 2 0 1 1 2 2 2 Santipur SGH 2 2 0 1 1 2 2 2 Nadia Tehatta SDH 2 2 0 1 1 2 2 2 Kalyani JNM 2 2 3 1 1 2 2 2 SDH Ranaghat SDH 2 2 1 1 1 2 2 2 Bethuadahari 1 1 0 1 1 1 1 1 RH Karimpur RH 1 1 0 1 1 1 1 1 Sub Total 17 0 14 7 10 8 18 17 17 0

Nadia 47 0 14 7 40 8 48 47 47 483 Total Gobardanga (Municipality) 1 0 1 1 1 1 PHC Hingalgunj PHC 1 0 1 1 1 1 North 24 Sibani Arogya Pgs Niketan (Urban) 1 0 1 1 1 1 PHC Bayrmari 0 0 0 0 0 0 GPHQ(SC) MonipurGPHQ 0 0 0 0 0 0 (SC)

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 15 Sch 16 Sch 17 Sch 18 Sch 19 Sch 20 Sch 21 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU SNC N. SSL MR FS FD District Institution LR SNSU LR & U Ward SNSU Sub Total 3 0 0 0 3 0 3 3 3 0

Ashokenagar 2 2 0 1 1 2 2 2 SGH Bagdah RH 1 1 0 1 1 1 1 1 Madhyamgram 1 1 0 1 1 1 1 1 RH Minakhan RH 1 1 0 1 1 1 1 1 Sarapole RH 1 1 0 1 1 1 1 1 Amdanga BPHC 1 0 1 1 1 1 Bandipur BPHC 1 0 1 1 1 1 Biswanathpur 1 0 1 1 1 1 BPHC Chandpara 1 0 1 1 1 1 BPHC Chhotojagulia 1 0 1 1 1 1 BPHC North 24 Dhanyakuria 1 0 1 1 1 1 Pgs BPHC Ghoshpur 1 0 1 1 1 1 BPHC Horoa BPHC 1 0 1 1 1 1 Nanna BPHC 1 0 1 1 1 1 Rekjoani BPHC 1 0 1 1 1 1 Sabdalpur 1 0 1 1 1 1 BPHC Sandelerbil 1 0 1 1 1 1 BPHC Shibhati BPHC 1 0 1 1 1 1 Jogeshgunj 1 0 1 1 1 1 PHC Korakathi PHC 1 0 1 1 1 1 Nazat PHC 1 0 1 1 1 1 Sub Total 22 0 6 0 21 5 22 22 22 0

Dist Hospital 3 12 2 2 6 3 3 3 Baranagar SGH 2 2 0 1 1 2 2 2 Bhatpara SGH 2 2 0 1 1 2 2 2 Habra SGH 2 2 1 1 1 2 2 2 North 24 Naihati SGH 2 2 0 1 1 2 2 2 Pgs Panihati SGH 2 2 1 1 1 2 2 2 Sagore Dutta 2 2 0 1 1 2 2 2 SGH Sri Ballaram Seva Mandir 2 2 0 1 1 2 2 2 SGH

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 15 Sch 16 Sch 17 Sch 18 Sch 19 Sch 20 Sch 21 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU SNC N. SSL MR FS FD District Institution LR SNSU LR & U Ward SNSU Barackpur SDH 2 2 1 1 1 2 2 2 Basirhat SDH 2 2 1 1 1 2 2 2 Bongaon SDH 2 12 2 1 6 2 2 2 Salt lake SDH 2 2 0 1 1 2 2 2 Baduria RH 1 1 0 1 1 1 1 1 Sandeshkhali 1 1 0 1 1 1 1 1 RH Taki RH 1 1 0 1 1 1 1 1 Sub Total 28 24 23 8 16 25 28 28 28 0

North 24 53 24 29 8 40 30 53 53 53 764 Pgs Total Ajodhya PHC 1 0 1 1 1 1 Bagda PHC 1 0 1 1 1 1 Bamundiha 1 0 1 1 1 1 PHC Basantapur 1 0 1 1 1 1 PHC Kharipirah PHC 1 0 1 1 1 1 Koreng PHC 1 0 1 1 1 1 Purulia Kroshjuri PHC 1 0 1 1 1 1 Nadiha PHC 1 0 1 1 1 1 Nowagarh PHC 1 0 1 1 1 1 Pairachali PHC 1 0 1 1 1 1 Santuri PHC 1 0 1 1 1 1 Talajuri PHC 1 0 1 1 1 1 Tunturi PHC 1 0 1 1 1 1 Sub Total 13 0 0 0 13 0 13 13 13 0

Bansgarh RH 1 0 1 1 1 1 Harmardi RH 1 0 1 1 1 1 Hura RH 1 0 1 1 1 1 Kotshila RH 1 0 1 1 1 1 Banda BPHC 1 0 1 1 1 1 Bandwan BPHC 1 0 1 1 1 1 Barabazar Purulia 1 0 1 1 1 1 BPHC Bari BPHC 1 0 1 1 1 1 Chakoltore 1 0 1 1 1 1 BPHC Jhalda BPHC 1 0 1 1 1 1 Joypur BPHC 1 0 1 1 1 1 Kolloli BPHC 1 0 1 1 1 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 15 Sch 16 Sch 17 Sch 18 Sch 19 Sch 20 Sch 21 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU SNC N. SSL MR FS FD District Institution LR SNSU LR & U Ward SNSU Kustaur BPHC 1 0 1 1 1 1 Murardih BPHC 1 0 1 1 1 1 Pancha BPHC 1 0 1 1 1 1 Para BPHC 1 0 1 1 1 1 Pathardih 1 0 1 1 1 1 BPHC Sirkabad 1 0 1 1 1 1 BPHC Arsha PHC 1 0 1 1 1 1 Chirudih PHC 1 0 1 1 1 1 Hutmura PHC 1 0 1 1 1 1 Ladhurka PHC 1 0 1 1 1 1 Sindri PHC 1 0 1 1 1 1 Sub Total 23 0 0 0 23 0 23 23 23 0

Purulia Sadar 3 3 1 4 3 3 Hos DH Raghunathpur Purulia 2 0 1 2 2 2 SDH Manbazar RH 1 0 1 1 1 1 Sub Total 6 0 0 3 3 0 7 6 6 0

Purulia 42 0 0 3 39 0 43 42 42 504 Total Bishnupur -I (Chandi 1 0 1 1 1 1 Daulatabad) BPHC -I 1 0 1 1 1 1 (Charial) BPHC Bagdanda 1 0 1 1 1 1 Mousuni PHC Bardron PHC 1 0 1 1 1 1 Brojoballavpur 1 0 1 1 1 1 South 24 PHC Chhotomollakh PGS 1 0 1 1 1 1 ali PHC Dak. Radhanagar 1 0 1 1 1 1 PHC Dk. Jagadwispur 1 0 1 1 1 1 PHC Fartabad PHC 1 0 1 1 1 1 Frezurgunje 1 0 1 1 1 1 PHC Ghutiarisarif 1 0 1 1 1 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 15 Sch 16 Sch 17 Sch 18 Sch 19 Sch 20 Sch 21 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU SNC N. SSL MR FS FD District Institution LR SNSU LR & U Ward SNSU PHC Hariharpur 1 0 1 1 1 1 PHC Indrapala PHC 1 0 1 1 1 1 Indrapur PHC 1 0 1 1 1 1 Jamtalahat 1 0 1 1 1 1 PHC Kalikapur PHC 1 0 1 1 1 1 Kuchitala PHC 1 0 1 1 1 1 Langolberia 1 0 1 1 1 1 PHC Maharajgunj 1 0 1 1 1 1 PHC Narayanpur 1 0 1 1 1 1 PHC Tona PHC 1 0 1 1 1 1 Sub Total 21 21 0 0 0 21 0 21 21 21 0 Garden Reach 2 0 1 2 2 2 SGH RH 1 0 1 1 1 1 Budge Budge -II 1 0 1 1 1 1 RH(L.B.Datta) Joynagar-II RH (Sri 1 0 1 1 1 1 Ramkrishna) RH 1 0 1 1 1 1 Mathurapur- II 1 0 1 1 1 1 (Raidighi) RH Mathurapur-I 1 0 1 1 1 1 RH South 24 PGS Basanti BPHC 1 0 1 1 1 1 Bhangore-I 1 0 1 1 1 1 () BPHC Bhangore-II (Jirangacha) 1 0 1 1 1 1 BPHC Bishnupur -II 1 0 1 1 1 1 () BPHC Canning II (Matherdighi) 1 0 1 1 1 1 BPHC -I 1 0 1 1 1 1 (Panchagram) BPHC

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 15 Sch 16 Sch 17 Sch 18 Sch 19 Sch 20 Sch 21 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU SNC N. SSL MR FS FD District Institution LR SNSU LR & U Ward SNSU Diamond Harbour -II 1 0 1 1 1 1 () BPHC Falta BPHC 1 0 1 1 1 1 BPHC 1 0 1 1 1 1 BPHC 1 0 1 1 1 1 Mandir Bazar (Naiyarhat) 1 0 1 1 1 1 BPHC Mograhat-I () 1 0 1 1 1 1 BPHC Mograhat-II (Mograhat) 1 0 1 1 1 1 BPHC (Dwariknagar) 1 0 1 1 1 1 BPHC (Madhabnagar) 1 0 1 1 1 1 BPHC T.M Block ( 1 0 1 1 1 1 ) BPHC Gadamathura 1 0 1 1 1 1 PHC Sub Total 25 0 0 0 24 0 25 25 25 0

M. R Bangur 3 12 2 2 6 4 3 3 Hos.(DH) Bagha Zatin 2 2 0 1 1 2 2 2 SGH Bijaygarh SGH 2 2 0 1 1 2 2 2 Vidyasagar 2 2 0 1 1 2 2 2 SGH SDH 2 2 0 1 1 2 2 2 South 24 PGS Canning SDH 2 2 1 1 1 2 2 2 Diamond 2 12 3 1 6 3 2 2 Harbour SDH SDH 2 2 0 1 1 2 2 2 Joynagar-I 1 1 0 1 1 1 1 1 () RH Sagore RH 1 1 0 1 1 1 1 1 Sonarpur RH 1 1 0 1 1 1 1 1 Sub Total 20 24 15 6 12 21 22 20 20 0

South 24 66 24 15 6 57 21 68 66 66 1095 PGS Total 30

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Dist. Wise Institution wise No. of Equipments to be distributed Distrib MCH Centers ution Sch 15 Sch 16 Sch 17 Sch 18 Sch 19 Sch 20 Sch 21 OC- RW- RW- Name of Name of the RW- RW- OC- SNCU SNC N. SSL MR FS FD District Institution LR SNSU LR & U Ward SNSU Grand 256 294 138 82 36 252 108 301 294 294 4328 Total

Consignee List No 4 (Schedules 22 & 23)

Institution wise No. of Equipments to be distributed

MCH Centers Sch 22 Sch 23 Name of District Name of the Institution Phototherapy Pulse Oxymeter Haldibari RH 1

Cooch-Behar Setai BPHC 1

Sitalkuchi BPHC 1

Sub Total 3 0 MJN Dist Hos. 1

Dinhata SDH 2

Cooch-Behar Mathabanga SDH 2

Tufanganj SDH 1

Meghliganj SDH 1

Sub Total 7 0 Cooch-Behar Total 10 0 Tapan BPHC 1

Balurghat DH 6 6 Dak. Dinajpur Gangarampur SDH 1

Hili RH 1

Dak. Dinajpur Total 9 6 Gorubathan BPHC 1

Darjeeling Mirik BPHC 1

Pedong BPHC 1

Sub Total 3 0 NBMCH 3

Darjeeling DH 2

Siliguri DH 7 10 Kalimpong SDH 2 Darjeeling Kurseong SDH 2

Bijonbari RH 1

Khoribari RH 1

Naxalbari RH 1

Sub Total 19 10

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Institution wise No. of Equipments to be distributed

MCH Centers Sch 22 Sch 23 Name of District Name of the Institution Phototherapy Pulse Oxymeter Darjeeling Total 22 10 Jalpaiguri DH 8 6 Birpara SGH 2

Mal SDH 1

Jalpaiguri Alipurduar SDH 2

Dhupguri RH 1

Falakata RH 1

Maynaguri RH 1

Sub Total 16 6 Jalpaiguri Total 16 6 Bamongola RH 1

Harishchandrapur RH 1 Malda Manikchak RH 1

R.N.Roy RH 1

Sub Total 4 0 District Hospital 7 6 Malda Chancal RH 1

Gazole RH 1

Sub Total 9 6 Malda Total 13 6 Chakulia BPHC 1

Uttar Dinajpur Dalua (Chopra) BPHC 1

Lodhan BPHC 1

3 0 Raiganj DH 7 6 Uttar Dinajpur Islampur SDH 2

Sub Total 9 6

Uttar Dinajpur Total 12 6

AJIMGANJ AGH PHC 1

BAHUTALI PHC 1

BARALA PHC 1

FARIDPUR PHC 1

HILORA PHC 1

JITPUR PHC 1

KAGRAM PHC 1 Murshidabad KHARJUNA(SABALDAHA) PHC 1

PANCHTHUPI PHC 1

Barjimla SC 1

Kabilpur RCH SC 1

Kantakhali SC 1

Mirzapur RCH SC 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Institution wise No. of Equipments to be distributed

MCH Centers Sch 22 Sch 23 Name of District Name of the Institution Phototherapy Pulse Oxymeter Torimohini RCH SC 1

Sub Total 14 0 14 Amtala RH 1

Beldanga RH 1

Burwan RH 1

Jiaganj RH 1

Khargram RH 1

Sagardighi RH 1

Ahiron BPHC 1

Anupnagar BPHC 1

Beldanga BPHC 1

Bharatpure BPHC 1

Farakka BPHC* 1

Godhanpara BPHC 1

Gokarna BPHC 1

Murshidabad Hariharpur BPHC 1

Kanapukur BPHC 1

Kanasubarna BPHC 1

Mahesail BPHC 1

Nabagram BPHC 1

Nashipur BPHC 1

Rajnagar BPHC 1

Saktipur BPHC 1

Salar BPHC 1

Teghori BPHC 1

ARJUNPUR PHC 1

BAHARAN PHC 1

PANCHGRAM PHC 1

SAGARPARA PHC 1

Sub Total 23 4 Islampur RH 1

Murshidabad Krishnapur RH 1

Sadi Khan Dear RH 1

Sub Total 3 0

Murshidabad Total 26 18

Raipur RH 1

BSMCH 2

Khatra SDH 2 Bankura Bisnupur SDH 7 6 Amarkanan RH 1

Kotulpur RH 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Institution wise No. of Equipments to be distributed

MCH Centers Sch 22 Sch 23 Name of District Name of the Institution Phototherapy Pulse Oxymeter Sonomukhi RH 1

Taldangra RH 1

Bankura Total 16 6 Suri (DH) 1

Rampurhat SDH 7 6 Bolpur SDH 2

Birbhum Dubjajpur RH 1

Labpur RH 1

Murarai RH 1

Saithia RH 1

Birbhum Total 14 6 DH.Howrah 7 6 Howrah Uluberia SDH 7 6 Howrah Total 14 12 RH 1

Daspur RH 1

Hijli RH 1

Pas. Medinipur Keshpur RH 1

Salboni RH 1

Belda BPHC 1

Tapsia BPHC 1

Sub Total 7 0 MMCH 8 6 Ghatal SDH 7 6 Jhargram SDH 7 6 Khargpur SDH 2 Pas. Medinipur Chandrakona RH 1

Debra RH 1

Garbeta RH 1

Sabang RH 1

Sub Total 28 18 Pas. Medinipur Total 35 18 Tamluk DH 7 6 Digha SGH 1

Egra SDH 7 6 Purba Medinipur Contai SDH 1

Haldia SDH 1

Reapara RH 1

Purba Medinipur Total 18 12

Ballavpur RH 1 Burdwan Bhatar RH 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Institution wise No. of Equipments to be distributed

MCH Centers Sch 22 Sch 23 Name of District Name of the Institution Phototherapy Pulse Oxymeter Singot RH 1

Srimpur RH 1

Sub Total 4 0 BMCH 8 6 Anansol SDH 7 6 Durgapur SDH 7 6 Burdwan Kalna SDH 1

Katwa SDH 1

Mankar RH 1

Memari RH 1

Sub Total 26 18 Burdwan Total 30 18 Haripal RH 1

Jangipara RH 1 Hooghly Khanakul RH 1

Singur RH 1

Sub Total 4 0 District Hospital 7 6 Uttarpara SGH 2

Hooghly Arambagh SDH 6 6 Chandannagore SDH 2

Serampore SDH 2

Sub Total 19 12 Hooghly Total 23 12 District Hospital 2

Chakdha SGH 1

Nabadwip SGH 1

Santipur SGH 1

Nadia Tehatta SDH 1

Kalyani JNM SDH 3

Ranaghat SDH 2

Bethuadahari RH 1

Karimpur RH 1

Nadia Total 13 0 Ashokenagar SGH 1

Bagdah RH 1

North 24 Pgs Madhyamgram RH 1

Minakhan RH 1

Sarapole RH 1

Sub Total 5 0 Dist Hospital 7 6 North 24 Pgs Baranagar SGH 1

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Institution wise No. of Equipments to be distributed

MCH Centers Sch 22 Sch 23 Name of District Name of the Institution Phototherapy Pulse Oxymeter Bhatpara SGH 1

Habra SGH 2

Naihati SGH 1

Panihati SGH 2

Sagore Dutta SGH 1

Sri Ballaram Seva Mandir SGH 1

Barackpur SDH 2

Basirhat SDH 2

Bongaon SDH 7 6 Salt lake SDH 1

Baduria RH 1

Sandeshkhali RH 1

Taki RH 1

Sub Total 31 12 North 24 Pgs Total 36 12 Purulia Purulia Sadar Hos DH 2

Purulia Total 2 0 M. R Bangur Hos.(DH) 7 6 Bagha Zatin SGH 1

Bijaygarh SGH 1

Vidyasagar SGH 1

Baruipur SDH 1

Canning SDH 2 South 24 PGS Diamond Harbour SDH 8 6 Kakdwip SDH 1

Joynagar-I (Padmerhat) RH 1

Sagore RH 1

Sonarpur RH 1

25 12 South 24 PGS Total 25 12 Grand Total 334 160

Abbreviations used in Consignee lists RW-LR Radiant Warmer for Labour Room RW-SNCU Radiant Warmer for SNCU RW-SNSU Radiant Warmer for SNSU RW-N.Ward Radiant Warmer for Neo Natal Ward OC-LR Oxyzen Concentrator for Labour Room OC-SNCU & SNSU Oxyzen Concentrator For SNCU & SNSU SSL Shadowless Stand Lamp MR Mannual Respirator FS Foot Sucker FD Foetal Doppler

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

4. In Section IV. Schedule of Requirements, under “3. Technical Specifications” the Technical Specifications are hereby replaced by the following:

Technical Specifications

Scheduless 1, 8 & 15 Radiant Warmer – with Bassinet

SPECIFICATIONS

1. The fixed radiant warmer comprises of heating element of 500-600 W and with display of skin temperature in manual mode while control and skin temperature in servo mode. The heater box must be swivel & construction of the stainless steel reflector & guard rail is such that there is no possibility of shock hazards.

2. There should be a focused light source for making (halogen /LED) observation of the patient.

3. The baby tray comprises of the clear acrylic collapsible side panels. The baby tray should be of minimum 6 mm thickness, unhinged and can be easily removed for cleaning. Warmer and bassinet should be separate, on wheels and should be able to lock warmer and bassinet in position. Warranty should include replacement of side panel, in case of breakage during warranty period under normal handling. For further replacement, a unit cost per replacement.

4. The unit should be able to accommodate X – ray unit. There must be acrylic X–ray tray with X-ray guide for positioning the cassette.

5. The system must be design in such a manner that disinfection can be carried out easily. The unit should have tenderlenberg and reverse tenderlenberg.

6. Mattress padding should be with a foam density of 21 – 25 kg / m3.Mattress cover should be made of fire retardant material and should be anti bacterial and washable. Mattress should be waterproof and resistant to cleaning with chlorine based solution.

7. There must be display for the temperature control for the measured value & set value. Temperature display should be bright, numerical with at least 1” LED display. The unit should have a rechargeable battery back up to show the temperature of the baby during the power failure.

8. The unit must have two drawers, IV stand & Apgar alarm for 0-10 min. The diameter of I.V stand should be 2.5 cm minimum.

The heating element should be of quartz /infrared (non-ceramic material) with parabolic reflector / calrod/ with the life time warranty. Heater should be protected by a metal grid.

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

9. PHYSICAL PARAMETERS:

Length of Bassinet : Minimum 650 mm Width of Bassinet : Minimum 430 mm Working level from the ground : 840 mm Distance from mattress top and heat source : minimum 850 mm Weight Approx : 40 Kg Castors : 75 mm (Brakes / lock on front two wheels)

10. RECOMMENDED ENVIRONMENTAL SPECIFICATIONS:

Operating temperature range : 20° C to 33° C Storage Temperature range : -25° C to 60° C Operating humidity range : 0 – 100 % RH

11. SKIN TEMPERATURE

Range : 32° C to 38° C Accuracy : + / - 0.2° C Resolution : 0.1° C Probe Interchangeability : + / - 0.2° C Infant required temperature range : 32° C to 38° C Heater output controllable from 0 to 100 % in increments of 5 % in manual mode. The unit should stop heating if the temperature exceeds the desired value by one degree and restarts only when temperature fails back into one degree. : Focused light source of Halogen / OBSERVATION LAMP LED

12. ELECTRICAL SPECIFICATION

Electrical supply : 230 V AC +/- 10 % 50 Hz

13. Standard Accessories & Consumables:

13.1 Mattress 03 nos 13.2 Temp. Probe (Reusable) 05 nos 13.3 Power cord 01 nos. 13.4 Fuse set 02 nos.

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

14. The supplier should have local service facility. The service provider should have the necessary equipments recommended by the manufacturer to carryout preventive maintenance test as per guidelines provide in the service / maintenance manual.

15. Warranty for 2 years and 4 years for CMC after warranty. The prices for CMC shall be quoted at the time of tendering process. The Prices of CMC shall be considered for the evaluation process. Quote for CMC shall include provision for the replacement of side panel, in case of breakage.

16. The complete unit including the heating element should be CE 93/42 or FDA or UL or BIS certified.

Test certificate for the equipment to be submitted with the tender.

17. Documentation

17.1 User/Technical/maintenance manuals to be supplied in English.

17.2 List of installation base with their contact nos.

17.3 Certificate of calibration and inspection from Parent company/OEM supplier.

17.4 List of equipments available for providing calibration and routine preventive Maintenance Support. As per OEM documentation in service/technical manual.

17.5 List of important spare parts and accessories with their part number and costing.

17.6 Log book with instructions for daily, weekly. Monthly and quarterly maintenance checklist. The job description of the hospital technician and company service engineer should be clearly spelt out.

Schedules 2, 9 & 16 Wall Mounted Radiant warmer

SPECIFICATIONS

1. The fixed radiant warmer comprises of heating element of 500-600 W with display of skin temperature in manual mode while control and skin temperature in servo mode. The heater box must be swivel & construction of the stainless steel reflector & guard rail is such that there is no possibility of shock hazards.

2. There should be a focused light source for making (halogen /LED) observation of the patient.

3. There must be display for the temperature control for the measured value & set value. Temperature display should be bright, numerical with at least 1” LED display. The unit should have a rechargeable battery back up to show the temperature of the baby during the power failure.

4. The unit must have Apgar alarm for 0-10 min.

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

The heating element should be of quartz /infrared (non-ceramic material) with parabolic reflector / calrod/ with the life time warranty. Heater should be protected by a metal grid. The unit must be provided with wall mounted bracket along with the unit.

5. RECOMMENDED ENVIRONMENTAL SPECIFICATIONS:

Operating temperature range : 20° C to 33° C Storage Temperature range : -25° C to 60° C Operating humidity range : 0 – 100 % RH

6. SKIN TEMPERATURE

Range : 32° C to 38° C Accuracy : + / - 0.2° C Resolution : 0.1° C Probe Interchangeability : + / - 0.2° C Infant required temperature range : 32° C to 38° C Heater output controllable from 0 to 100 % in increments of 5 % in manual mode. The unit should stop heating if the temperature exceeds the desired value by one degree and restarts only when temperature fails back into one degree. : Focused light source of Halogen / OBSERVATION LAMP LED

7. ELECTRICAL SPECIFICATION

Electrical supply : 180 – 240 volts at 50 Hz.

8. Standard Accessories & Consumables:

8.1 Temp. Probe (Reusable) 05 nos 8.2 Power cord 01 nos. 8.3 Fuse set 02 nos.

9. Companies should have local service facility. The service provider should have the necessary equipments recommended by the manufacturer to carry out preventive maintenance test as per guidelines provider in the service/maintenance manual.

10. Warranty for 2 years and 4 years for CMC after warranty. The prices for CMC shall be quoted at the time of tendering process. The Prices of CMC shall be considered for the evaluation process. Quote for CMC shall include provision for the replacement of side panel, in case of breakage.

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

11. The complete unit including the heating element should be CE 93/42 or FDA or UL or BIS certified.

Test certificate for the equipment to be submitted with the tender.

12. Documentation

12.1 User/Technical/maintenance manuals to be supplied in English.

12.2 List of installation base with their contact nos.

12.3 Certificate of calibration and inspection from Parent company/OEM supplier.

12.4 List of equipments available for providing calibration and routine preventive Maintenance Support. As per OEM documentation in service/technical manual.

12.5 List of important spare parts and accessories with their part number and costing.

12.6 Log book with instructions for daily, weekly. Monthly and quarterly maintenance checklist. The job description of the hospital technician and company service engineer should be clearly spelt out

Schedules 3, 10 & 17 OXYGEN CONCENTRATOR

SPECIFICATIONS

1. The unit comprises of ABS moulded cabinet with superstructure base & compressor plate. It should have moulded handgrip for easy transportation and free moveable roller base for max. maneuverability. Unit should have two outlets with separate flow meter and humidifier. Heavy duty continuous running for days. Supply with reusable minimum 5 metre long medical grade oxygen tubing.

2. It must have circuit breaker with reset function.

3. It should have flow rate of 10 lpm @90 % and 1-9 lpm @ > 90%.

4. The output pressure from 20psi or more, or based on atmospheric pressure of 14.7 psi.

5. The system should deliver with a purity level more than 90%.

6. The unit must give alarm if purity level decreases or below 85%.

7. The unit comprises of visual & audible alarm for Hi/low oxygen level, power failure, pressure drop. Sound level should be less than 50 dB.

8. The following filter must be supplied along with the unit

¾ Gross particle cabinet filter ¾ Compressor filter ¾ Bacterial filter

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

The prices of all the filter must be quoted along with the unit. The prices of filter will be freezed for 5 years.

9. Electrical requirement:

The unit shall be able to operate at 220-240 v, 50 Hz, & supplied with Indian power code.

10. Standard Accessories:

Humidifier Bottle : 05 nos

Nasal canula with external tubing : 06 nos

Spare bacterial filter : 10 nos

Spare Fuse set 02 nos

11. Terms & conditions:

11.1 Complete unit should conform to internationally accepted quality standards and should carry the certification of the applicable product quality standard such as FDA, CE, UL or BIS etc. The supporting document in this regard should be submitted along with the bid & follows IEC 60101.

11.2 Company should have local service facility. The service provider should have the necessary equipments recommended by the manufacturer to carry out preventive maintenance test as per guidelines provider in the service/maintenance manual.

11.3 Warranty for 2 years and 4 years for CMC after warranty. The prices for CMC shall be quoted at the time of tendering process. The Prices of CMC shall be considered for the evaluation process.

12. Documentation

12.1 User/Technical/maintenance manuals to be supplied in English.

12.2 List of installation base with their contact nos.

12.3 Certificate of calibration and inspection from Parent company/OEM supplier.

12.4 List of equipments available for providing calibration and routine preventive Maintenance Support. As per OEM documentation in service/technical manual.

12.5 List of important spare parts and accessories with their part number and costing.

12.6 Log book with instructions for daily, weekly, monthly and quarterly maintenance checklist. The job description of the hospital technician and company service engineer should be clearly spelt out.

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Schedules 4, 11 18 SHADOWLESS LAMP (MOBILE EXAMINATION LIGHT) WITH STAND

SPECIFICATIONS

1. Single dome mobile type with shadow reduction technology 2. Diameter of the dome should be less than 280 mm 3. Minimum light output should be 30,000 lux 4. Minimum field size should be 200 mm 5. Should have minimum spring arm stroke of 500 mm. 6. Should have a light handle (sterilisable) for manoeuvring the dome as required. 7. Should have built in transformer 8. Should be mounted on caster for free movement 9. Should have easy lamp replacement 10. Color temperature should be between 4000°K and 5000°K 11. Five spare bulbs should be supplied 12. Input supply – 230Vac, 50Hz 13. The product should have safety certificate from a competent authority CE / FDA (US)/ STQC CB certificate / STQC S certificate or valid detailed electrical and functional safety test report from ERTL. Copy of the certificate / test report shall be produced along with the technical bid. 14. Specify the year of launch of the particular model quoted 15. The manufacturer to be ISO 13485 certified for the manufacturing process. (Certificate to be submitted)

Documents needed

1. User/Technical/maintenance manuals to be supplied in English.

2. List of installation base with their address and contact nos.

3. Certificate of calibration and inspection from Parent company/OEM supplier.

4. List of equipments available (if required) for providing calibration and routine preventive Maintenance Support as per OEM documentation in service/technical manual.

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Schedules 5, 12 & 19 MANUAL RESUSCITATOR SPECIFICATIONS 1. A hand-held device used to provide manual ventilation to a patient who is not breathing or who is breathing inadequately

2. Bag must be autoclavable and chemically sterilizable.

3. Should fit in all type of standard face masks. Each bag should be supplied with two masks, one for pre term 00 and the other for term baby 01.

4. Bag should be self inflatable and should have pop up valve, attachment for oxygen tube & oxygen reservoir.

5. Bag should be made up of Silicon and should retain sensitivity and should be resistant to rough use.

6. Inlet end of the bag should have separate port for Oxygen supplement.

7. Outer port should be such that re-breathing valve or non return valve can be attached.

8. Should be supplied with Oxygen reservoir bag. Bag should have volume of 240 to 280 ml for preterm and 500 ml for Term baby.

9. The unit shall be capable of being stored continuously in ambient temperature of 0-50deg C and relative humidity of 15-90%

10. Should be FDA, CE, UL or BIS approved product

11. Manufacturer should be ISO certified for quality standards.

12. User/Technical/Maintenance manuals to be supplied in English

13. Should have warranty against manufacturing defects (CMC need not be quoted).

Schedules 6, 13 & 20 FOOT SUCKER

SPECIFICATIONS

1. Base and Body Compact Portable model with two jars having simple light pedal operating system mounted on a sturdy MS base

2. Handle Smooth rubber sheet enclosed mild steel handle is provided

3. General requirements:

i) Constructions Suction unit is well designed with SS to provide friction free pumping and constructed to give adequate mechanical strength and stability.

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

ii) Tubing a) Transparent PVC tubing, Non-collapsible under a pressure of 700 mm of Hg. b) Tubes have antistatic properties and are autoclavable at 1210C .

iii) Vacuum Gauge Vacuum Gauge is Bourdon tube type. The scale marking is black on white background. The readings are in units of mm of Hg and inches of Hg column.

iv) Bottle and lid Two bottles of 750ml capacity each and graduated at 50ml intervals are provided. The bottles are of Polycarbonate Lids are leak proof easily removable and withstand steam sterilization at 1210 C. Lids are pressing type.

v) Rubber components Rubber components are made of good quality rubber and withstand ageing at 70 ± 1 0 C without showing stiffening, softening and cracking.

vi) Poly carbonate components Poly carbonate jars are made of clear medical grade material and are free from visual defects.

4. Vacuum test Suction unit gives a vacuum of 650mm of Hg column in 12 strokes and is free from any leakage of vacuum.

5. Workmanship and finish a) Powder coated metallic body has smooth finish b) Rubber parts are antistatic. c) Operation of suction unit is smooth.

6. Marking None.

7. Should have warranty against manufacturing defects (CMC need not be quoted).

8. List of spares to be supplied

2 extra bottles 2 extra lids 2 extra rubber seals 2 extra suction tubing 3 extra durable rubber bellow

Schedules 7, 14 & 21 FOETAL DOPPLER SPECIFICATIONS 1. Should be handy, work on Rechargeable battery

2. Should have an ON/OFF switch

3. Should have an LCD display for FHR

4. Should have Auto counting.

5. Should have probe storage facility to avoid accidental falling

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

6. Should have facility to control the volume of FHR sound

7. Should provide rechargeable battery along with recharging unit.

8. Should have Automatic power off facility.

9. Should have battery level indication

10. Should be supplied with a carry pouch

11. Should be FDA or CE approved product.

12. Should have bench warranty (workshop warranty) for two (02) years, covering all parts; CMC need not be quoted.

Schedule 22 PHOTOTHERAPY UNIT

SPECIFICATION FOR COMPACT FLORESCENT LIGHTS PHOTOTHERAPY

1. It should have heavy sturdy mobile stand with antistatic castors. Two castors must have brakes.

2. It should be CFL Phototherapy with irradiance of 25-30 microwatt per sq cm per nm.

3. Blue light, 4 compact fluorescence tubes (CFL), approx. 20W

4. White light, 2 CFL, approx. 20W.

5. It should have switches to use 4 CFL or 6 CFL Phototherapy and should have reflecting grills.

6. It should have a spectrum range of 420-500 nm for optimal treatment of Jaundice.

7. It should have timer for Phototherapy duration and should have an inbuilt chronometer.

8. It should have an inbuilt voltage cut off facility in case the heat of the CFL lamp increases beyond safety limit.

9. It should have protective guard beneath the lamp hood to prevent any unforeseen incidents.

10. Light tilting of the unit _- Horizontal to vertical at any angle Height adjustability – Minimum 138 cm and maximum 190 cm with a permissible range of +/- 5%.

11. Accessories & Consumables: Blue CFL tube : 50 nos White CFL tube : 25 nos Fuse set : 01 set

Price of the CFL tube to be freezed at the time of submitting the tender.

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

The dealer will measure irradiance and show the irradiance to end user each time during his quarterly visit using a standard irradiance meter which measures 420-500 nm wavelengths. The irradiance is to be measured at a distance of 45 cm from the lamp.

12. Standards, Safety and Training:

12.1 Complete unit should conform to internationally accepted quality standards and should carry the certification of the applicable product quality standard such as FDA, CE, UL or BIS etc. The supporting document in this regard should be submitted along with the bid.

12.2 The medical devices should be ISO 13485 certified manufacture. (certificate to be submitted) and should be CE93/42 or US FDA approved. (Certificate to be submitted)

12.3 It should meet the current existing safety standard. Supporting documents to satisfy this requirement is to be submitted along with the bids.

12.4 Should have local service facility. The service provider should have the necessary equipments recommended by the manufacturer to carry out preventive maintenance test as per guidelines provider in the service/maintenance manual.

12.5 Warranty for 2 years and 4 years for CMC after warranty. The prices for CMC shall be quoted at the time of tendering process. The Prices of CMC shall be considered for the evaluation process.

13. Documentation

13.1 User/Technical/maintenance manuals to be supplied in English.

13.2 List of installation base with their contact nos.

13.3 Certificate of calibration and inspection from Parent company/OEM supplier.

13.4 List of equipments available for providing calibration and routine preventive Maintenance Support. As per OEM documentation in service/technical manual.

13.5 List of important spare parts and accessories with their part number and costing.

13.6 Log book with instructions for daily, weekly. Monthly and quarterly maintenance checklist. The job description of the hospital technician and company service engineer should be clearly spelt out.

Schedule 23 PULSE OXYMETER

SPECIFICATION FOR PULSE OXYMETER

1. Should have large display readable from 6 feet distance with naked eyes. Neltcor or Masimo technology or equivalent technology. Display should indicate a pulse wave form and heart rate with inbuilt alarm limits for heart rate and saturation.

2. Should have a SPO2 range of 0 to 100%.

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

3. Should have SPO2 accuracy of ±2%.

4. Audio and visual alarm for both upper and lower SPO2, Heart rate.

5. Should be provided with four neonatal (reusable) (two flex probe and two finger probe) for neonate with appropriate length not less than 3m.

6. Adjustable audio alarm.

7. Should have a minimum of 2 hours battery back-up time.

8. Should be a portable, light weight and desktop model.

9. Should work with input 200 to 240Vac 50 Hz supply.

10. The product should have safety certificate from a competent authority CE / FDA (US)/ STQC CB certificate / STQC S certificate or valid detailed electrical and functional safety test report from ERTL. Copy of the certificate / test report shall be produced along with the technical bid.

11. Specify the year of manufacturing of the particular model quoted

12. The manufacturer to be ISO 13485 certified for the manufacturing process. (Certificate to be submitted)

13. The cost of reusable flex and finger probe need to be submitted separately along with the price schedule.

Documents needed

1. User/Technical/maintenance manuals to be supplied in English.

2. List of installation base with their contact nos.

3. Certificate of calibration and inspection from Parent company/OEM supplier.

4. List of equipments (if required) for providing calibration and routine preventive Maintenance Support. As per OEM documentation in service/technical manual.

Note: 1. Working demonstration of all the offered goods shall be required to be arranged by the bidder, at his cost & liability, before the Bid Evaluation Committee for technical evaluation, as when requested to do so by the Bid Evaluation Committee, at any time after the opening of the bids, at a short notice of a week. 2. Warranty periods and CMC as specifically indicated in the Technical Specifications shall prevail over the warranty period and CMC generally indicated in the General Conditions of Contract and the Special Conditions of Contract.

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

STANDARD REQUIREMENTS

The following requirements with regard to inspection, quality, packing, warranty, maintenance and related services shall commonly apply to all the goods in all the Schedules:

i. INSPECTION OF THE GOODS

All goods shall be subject to inspection and testing by UNOPS or its designated representatives, to the extent practicable, at all times and places, including the period of manufacture and, in any event, prior to final acceptance by UNOPS. If any inspection or test is made on the premises of Vendor or its supplier, the Vendor, without additional charge, shall provide all reasonable facilities and assistance for the safety and convenience of the inspectors in the performance of their duties. All inspection and tests on the premises of the Vendor or its supplier shall be performed in such a manner as not to unduly delay or disrupt the ordinary business activities of the Vendor or supplier.

Neither the carrying out of any inspections of the Goods nor any failure to undertake any such inspections shall relieve the Vendor of any of its warranties or the performance of any obligations under the Contract.

ii. QUALITY CERTIFICATION

Where ever appearing in the bid document, the “CE certificate” shall be read as: “CE mark for conformité européenne, (French for "European conformity").

iii. PACKING & LABELLING

Packing & Labeling shall follow the standard norms for such equipments. However, details thereof shall be specified at the time of issue of contract to the successful bidder(s).

iv. WARRANTY

Unless specified otherwise, warranty shall always be for a period of two (2) years from the date of acceptance of the goods. During warranty, cost and responsibility of the transport/shifting of the equipment, in case so required for repair, etc, shall be entirely borne by the Supplier, without any liability on the consignee. In case of such shifting of equipment, alternative working equipment shall be first made available to the consignee to avoid any disruption in the clinical work

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

v. MAINTENANCE a. CMC shall be for 4 years following expiry of warranty, unless specified otherwise. b.During CMC, cost and responsibility of the transport/shifting of the equipment, in case so required for repair, etc, shall be entirely borne by the Supplier, without any liability on the consignee. In case of such shifting of equipment, alternative working equipment shall be first made available to the consignee to avoid any disruption in the clinical work. c. Subject to (b) above, CMC services shall be provided at the site of the equipment, within the prescribed response time.

vi. LIST OF RELATED SERVICES

List of Related Services: i) Incidental Services

The supplier may be required to provide any or all of the following services, including additional services, if any, specified in SCC:

(a) Performance or supervision of the assembly, installation and/or start-up of the supplied equipments (b) Furnishing of tools required for assembly and/or maintenance of the supplied Goods along with each equipment (c) Furnishing of detailed operations and maintenance manual for each appropriate unit of supplied equipments at the time of delivery (d) After sales service centre should be available at/near to the city of Consignee on 24 (hrs) X 7 (days) X 365 (days) basis. Complaints should be attended properly maximum within 48 hrs including the travel time. (e) The Comprehensive maintenance Contract (Including Spare Parts) (i) The Purchaser/ Consignees/, Government of WB, may, at his own and sole discretion enter into a Comprehensive Maintenance Contract (CMC) with the Supplier, three months prior to the completion of Warranty Period, at the contracted price, for a period of four (4) years after the expiry of the warranty period as per the details given in clause 12.2 of GCC, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract. The CMC will commence from the date of expiry of Warranty period. The CMC includes preventive maintenance including testing & calibration as per technical/service/operational manual, labour and spares. (ii) The supplier shall visit each consignee site as recommended in the manufacturer’s technical/ service operational manual, but at least once in three months during the CMC period for preventive maintenance. (f) Training of the Purchaser's personnel, on-site, in assembly, startup, operation, maintenance and/or repair of the supplied Good. This must be carried out at the time of installation of Equipment. ii) Availability of Spare parts

The Supplier may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier:

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

(a) such spare parts as required for maintenance of the equipment during Warranty and CMC period, providing that this election shall not relieve the Supplier of any warranty obligations under the Contract; and

(b) In the event of termination of production of the spare parts:

(i) Advance notification to the Purchaser of the pending termination, in sufficient time to permit the Purchaser to procure needed requirements; and

(ii) Following such termination, furnishing at no cost to the Purchaser, the blueprints, drawings and specifications of the spare parts, if requested.

(b) Suppliers shall ensure the availability of spare parts for ten years. Inventory of the Spare parts required for 8 years.

Note: 1.Working demonstration of all the offered goods shall be required to be arranged by the bidder, at his cost & liability, before the Bid Evaluation Committee for technical evaluation, as when requested to do so by the Bid Evaluation Committee, at any time after the opening of the bids, at a short notice of a week. 2. Warranty periods and CMC as specifically indicated in the Technical Specifications shall prevail over the warranty period and CMC generally indicated in the General Conditions of Contract and the Special Conditions of Contract.

THE OFFERED PRODUCTS ARE IN ACCORDANCE WITH THE REQUIRED SPECIFICATIONS AND TECHNICAL REQUIREMENTS: YES NO ANY DEVIATIONS MUST BE LISTED BELOW:

------

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

5. In Section V. Bidding Forms, under “6. Price Schedule Form” the Price Schedule Form is hereby replaced by the following:

[The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated. The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and Related Services specified by UNOPS in the Schedule of Requirements.]

BIDDER’S TOTAL PRICES (Price & Currency to be entered by Bidder):

TOTAL FIRM CPT PRICE

BIDDER’S PRICES FOR GOODS (Price & Currency to be entered by Bidder): Sched CURRENCY : ule No. DESCRIPTION QTY. (a) (b) UNIT PRICE TOTAL PRICE CPT Duties & (c) CPT Final Final place of Taxes Destination destination (f) (d) (e) = (c ) x (d) Radiant Warmer‐ with Bassinet

1 (LR) 228

2 Wall Mounted Radiant Warmer 205 3 Oxygen Concentrator 299

Shadowless lamp (Mobile 4 Examination Light) with stand 235

5 Manual Resuscitator 228

6 Foot sucker 228

7 Foetal Doppler 3200 Radiant Warmer‐ with Bassinet

8 (LR) 257

9 Wall Mounted Radiant Warmer 186

10 Oxygen Concentrator 323 Shadowless lamp (Mobile

11 Examination Light) with stand 263

12 Manual Resuscitator 257

13 Foot sucker 257

14 Foetal Doppler 3168 Radiant Warmer‐ with Bassinet

15 (LR) 294

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

BIDDER’S PRICES FOR GOODS (Price & Currency to be entered by Bidder): Sched CURRENCY : ule No. DESCRIPTION QTY. (a) (b) UNIT PRICE TOTAL PRICE CPT Duties & (c) CPT Final Final place of Taxes Destination destination (f) (d) (e) = (c ) x (d)

16 Wall Mounted Radiant Warmer 256

17 Oxygen Concentrator 360 Shadowless lamp (Mobile

18 Examination Light) with stand 301

19 Manual Resuscitator 294

20 Foot sucker 294

21 Foetal Doppler 4328

22 Phototherapy Unit 334

23 Pulse Oxymeter 160

CPT Price: Price excluding insurance and taxes & duties.

BIDDER’S PRICES FOR SERVICES (Price & Currency to be entered by Bidder): Schedule DESCRIPTION OF THE SERVICES COUNTRY OF PRICE Service tax TOTAL No. ORIGIN (a) (b) PRICE PER SERVICE (a)+b) 1 Installation CMC** for year 1 CMC** for year 2………………… 2 CMC** for year 1 CMC** for year 2…………………

**CMC price shall be quoted separately for each year after warranty; CMC column not applicable should not be filled in. BIDDER’S DISCOUNT FOR ACCELERATED PAYMENT ____% of total firm price for each calendar day less than thirty (30) days

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

(i) BIDDER’S DELIVERY DATA Schedule 1 Schedule 2 Schedule 3 Schedule 4 Schedule 5 Schedule 6 Schedule 7 Schedule 8 Schedule 9 Schedule 10 Country of origin of offered products Schedule 11 Schedule 12 Schedule 13 Schedule 14 Schedule 15 Schedule 16 Schedule 17 Schedule 18 Schedule 19 Schedule 20 Schedule 21 Schedule 22 Schedule 23 Schedule 1 Schedule 2 Schedule 3 Schedule 4 Schedule 5 Schedule 6 Schedule 7 Schedule 8 Schedule 9 Schedule 10 Schedule 11 Time required for offering the good for Inspection: Schedule 12 Schedule 13 Schedule 14 Schedule 15 Schedule 16 Schedule 17 Schedule 18 Schedule 19 Schedule 20 Schedule 21 Schedule 22 Schedule 23

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2

Schedule 1 Schedule 2 Schedule 3 Schedule 4 Schedule 5 Schedule 6 Schedule 7 Schedule 8 Schedule 9 Schedule 10 Schedule 11 Time required for delivery and installation after dispatch Schedule 12 clearance Schedule 13 Schedule 14 Schedule 15 Schedule 16 Schedule 17 Schedule 18 Schedule 19 Schedule 20 Schedule 21 Schedule 22 Schedule 23

BIDDER'S SIGNATURE AND CONFIRMATION OF THE ITB PROVIDED THAT A PURCHASE ORDER IS ISSUED BY UNOPS WITHIN THE REQUIRED BID VALIDITY PERIOD , THE UNDERSIGNED HEREBY COMMITS, SUBJECT TO THE TERMS OF SUCH PURCHASE ORDER, TO FURNISH ANY OR ALL ITEMS AT THE PRICES OFFERED AND TO DELIVER SAME TO THE DESIGNATED POINT(S) WITHIN THE DELIVERY TIME STATED ABOVE.

Exact name and address of company

COMPANY NAME AUTHORIZED SIGNATURE DATE

ADDRESS

NAME OF AUTHORIZED SIGNATORY (TYPE OR PRINT)

PHONE NO. FAX NO. FUNCTIONAL TITLE OF SIGNATORY

EMAIL ADDRESS OF CONTACT PERSON

OTHER EMAIL ADDRESSES WEB SITE

6. All other terms & conditions of the bid document, except to the extent hereinabove amended, shall remain unaltered.

In case of any further information/clarification, they may contact UNOPS or WBMSC through e-mail at [email protected] or [email protected] respectively; individual visits, in person, to UNOPS or WBMSC offices shall not be entertained. All requests for seeking clarification should cite the subject tender and should be received by the deadline indicated for the purpose, above.

*****

UNOPS/IPO/WBMSC/EQUIP/03/2010 – Amendment # 2