Directorate of Medical & Health Services

Total Page:16

File Type:pdf, Size:1020Kb

Directorate of Medical & Health Services

1

Administration of the Union Territory of Lakshadweep (DIRECTORATE OF MEDICAL & HEALTH SERVICES) Kavaratti Island – 682 555

F.No.42-45/2008 – DMHS Dated:06.09.2008.

SHORT TENDER NOTICE

Sealed Tenders are invited from the licensed manufacturers and authorized agents/distributors, for supply of Machineries & Equipments to the Medical & Health Department, U.T.of Lakshadweep.

Tender forms containing terms and conditions, list of items required and last date for submission of quotations, can be had from Store Superintendent, Lakshadweep, Medical store, Indira Gandhi Road, Willington Island, Kochi – 682 003, Kerala from 09-09-2008 to 06-10-2008 10 AM on all working days on payment of Rs.500/- + 8% S.T (Total Rs.540/-) for machineries & equipments by cash which is not refundable. Tender schedules can also be downloaded from our Web Site www.lakshadweep .nic.in. Tenderers, who have downloaded the Tender Schedules from Web site, should remit the cost of Tender form to Store Superintendent, Lakshadweep Medical Store, Kochi-3 at the time of submission of Tender.

Sd/- (DR.P.S.ASHRAF) DIRECTOR OF MEDICAL & HEALTH SERVICES

Administration of the 2 Union Territory of Lakshadweep (DIRECTORATE OF MEDICAL & HEALTH SERVICES) Kavaratti- 682 555

F.No.42-45/2008-DMHS Dated:06.09.2008

TENDER SCHEDULE

Sealed Tenders are invited for supply of Machineries & Equipments, required by the Lakshadweep Medical Department for the year 2008-2009 from licensed manufacturers or their authorized distributors/ agents, Tenders should be addressed to the Store Superintendent, Lakshadweep Medical Store, Indira Gandhi Road, Wellington Island, Kochi-682 003 and reach his office on or before 2.00 pm on 06.10.2008. The tenders will be opened at 3.00 pm on same day by the committee constituted for the purpose in the presence of tenderers or their duly authorized representatives present, if any, at that time. Any tenders received after due date and time specified will be rejected.

The acceptance of the tenders will be subject to the following terms and conditions

TERMS & CONDITIONS

I) The list of items required, Machineries & Equipments Other allied articles is furnished in the annexure attached.

II) All items to be installed at concerned Hospitals/CHCs/PHCs at various Islands and should be demonstrated to the concerned by the tenderer.

III) Rate quoted shall be inclusive of all packing, forwarding, transporting charges and other incidental charges up to the islands concerned. All expenses up to the installation point including traveling expenses of Engineers will be met by the tenderer.

IV) Payment of equipments, which requires installation, will be made only after the successful installation and demonstration of the working of specific items to the officer in charge authorized pertaining to the Department in the respective islands and after checking and certifying the demonstration of the functioning of the equipments by the Officer in charge in the respective islands. Payment of items supplied will be made only after correctness of specifications of the items satisfactorily.

V) Leaflet, Booklet/User’s manual containing the details of the Machineries & equipments shall b e enclosed with the Tender.

VI) The tenderer shall produce a certificate to the effect that they have supplied Machineries & Equipments to any state /UT Government worth Rs.15 Lakhs.

VII) Warranty period of each item is specified item wise in the specification and the tenderer shall be liable to do the repair/replacement work of the Machineries & equipments during the warranty period at free of cost. Priority/preference will be given to those firms who offer more warranty for the items.

VIII) After expiry of warranty period the successful tenderer should be provide the spares and prompt service of the machineries & equipments as and when required by the Department.

IX) The successful tenderer should install the Machineries & Equipments at respective Islands within 30 days from the confirm order. Delayed supply of items 3 will not be accepted and supplier shall be responsible for any losses that may occur on account of this.

X) The under signed does not bind himself to accept the lowest rate and reserves all rights of acceptance of the tender with him. The tenderer shall be bound to supply and install the items at the rate quoted by him.

XI) An amount equal to 2.5 % of the total value of quoted items should be furnished as E.M.D. along with tender. This can be furnished by means of Demand Draft in favor of the director, Medical & Health Services, Kavaratti drawn on Syndicate Bank and encashable at Syndicate Bank, Kavaratti. Tenders without the prescribed E.M.D. will summarily be rejected. EMD of successful bidders will be released only after the expiration of warranty period.

XII) E.M.D. of successful bidders will have to deposit 5% of the total value of the contract as performance deposit in the form of Account Payee D.D./fixed deposit receipt of a commercial Bank or a Bank guarantee from a commercial Bank preferably from Syndicate Bank. E.M.D of those tenderers, whose tenders have been considered, but no contract could be awarded will be refunded immediately after the finalization of the tenders.

XIII) The lowest rate will be accepted subject to the quality and ability to supply the Machineries & equipments in time, as per the confirmed order. Representation for enhancement of rate once accepted will not be entertained.

XIV) Sales Tax will be paid as per the rates applicable for Government Supplies at the time of supply. Concessional Sales Tax Certificate which ever is applicable is issued along with the payment only. The tenderers shall furnish C.S.T and State Government Sales Tax Registration number in their tender and invoice/bill.

XV) The tenders should be neatly typed in one side of each sheet and tenderer will have to declare the acceptance of the terms and conditions of the tender schedule.

XVI) Violation of any of the terms of tender notice will entail cancellation of supply order. The Hon’ble Administrator, Union Territory of Lakshadweep, reserves the right to accept or terminate the contract at any time during the validity of contract and his decision in the matter shall be final and no appeal shall lie over it.

Sd/- (DR.P.S.ASHRAF) DIRECTOR OF MEDICAL & HEALTH SERVICES For and on behalf of the Administrator, Union Territory of Lakshadweep, Kavaratti

List of Equipments and Machineries for the year 2008-09.

Machineries (Hospitals and CHCs) Required Quantity. 1. Anesthesia Machine

Technical Specifications Anesthesia Machine 1) Anaesthesia machine complete with a) Anaesthesia gas delivery system. b) Circle absorber system. c) Precision vaporiser for halothane, isoflurane/Sevoflurane 4 d) Anaesthesia ventilator.

e) Monitoring system to monitor Anaesthetic gases,ECG, EtCO2, Pulse Oximeter and airway pressure,NIBP, IBP (No as required) , rectal/&skin temperature. 2) Essential accessories to make the system complete 1 No.(to be Detailed specifications : Installed at Govt.Hospital, 1. Anaesthesia gas delivery system. Minicoy) 1. Should have provision for delivery of oxygen, nitrous oxide and medical air with pressure gauges. 2. Should have independent attachments for connecting central gas supply and pin indexed cylinders. Should have provision for attaching 1/2 cylinders of (O2 and N2O). 3. Oxygen and Nitrous oxide should be linked either mechanically or pneumatically to ensure a minimum of 25% oxygen delivery at all times to avoid delivery of hypoxic mixture. 4. Should have audio-visual oxygen Failure warning System with Nitrous oxide cut off. 5. Should have back bar which is ISO pin type to attach vaporizer easily. 6. Should be supplied with necessary attachments for use of the breathing circuits (Bains, Jackson-Rees and closed circuit etc.,) 7. Should have top shelf to keep monitors and a tabletop to keep anaesthetic drugs, equipments etc. 8. The machine should possess battery back up for electrical components 9. Castor wheels should be durable and moisture resistant & Smooth. 10. The Anaesthesia machine frame should be made of rust proof material/Stainless steel. 11. Silicone cushion high quality ,adult and Pediatrics face mask of four different sizes –2 each size . 2. Standard Circle Absorber System . Should have adjustable pressure limiting valve, breathing circuit pressure measuring device. . Should have a bag/ventilator selecting valve integrated onto the absorber. . Should be suitable to use low flow techniques . Facility to attach oxygen sensor. . Should have CO2 absorbent chamber canister.

3. Precision Vaporisers (Temperature, pressure and flow compensated) for Halothane, Isoflurane and Sevoflurane. . Should be easy to mount and dismount from the back bar. . Vaporisers should have ISO pin type (Selectatec) mounting and vaporiser interlocking facility.. . Should have a standard filling port with keyed filling device. . Should be designed for transport with liquid in vaporiser chamber with protection against tipping and shaking . Maintenance free vaporiser 4. Ventilator . Should be a bag in bottle anaesthesia ventilator with standing (ascending/Piston) bellows. . Should be supplied with adult and paediatric bellows. . Should be able to set tidal volume, respiratory rate and I:E ratio . Ventilator should have audible alarms for ventilator failure, low oxygen supply pressure, inadequate volume delivery, disconnection alarm, and power supply failure. 5 . Should have battery backup for min 30min

5. Monitoring system Should provide facility to monitor a) Oxygen and Nitrous oxide and anaesthetic agent in the inspired mixture b) Inspired and end tidal carbon di-oxide through side stream c) Oxygen saturation of the blood with both adult & paediatric probes & sensors d) Monitoring of ECG, NIBP (inclusive of adult, paediatric & neonatal NIBP cuffs), IBP and CVP should be present Pressure transducers and necessary accessories as per requirement (preferably four reusable transducers with bracket and holder and 100nos disposable domes with pressure lines per monitor) e) Airway Pressure monitoring should be present f) Temperature Monitoring with 2 probes oesophageal / rectal and skin probe. g) Glare free colored monitors with large screen for easy visibility. h) Monitor should be accurate, precise and standard monitoring modes in modular type. 6. Back-up power supply: 1 KV UPS systems suitable for Anaesthesia Machine for a minimum one hour 7.General Conditions 1. Should have local service facility 2. Power supply 100.240V, 50..60Hz 3. Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page/para number of original. 4. Demonstration is must. 5. Guarantee for three years including consumables. 6. Annual Maintenance contract for 5 years after guarantee

2. Autoclave Electrical High Pressure Horizontal Sterilizer Model 16HB/E & 20HB/E

 Autoclave should be suitable for the use in CSSD Room for wrapped instruments, unwrapped instruments, liquids, linen etc. 1 No.( to be 0 0 C with temp.control 100 to 137 Installed at  Autoclave should also be above to perform Bowie & Dick test Govt.Hospital, and vacuum leak test. Minicoy)  The autoclave should be completely microprocessor controlled with real time printing device to record events during the propagation of cycle.  Autoclave should have prevacuum, gravity and liquid cycles and having internal battery facility in case the microprocessor control fails as backup up for all cycle memory so that proper cycle completion occurs on power restoration.  The double jacket chamber and door should be made of heavy duty stainless steel type 316 L. Fully automatic horizontal sliding door / easy operate above manual door, made of 316L steel.  Chamber shape : Horizontal Rectangular.  Chamber Interior Dimensions : Atleast 26’’ (W) x 36’’ (H) x 60’’ (D)  Chamber Volume : 900 – 1000 liters approx. (30-36 cu.ft)  The Pipes and the fittings should be made of stainless steel and brass.  There should be two rails inside the chamber bed to allow 6 smooth loading of carriage.  The panel should include various pressure & temperature display gauges for depiction of actual pressure /temperature in chamber, jacket and on gasket.  Trolley made of stainless steel should be included to transfer carriage from autoclave.  At least four line LCD/LED display with numeric and touch screen commend keys to be the part of autoclave.  All interrupts and failures must be indicated through audio visual alarms and recording.  The Autoclave should include all safety features like solenoid safety valves, current overload relay, contractor etc.  Air to be drawn from chamber through vacuum pump and relived to atmosphere through bacteria retentive filters.  No extra air compressor should be part for operations, all controls should be through electrical solenoid valves as part of autoclave.  Integral steam generator of adequate capacity should be included to feed steam to Autoclave.  The Autoclave adjustable each cycle time should not be more than 60 minutes if the autoclave operates at the working temperature (inner chamber) of 1210 C at a pressure of 15 pounds per square inch (psi).  Computer connectivity port to be the part of equipment for remote viewing and controlling of sterilization cycle and data management of previous cycles and for service.  Adequate service back up is required during the warranty and the period of after warranty is over.  Autoclave should meet international standards such as ASME, EMC directive, CSA and UL and should be as per CE machine directives. The quality system should also be certified in compliance with ISO 9001:2000.  Warranty period 3 year. 3. Operation Theater Table Specifications : - 1. O.T Table with four-section table top & divided foot section. 2. The tabletop made up of X-ray translucent high pressure laminate. The mattress should also be radiolucent. 3. Head and foot section adjustment should be pneumatically operated using gas spring. 4. Should have hydraulically operated adjustment for height, back section, lateral tilt, trendelenburg and anti trendelenburg using a manual position selector & foot pedal. 5. Desired adjustment should be achieved by selecting it on 1 No.( to be manual position selector and then by operating the foot pedal. Installed at 6. The manual position selector should be shiftable any where on Govt.Hospital, the side rail on either side of the table and can also be pushed Minicoy) under the table top. 7. Head & foot section should be detachable. 8. Wheels should be equipped with central braking system. 9. Should have T-shaped table base to allow surgeon & assistant stand close to the patient during surgery. 10. Suitable for future up-gradation for Orthopedics, Neurosurgery & Urology surgical procedures. 11. Should meet international quality directives such as CE, ISO 9001 & ISO 14001. 12. Warranty period 2 year. 13. Technical Specification.

Height : Low 73 cm or better, High 100 cm or better. 7 Foot section : Down -900 Head section: Up 250 or more down 350 or More Back section: up 650 or more, down 100 or more Side tilt : +150 or better Trandelenburg / reverse trandelenburg : +250 or more Overall width : 60 cm or more Overall length : 190 cm or more

13. Should be supplied with following Accessories : Infusion rod – 1 pc , Anaesthesia screen – 1 pc, X-ray Cassette Tray – 1 pc, Leg crutches with ball and socket joint for horizontal and vertical adjustment – 1 pair, Arm rest (gas spring operated for height and angle adjustment) – 1 pair, shoulder supports – 1 pair, Side supports – 1 pair, Stainless Steel bowl – 1 pc. 4. Oxygen Concentrator

Specification : -

Size (L xW x H) : - 394mm x 396mm x 706mm 5 Nos ( to be Weight - 22.7 Kgs. Installed at Sound Level - Less than 47 dBA Kavaratti, Power Consumption – 400 Watts average. Minicoy, Agatti, Safety Alarms - Power Failure – Process Failure – Amini, Androth) High/Low Pressure – Low Oxygen Purity (OMS model only) Oxygen Purity -O -2 LPM – 94%/2-4 LPM -93%/5 LPM- 90 % Outlet Pressure - 7 psi Oxygen Output - Variable – 0 to 5 LPM (1/2 Liter increment) Filters - Cabinet, Compressor Intake and Bacteria Warranty - three year.

5. Doppler for fetal heart sound 1 Nos ( to be Specifications : - Installed at, Indira 1. Ultra sonic frequency :2MHz Gandhi Hospital, . 2. Audio Output : Maximum 500 milliwatts, adjustable by means of (Kavaratti) volume control. 3. Pulse indicator light flashes with heart beat. 4. Alarms for Trechycardia, Bradycardia loss of contact. 5. Provide operating manuals.

6. Surgical Micro Motor 4 Nos.( to be Specifications : - Installed at 1. Electrically operated, Kavaratti, Amini, 2. Heavy-duty, Androth, Minicoy) 3. With digital control, 4. With Contra and ST NSK hand –piece. 5. Warranty period one year. 7. Labour table with steps and adjustable position. 1 No. (Installed at Indira Gandhi Specifications: - Hospital, S.S tubler pipe Mounted on four heavy duty rubber shoes S.S sheet top in Kavaratti) two sections with head side adjustable on ratchet and pernealcut and lithotomy let holders on foot end. Provision for fixing saline rad available on both sides L 180 x W 75 x H 80 cm. Warranty period 1 year. 8. One touch glucometer 5 Nos. Specifications : - (Kavaratti, 1. Must have: Multiple test sites, two way scrolling buttons, back-lit Minicoy, Agatti, 8 display, and storage capacity of test results with date and time, Amini, Androth) warranty period 1 year. 9. Nebulizer 5 Nos. (Kavaratti, Specifications : Minicoy, Agatti, 1. Size : 19 cm x 11.25 cm x 19 cm Amini, Androth) 2. Weight: 1.3 kgs. 3. Maximum Compressor pressure : 25 psig (Relief Valve Setting) 4. Maximum Operating Pressure : 11-15 psig 5. Nebulizer Nebulization Rate: 3ccH20/8-11 minutes. 6. Free Air Flow : 10 lpm 7. Compressor Type : Piston 8. Electrical Requirements: 230V, 50Hz-0.7 amps. 9. Power Consumption : 70 watts 10. Warranty: 1 year. 10. Suction Apparatus 2 No. (Minicoy) Specifications: - Electric HI-VAC epoxy powder coated with stainless steel top, ½ HP motor. Warranty period 1 year. 11. X-ray Viewer box (latest) 6 (Kavaratti, Minicoy, Androth, Specification : - Amini, Agatti, Kalpeni)  Films are easily to be inserted, taken out, and clipped firmly.  The frame of body is maded of the electrophoresis aluminum- alloy, it is  The screen is made of import white polymethyl methacrylate plate, which clean.  Anti-ultraviolet ray and never fade in color.  It is the first one to make the viewer body with aluminum –alloy to shape domestic. It is beautiful design.  The thickness is 8cm only, saving space.  The luminance of screen is brighter, the light is distributed evenly.  Adopting with general standard fluorescent lamp tube, easy to change.  Warranty period 1 year. 12. OT light .

Specification of twin O.T.Ceiling light.

 Should have dual light (main and satellite) with single bulb technology with back up bulb in both light head.  The combined light should provide maximum light output of 200- 250 K Lux at a distance range of 60 cms to 1 meters. 1 No. ( to be  Main light unit should have an output of 250 W intensity. Installed at  Satellite unit should have an output of 150 W intensity. Govt.Hospital,  The light out put should be adjustable to the colour temperature Minicoy) of the range from 4000 to 4500 degree Kelvin as per the surgeon’s requirement.  Light field and brightness should be adjustable continuously from control panel, which should be besides the light head.  The temperature increase near surgeons head should be less than or equal to 2 degree Celsius and at the working field less than or equal to 12 degree Celsius.  The back up bulb will illuminate in 0.5 sec. And will have the indicator on the control panel to remind changing the fused bulb.  Advanced suspension system should eliminate instability and offer a smooth and stable light head tilt position where it is desired.  The unit should be able to be fixed in the ceiling in a space of 20’’ X 15’’. 9  The unit should be quoted will all the accessories so that when installed the unit should be capable of full function without need for additional accessories.  The firm or its representative should be based in Kochi for easy after sales repair.  2 years on site warranty with periodic maintaining visits (minimum 4 visits in a year) over these 2 years.  Should be willing to undertake repairs whenever necessary after the expiry of the warranty period.  One extra set of bulbs to be provided with the equipment.

Specification for portable OT light.

 Should have a strong stable rust proof base on castors for easy positioning.  Should be compatible with the standard existing power supply.  Should have a CFL light of about 20 watts or more.  The light should have a facility to freely rotate the swivel the light to a stable position for easy and steady focusing at the operation site.  Price should be quoted with the accessories so that there is no delay installation. Use of the equipment once the order is placed.  Should have a dealer based in Kochi who can be contacted in case of repair. 1 No. ( to be  Should be provided with a warranty period of 3 years. Installed at  Extra set of bulb to be provided with equipment. Govt.Hospital,  Should confirm to ISI or equivalent standards. Minicoy)

Ayurvedic.

1. Hydrotherapy Unit

Specifications : -  Fully body T. shape Hydrotherapy tank for Hydro message.  1.5 mm to 1.8 mm thick stainless steel sheet, constructed tank.  Rest on 40 cm high tubular stand reinforced with cross bars. 1 No.( to be  Overall size of the tank is 200 cm X 190 cm X 90 cm. Installed at Indira  Width of the narrow protion of tank is 91 cm (36’’), Gandhi Hospital,  Depth inside tank is 48 cm Kavaratti)  Two motorized turbine electors  Digital thermometer.  Head rest.  Two water inlets drain and over flow pipes, other related accessories.  Warranty period 3 years.

Sd/- (DR.P.S.ASHRAF) Director of Medical & Health Services 10

Recommended publications