Page 1 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin) Cost- Rs.1000 TENDER NOTICE Equipments/Instruments for Department of Dentistry VAT- Rs.135 AIIMS, , Virbhadra Marg, Rishikesh, Total Cost-1135

Date: ____July,2013

On behalf of the Director, All Institute of Medical Sciences, Rishikesh tenders in sealed cover are invited under two-bid system from manufacture and their authorised dealers/ distributors for providing Equipments/Instruments for Department of Dentistry for AIIMS Rishikesh.

The interested manufactures and their authorised dealers/ distributors are required to submit the technical and financial bid separately. The bids in Sealed Cover-I containing “Technical Bid” and Sealed Cover-II containing “Financial Bid” should be placed in a third sealed cover super scribed “Tender For Equipments/Instruments for Department of Dentistry” and should reach at the office of “The Administrative Officer, AIIMS, Virbhadra, Marg Rishikesh (Dehradun) - 249201, by or before 03.00 PM on 12-08-2013. The bid received after due date and time will not be entertained whatsoever may be the reason. The technical bids shall be opened on the next day i.e 13-08-2013 at 11.00 AM at AIIMS, Rishikesh. In the event of any of the above mentioned date being declared as a holiday / closed day, the tenders will be opened on the next working day at the appointed time. The date of technical evaluation of items and opening of financial bid of technically qualified agencies will be announced later.

The tender document containing technical bid form, financial bid form, technical description/specification & item and terms & conditions can be purchased from AIIMS, Rishikesh from 22-07-2013 to 12-08-2013 between 1000 AM and 02.00 PM on non-refundable payment of Rs.1135.00 (Rupees one thousand one hundred thirty five only) or can be downloaded from website www.aiimsrishikesh.edu.in. Those who download the tender document from website should enclose Demand Draft/Pay Order for Rs.1135.00 (Rupees one thousand one hundred thirty five only) (non-refundable) in favour of “AIIMS, Rishikesh”, payable at Rishikesh, not later the date of 11-08-2013 along with their technical bid in the Cover-I “Technical Bid”. The bid security (EMD) for Equipments/Instruments for Department of Dentistry as given in table-1 of tender documents should be paid by FD/BG/TD/CD in favour of “AIIMS, Rishikesh” payable at Rishikesh and will be placed in cover-1 with technical bid. The Tender Documents are not transferable.

Any future clarification and/or corrigendum(s) shall be communicated through Administrative Officer on the AIIMS, Rishikesh website: www.aiimsrishikesh.edu.in.

Rakesh Kumar Administrative Officer AIIMS, Rishikesh

Sign of bidder Page 2 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin) TENDER DOCUMENT “Equipments/Instruments for Department of Dentistry ” AIIMS, Rishikesh TECHNICAL BID (In separate sealed Cover-I super scribed as “Technical Bid”)

1. Name & Address of the manufacture and their authorised dealers/ distributors/Agency with phone number, email, name and telephone/mobile 2. Specify your firm/company is a manufactures/ authorised dealer/ distributor/ Agency 3. Name, Address & designation of the authorized person (Sole proprietor/partner /Director) 4. Have you previously supplied these items to any government/ reputed private organization? If yes, attach the relevant poof. Please provide a notarised affidavit on Indian Non Judicial stamp paper of Rs. 10/- that you have not quoted the price higher than previously supplied to any government Institute/Organisation/reputed Private Organisation or DGS&D rate in recent past. If you don’t fulfil this criteria, your tender will be out rightly rejected. 5. Please attach copy of last of Income Tax Return

6. Please attach balance sheet (duly certified by Chartered Accountant) for last three (3) years (Annual minimum turnover should not be less than 25 laks) 7. PAN No. (Please attach copy)

8. VAT/Service Tax Registration Number. (Please attach copy)

9. Acceptance of terms & conditions attached (Yes/No). Please sign each page of terms and conditions as token of acceptance and submit as part of tender document with technical bid. Otherwise your tender will be rejected. 10.Power of Attorney/authorization for signing the bid documents.

11. Please submit notarised affidavit on Indian Non judicial stamp paper of Rs. 10/- that no case is pending with the police against the Proprietor/firm/partner or the Company (Agency). Indicate any convictions in the past against the Company/firm/partner. Please also declare that proprietor/firm has never been black listed by any organization. 12. Please submit a notarised affidavit on Indian Non Judicial Stamp Paper of Rs.10/- that they will provide complete warranty for all equipments for 2 (two) years & CMC for 5 (five) years of these equipments. 13.Please furnished affidavit on Indian Non judicial stamp paper of Rs.10/- that they will supply spare part for next 10 years at reasonable price. 14. Details of the FD/BG/TD/CD of bid security (EMD) Detail of cost of Tender FD/BG/TD/CD No: for Rs. 1135/- (if downloaded from Date: website) DD No. Payable at- Date: Payable at-

Sign of bidder Page 3 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

Declaration by the Tenderer: This is to certify that I/We before signing this tender have read and fully understood all the terms and conditions contained herein and undertake myself/ourselves to abide by them.

Encls: 1. DD/Pay Order (if tender form is downloaded from the website of this Institute) 2. FD/BG/TD/CD 3. Terms & Conditions (each page must be signed and sealed) 4. Financial Bid

(Signature of Tenderer with seal)

Name:

Address :

Place:……………………………… Date:…………………………………

Tender Sl.No:

Sign of issuing Authority

Sign of bidder Page 4 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

“For Equipments/Instruments for Department of Dentistry ”

AIIMS, Rishikesh

FINANCIAL BID

(In sealed Cover-II super scribed “Financial Bid”)

To, Administrative Officer AIIMS Rishikesh, Virbhadra Marg Rishikesh (Dehradun)

Dear Sir, Our quoted rate for supplying the Equipment/Instruments at Sl. No...... ….. ” at AIIMS, Rishikesh will be as follows.

Unit Price (in Rs.) S. No. With 2 years warranty Product (If applicable)

(In figure) (In words)

1. Dental Chair with all the required attachments and specifications

2. Portable dental x ray

3. Dental Room Cabinet with Sink

4. Table top Front Loading Autoclave (electrical)

5. Mouth Mirrors

6. Probes

7. Explorers

8. Tweezers

9. Instrument trays

10. Needle burner with syringe cutter

11. Enamel trays

12. Cheatle forceps

13. Ultrasonic Cleaner For Dental Instruments 14. Kidney trays

15. Plastic Cheek Retractors 16. Mouth Gag

Sign of bidder Page 5 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

17. Mouth Props (Adult + Pedo)

18. Scalpel Handles

19. Scalpel Blade Remover

20. Hard Wire Cutter

21. Forceps set for extraction

22. Luxating Elevators

23. Elevators set of 10 (ten)

24. Periosteal Elevators

25. Root Tip Picks

26. Restorative Filling and Carving Instruments Set

27. Airotor

28. Dental Electric Brushless Micromotor

29. Composite Filling Instruments

30. LED Curing Light source

31. Endodontic Micromotor with apex locator and handpiece 32. Endontics Kit

33. Pulp Tester-Digital

34. Apex Locator

35. Glass bead sterilizers

36. Shade guide for porcelain and Composite

37. Cement Spatula

38. Agate Spatula

39. Automatic Water Distiller

40. Matrix Band and retainer

41. Dental ultrasonic scaler and air polisher (complete set) 42. Dental Impression Trays (upper and lower)

43. Rubber Bowls

44. Plaster Spatula- straight and curved

Sign of bidder Page 6 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

45. Wax Spatula

46. Wax Knife

47. Lecrons Carver

48. Plaster Knife

49. Crown Cutting Burs

50. Rubber Base Impression Material

51. Articulating Paper

52. Cold (Self) Cure Acrylic Material

53. Heat Cure Acrylic Material

54. Crown Remover

55. Fox Plane

56. Teeth Set

57. Lab micro motor

58. Dental Lathe

59. Dental Vibrator

60. Plaster Dispenser

61. Pumice Powder

62. Denture Polishing Kit

63. Flask with Clamp

64. Hydraulic Press

65. Model trimmer

66. Acrylizer

67. Dewaxing Unit

68. Physiodispenser with Reduction Gear Hand Piece 69. Dental high speed Portable Suction Machine

70. Straight dental handpiece for surgical work 1:1 71. Austins retractor 72. Electrocautery

Sign of bidder Page 7 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin) 73. Artery forceps 74. Bone file

75. Bone Curette

76. Stainless Steel Bowls 77. Bone Rounger

78. Surgical MicroMotor with Handpiece- straight and Contra angle 79. Adson forceps

80. Allison forceps

81. Finger saw

82. Suction tips

83. Towel Clips

84. Sponge holder

85. Mallet

86. Bone Chisels

87. Gouge

88. Kilner C shaped

89. L - retractors

90. Tongue depressor

91. Suction Cannula

92. Scissors

93. Needle Holders

94. Babcocks Forceps 95. General Maxillofacial Surgery Instruments

96. Titanium Trauma Kit and Reconstruction Kit

97. Trocar system

The unit cost should be mentioned as per table 1.The above quote should include all applicable taxes and FOR AIIMS, Rishikesh. L1 will be decided on the basis of unit cost of individual equipment.

Sign of bidder Page 8 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

Declaration by the Bidder:

1. This is to certify that I/We before signing this tender have read and fully understood all the terms and conditions contained in Tender document regarding terms & condition of the contract, rules regarding purchase of equipment/instruments for Dentistry department. I/we agree to abide them.

2. No other charges would be payable by Client and there would be no increase in rates during the Contract period.

(Signature of Bidder with seal)

Place:………………………………… Name:

Date:………………………………… Seal:

Address

Tender Sl No.

Sign of issuing Authority

Sign of bidder Page 9 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

Terms & Conditions

(A) Information and Conditions relating to Submission of Bids

1. The tender document containing eligibility criteria, scope of work, terms & conditions and draft agreement can be purchased from AIIMS, Rishikesh on any working day from 22-07-2013 to 12-08-2013 between 10.00 AM to 14.00 PM on payment of non refundable charges of Rs 1135/- (Rupees one thousand one hundred thirty five only) or can be downloaded from website www.aiimsrishikesh.edu.in. Those who download the tender document from Website should enclose a enclose a Demand Draft/Pay Order for Rs 1135/-(Rupees one thousand one hundred thirty five only) in favour of “AIIMS, Rishikesh”, payable at Rishikesh, not later the date of 11-08-2013, along with their bid in the Cover-I containing “Technical Bid”.

2. The interested firms/supplier are required to submit the Technical and Financial Bids separately in the format enclosed. The bids in sealed Cover-I containing “Technical Bid” and sealed Cover-II containing “Financial Bid” should be placed in a third sealed cover super scribed “Tender for Purchase of Equipment/Instruments for Dentistry Department” should reach AIIMS, Rishikesh by or before 03.00 PM on 12-08-2013. The Technical bids shall be opened on next day i.e 13-08-2013 at 11.00 AM at AIIMS, Rishikesh in presence of the bidders or their authorized representatives who choose to remain present. The Tender received after due date & time will be rejected and no claim shall be entertained whatsoever may be the reason.

3. The pre bid conference would be held on 02-08-2013 at 03.00 PM in the office of Dy Director (Administration), AIIMS, Rishikesh. All firms representative who are attending the pre bid meeting, shall produce an authorisation letter from their firm on the firm’s letter head. They are required to put their query in writing before the committee.

4. All the duly filled/completed pages of the tender should be given serial /page number on each page and signed by the owner of the firm or his Authorized signatory. In case the tenders are signed by the Authorized signatory, a copy of the power of attorney/authorization may be enclosed along with tender. A copy of the terms & conditions shall be signed on each page and submitted with the technical bid as token of acceptance of terms & conditions. Tender with unsigned pages/incomplete/partial/part of tender if submitted will be rejected out rightly.

5. All entries in the tender form should be legible and filled clearly. If the space for furnishing information is insufficient, a separate sheet duly signed by the authorized signatory may be attached. No overwriting or cutting is permitted in the Technical Bid as well as Financial Bid unless authenticated by full signature of bidder. Any omission in filling the columns of Financial Bid form (Schedule of Rates) shall debar a tender from being considered. Rates should be filed up carefully by the tenderer. All Corrections in this schedule must be duly attested by full signature of the tenderers. The corrections made by using fluid and overwriting will not be accepted and tender would be rejected.

Sign of bidder Page 10 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

6. The bidder shall pay the respective amount of Bid Security (EMD) as mentioned in table-I along with the Technical Bid by Demand FD/BG/TD/CD in favour of “AIIMS, Rishikesh” drawn on any Nationalized Bank/ Scheduled Bank and payable at Rishikesh and must be valid for (6) six month. Bids received without Earnest Money deposit (EMD) shall stand rejected and thus shall not be considered for evaluation etc at any stage. The original EMD will be put in cover-I containing Technical bid.

a) The Public Sector Undertaking of the Central/State Govt. are exempted from furnishing Earnest Money along with tender. b) The firms Registered with DGS & D/SSI and any approved source of Centre/States Govt. are not exempted from furnishing Earnest Money in so far as this institute is concerned. c) Earnest Money deposited with AIIMS, Rishikesh in connection with any other tender enquiry even if for same/similar material / Stores by the tenderer will not be considered against this tender. 7. The bid security (EMD) without interest shall be returned to the unsuccessful bidders after finalization of contract.

8. The successful bidders has to constitute a contract on Indian non judicial stamp paper of Rs.100/- (Rupees one hundred only) and also required to furnish the security deposit @ 10% of contract value in the form of FD/BG/TD/CD of any nationalised bank in favour of AIIMS, Rishikesh & payable at Rishikesh only. The EMD deposited by successful bidder may be adjusted towards Security Deposit as demanded above. If the successful bidder fails to furnish the full security deposit or difference amount between Security Deposit and EMD within 15 (fifteen) days after the issue of Letter of Award of Work, his bid security (EMD) shall be forfeited unless time extension has been granted by AIIMS, Rishikesh.

9. The EMD shall be forfeited if successful bidder fails to supply the goods/equipment in stipulated time or fails to comply with any of the terms & conditions of the contract or fail to sign the contract.

10. The bid shall be valid and open for acceptance of the competent authority for a period of 180 (one hundred eighty) days from the date of opening of the tenders and no request for any variation in quoted rates and / withdrawal of tender on any ground by bidders shall be entertained.

11. To assist in the analysis, evaluation and computation of the bids, the Competent Authority, may ask bidders individually for clarification of their bids. The request for clarification and the response shall be in writing but no change in the price or substance of the bid offered shall be permitted.

12. After evaluation, the work shall be awarded normally to the Agency fulfilling all the conditions and who has quoted the lowest rate as per financial bid after complying with the all the Acts / provisions stated / referred to for adherence in the tender.

Sign of bidder Page 11 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

13. The competent authority of AIIMS, Rishikesh reserved all rights to accept or reject any/ all tender(s) without assigning any reason. It can also impose/relax any term and condition of the tender enquiry after due discussion in pre bid conference. This will be communicated to all tenderers in writing. AIIMS, Rishikesh also reserves the right to reject any bid which in his opinion is non-responsive or violating any of the conditions/specifications without any liability to any loss whatsoever it may cause to the bidder in the process.

14. Tender must be submitted on the prescribed Tender Form otherwise tender will be cancelled straightway.

15. The tender form is not transferable.

16. Canvassing in any form is strictly prohibited and the tenderer who are found canvassing are liable to have their tenders rejected out rightly.

(B) OTHER TERMS & CONDITIONS OF THE TENDER

1. Rates quoted should be inclusive of all applicable taxes, packing, forwarding, postage and transportation charges at FOR AIIMS Rishikesh.

2. All the rates should be mention in Indian national currency (INR) only. The rates quoted in foreign currency will not be entertained in this tender enquiry & such tenders will be cancelled straightway.

3. Rates should be mentioned both in figures and in words. The offer should be typed or written in Ink Pen/ Ball Pen without any correction. Offers in pencil will be cancelled. Telegraphic/ Telex/ Fax offers will not be considered and cancelled straightway.

4. The supplier shall submit a notarised affidavit on Indian Non Judicial Stamp Paper of Rs.10/- that you have not quoted the price higher than previously supplied to any government Institute/Organisation/reputed Private Organisation or DGS&D rate in recent past. Therefore, if at any stage it has been found that the supplier has quoted lower rates than those quoted in this tender, the Institute (the purchaser) would be given the benefit of lower rates by the Supplier. If such affidavit is not submitted, tender will be out rightly rejected.,

5. If the price of the contracted articles is/ are controlled by the Government, in no circumstances the payment will be higher than the controlled rate.

6. Tender will be regarded as constituting an offer open to acceptance in whole or in part at the discretion of the competent authority of the institute for a period of 180 days (6 months) valid from the date of opening of the tender by the committee.

7. The time for the date of delivery/ dispatch stipulated in supply order shall be deemed to be essence of the contract and if the supplier fails to deliver or dispatch any consignment within the period prescribed for such delivery or dispatch in the supply order, liquidated damages may be deducted from the bill @ 0.5% per week subject to maximum of 10% of the value of the delayed goods or services under the contract. The competent authority of the institute may also cancel the supply. In such a case, bid security of the supplier shall stand forfeited.

Sign of bidder Page 12 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

8. In case the quality of goods supplied are not in conformity with the standard given in tender and as per the samples supplied or the supplies are found defective at any stage these goods shall immediately will be taken back by the supplier and will be replaced with the tender quality goods, without any delay. The competent authority reserves all rights to reject the goods if the same are not found in accordance with the required description / specifications and liquidates damages shall be charged.

9. In case the tenderer on whom the supply order has been placed, fails to made supplies within the delivery schedule and the purchaser has to resort risk purchase, the purchaser (AIIMS, Rishikesh) may recover from the tender the difference between the cost calculated on the basis of risk purchase price and that calculated on the basis of rates quoted by tenderer. In case of repeated failure in supplying the order goods the supply order may be cancelled and bid security deposit will be forfeited.

10. The Specification and quantity of the item needed is mentioned in Table I but it is approximate detail and is subject to increase/decrease at the discretion of the competent authority of AIIMS, Rishikesh. The payment would be made for actual supply taken and no claim in this regard should be entertained.

11. Where the specifications are as per tenderer’s range of product & tenderer’s offer should mention that the item meets all specifications as per the tender enquiry and if there are improvements/deviations the same should be brought out on separate Letter Head of the firm. It would be discretion of the competent authority of the institute to accept or reject such deviations which are not in accordance with our required specifications as per given in Annexure-I.

12. It must be mentioned clearly whether tenderer is a manufacturer/sole distributor/sole agent for the items for which he is quoting.

a. Manufacturer must add a certificate that item(s) is manufactured by them as per range of products.

b. Sole Manufacturers must add a certificate that they are the sole manufacturer of the Item for which they are quoting in this tender enquiry & item is /are their proprietary Item in India. The rate certificate is also required from the sole manufactures that the Rates quoted are the same as they quote to other State/Centre Govt./reputed Private Organisation and DGS & D for the similar item(s) and these are not higher than those quoted by them.

c. Authorized agents must add authority letter from their Manufacturer/Principals on the letter head of the manufacturer/principals in proforma given in Annexure-I duly supported by a notarised affidavit on Indian Non Judicial Stamp Paper of Rs.10/- (Rupees ten only) that they are quoting Rates on behalf of them. The authorization letter must give/mention the purpose for which it is allowed. The validity period of the authorization letter must be mentioned in the authority letter otherwise tender will be liable to rejection.

Sign of bidder Page 13 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

13. The Tenderers should furnished a copy of S.T. /C.S.T./VAT registration number, the State / U.T. of registration and the date of such registration. Tenders not complying with this condition will be rejected.

14. The tenderers should submit along with the tender, a photostat copy of the last Income Tax return and copy of current valid income tax clearance certificate (IT CC) otherwise tender may be ignored.

15. In case asked, tenderer must personally supply a sample/give the demonstration of the equipments/Instruments to the competent authority of the institute and in that case all the expenses will be borne by the supplier.

16. Full description & specifications, make/brand and name of the manufacturing firm must be clearly mentioned in the tender failing which the tender will not be considered. The tenderer must also mention whether the goods are imported / indigenous. Descriptive literature /catalogues must be attached with the tender in original failing which tender may be ignored.

17. Any failure or omission to carryout of the provisions of this supply by the supplier shall not give rise to any claim by supplier and purchaser one against the other, if such failure or omission arise from an act of God which shall include all acts of natural calamities from civil strikes compliance with any status and or requisitions of the Government lockout and Strikes, riots, embargoes or from any political or other reasons beyond the suppliers control including war (whether declared or not) civil war or state of incarceration provided that notice of the occurrence of any event by either party to the other shall be within two weeks from the date of occurrence of such an event which could be attributed to force majeure.

18. The Courts at Rishikesh/ Dehradun alone and no other Court will have the jurisdiction to try the matter, dispute or reference between the parties arising out of this tender/supply Order/contract.

19. Tenderer will have to provide complete warranty for all equipments for 2 (two) years & CMC for 5 (five) years of these equipments. Financial bid should be quoted accordingly. In this regard, the tenderer shall submit a notarised affidavit on Indian Non Judicial Stamp Paper of Rs.10/- that they will provide complete warranty for all equipments for 2 (two) years & CMC for 5 (five) years of these equipments.

20. If at any time, any question, dispute or difference whatever shall arise between supplier and the institute (Purchaser) upon or in relation to or in connection with the agreement, either of the parties may give to the other notice in writing of the existence of such a question, dispute or difference and the same shall be referred to two arbitrators one to be nominated by the institute (Purchaser) and the other to be nominated by the supplier. Such a notice of the existence of any question dispute or difference in connection with the agreement shall be served by either party within 60 days of the beginning of such dispute failing which all Right sand claims under this Agreement shall be deemed to have been forfeited and absolutely barred. Before proceeding with the reference the arbitrators shall appoint/nominate an umpire. In the event of the arbitrators not agreeing in their award the Umpire Appointed by them shall enter upon the reference and his award shall be binding on the Parties. The venue of the arbitration shall be at Rishikesh, (, India). The arbitrators/Umpire shall give reasoned award. Sign of bidder Page 14 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

21. Tenderer should ensure and give an affidavit on Indian Non Judicial stamp paper of Rs.10/- with technical bid that spare parts and consumables for these equipments/instruments will be available and rates will be reasonable for next 10 (ten) years.

I / We hereby accept the terms and Conditions given in the tender

------(Signature & Stamp of the bidder)

Note- Please sign each page of document including terms & conditions & tender

Sign of bidder Page 15 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin) Table-I

Details of items their tentative quantity and EMD Equipments/Instruments Department of DENTISTRY S No Product Quantity Required EMD 1. Dental Chair with all the required attachments 1 Chair 66,000 and specifications 2. Portable dental x ray 1 2500 3. Dental Room Cabinet with Sink For the size of the dental 2500 OPD 4. Table top Front Loading Autoclave (electrical) 1 3000 5. Ultrasonic Cleaner For Dental Instruments 1 2500 6. Forceps set for extraction 3 Set 13000 (2 Adult + 1 Pediatric) 7. Luxating Elevators 2 Set 5800 8. Elevators set of 10 (ten) 2 Set 9000 9. Root Tip Picks 1 set 1500 10. Restorative Filling and Carving Instruments Set 4 sets 400 0 11. Airotor 5 800 0 12. Dental Electric Brushless Micromotor 2 1000 13. Composite Filling Instruments 1 kit 1000

14. LED Curing Light source 1 Complete Unit 3000 15. Endodontic Micromotor with apex locator and 1 700 handpiece 0 16. Endontics Kit 1 kit 100 0 17. Pulp Tester-Digital 1 125 0 18. Apex Locator 1 300 0 19. Automatic Water Distiller 1 125 0 20. Dental ultrasonic scaler and air polisher 1 200 (complete set) 0 21. Lab micro motor 1 100 0 22. Dental Lathe 1 100 0 23. Dental Vibrator 1 250 24. Plaster Dispenser 1 (Plaster and Stone) 200 0 25. Model trimmer 1 250 0 26. Acrylizer 1 300 0 27. Dewaxing Unit 1 200 0

Sign of bidder Page 16 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

28. Physiodispenser with Reduction Gear Hand 1 21000 Piece 29. Dental high speed Portable Suction Machine 1 2500 30. Straight dental handpiece for surgical work 1:1 4 2000 31. Electrocautery 1 2500 32. Surgical MicroMotor with Handpiece- straight 1 set 250 and Contra angle 0 33. Mouth Mirrors 50

34. Probes 50

35. Explorers 50 36. Tweezers 50

37. Instrument trays 4 38. Needle burner with syringe cutter 3

39. Enamel trays 5 40. Cheatle forceps 5

41. Kidney trays 25 42. Plastic Cheek Retractors 5 each

43. Mouth Gag 2 sets Each

44. Mouth Props (Adult + Pedo) 4 sets 45. Scalpel Handles 20

46. Scalpel Blade Remover 5 47. Hard Wire Cutter 10

48. Periosteal Elevators 25 (Molt No 9) rest other 3 each 49. Glass bead sterilizers 1 50. Shade guide for porcelain and Composite 2 Misc. 51. Cement Spatula 10 52. Agate Spatula 10

53. Matrix Band and retainer 5 sets

54. Dental Impression Trays (upper and lower) 1 set each

55. Rubber Bowls 4

56. Plaster Spatula- straight and curved 2 each 57. Wax Spatula 5

58. Wax Knife 5 59. Lecrons Carver 5

60. Plaster Knife 5 61. Crown Cutting Burs 3 Sets

62. Rubber Base Impression Material. 2 set each

63. Articulating Paper 25 sheets

64. Cold (Self) Cure Acrylic Material 5 Box Set

65. Heat Cure Acrylic Material 5 Box Set

Sign of bidder Page 17 of 30

66. Crown Remover 1

67. Fox Plane 2

68. Teeth Set 3 each in all shades and all

sizes

69. Pumice Powder 2 Packets

70. Denture Polishing Kit 2 sets each

71. Flask with Clamp 2 sets each

72. Hydraulic Press 1

73. Austins retractor 5

74. 10 Artery forceps

75. Bone file 10 76. Bone Curette 10 each

77. Stainless Steel Bowls 10 78. Bone Rounger 2 each

79. Adson forceps 2 each 80. Allison forceps 10

81. Finger saw 5

82. Suction tips 20 Misc. 83. Towel Clips 20 84. Sponge holder 5 85. Mallet 4 86. Bone Chisels 3 sets 87. Gouge 3 88. Kilner C shaped 2 89. L - retractors 10 90. Tongue depressor 10 91. Suction Cannula 5 each 92. Scissors 2 each 93. Needle Holders 4 each 94. 2 Babcocks Forceps 95. General Maxillofacial Surgery Instruments 13000

96. Titanium Trauma Kit and Reconstruction Kit 9 1000

97. Trocar system 13000

Approximate Cost of Misc. Equipments 5,00,000

Approximate Total Cost of Equipments Rs. and Instruments for Dentistry 90,80,000/-

Sign of bidder Page 18 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin) ANNEXURE-I

1. Dental Chair Description of Function: Dental Chair required for dental 1 Chair examination and surgical procedures and is equipped with scaler, Light Cure unit and Dental Digital Radiography.

Operational Requirements: Physiological dental chair operated by electricity, upholstery of good material and soothing color

Technical Specifications: • Fully adjustable back rest and head rest • Electrical, operated water control for basin/bowl which is Glass/Ceramic • Body of the chair and unit is painted and non – rust able • Sensor Controlled Lights with Halogen bulbs 12v, 55w, and 2 intensity with 4 bulbs spare. • Reversible and Autoclavable steel tray connected to articulatory arm. 20 plastic Autoclavable instrument trays. • High power saliva ejector (2 bottles) with pressure gauge • Cart type delivery unit with 4 casters for easy movement complete with three way syringe. • Control box with water control – Air motor and hand piece (straight and contra – angle), fiber optic air rotor hand piece. One Turbine connection with handpiece • Pneumatic stool • Ultrasonic scalar & endo unit with different types of endo tips & Scaler tips - 2 each of endo tip and scaler. • Light cure unit (LED) with protective shield and preset timings.

• Oil Free Air Compressor (Medical Grade) ü It should have Air moisture filter ü It should have Non-retraction valve ü It should have Pressure gauge ü It should have Air tank (capacity of > 35 Lt.) ü It should have Auto cut-off switch ü It should give medical grade Air which is absolutely oil free ü It Should be Noiseless

• Mounted Dental X-ray box (OPG film size).-LED Generated • The imaging system for diagnosing • Digital Radiography ü The Wi-Fi compatible Sensor delivering clear film- quality images and offers the highest resolution of any intraoral sensor on the market (> 20 line pairs/mm). ü Sensors can be easily moved from one operatory to the other with its full set of holders and compact design. ü Faster image transfer for improved productivity

Sign of bidder Page 19 of 30

1. ü Secured image transfer with no interference

• Operating Light Specifications: 1. With luminosity of 20000 lux and 25000 lux with 620 degrees of rotation of light arm movements. 2. Should get ON and OFF with No-touch system for maintaining proper sterilization while working. 3. Color temperature of the light should be around 5000 Angstroms. 4. Light should allow Vertical, Horizontal, and Axial & Diagonal Movements for proper Focusing. System Configuration Accessories, spares and consumables • System as specified • All consumables required for installation and standardization of system to be given free of cost. • Provision for modular furniture with sink for dental operator 12 feet x 12 feet.

Environmental factors • The unit shall be capable of being stored continuously in ambient temperature of 0 -50deg C and relative humidity of 15-90% • The unit shall be capable of operating continuously in ambient temperature of 10 -40 deg C and relative humidity of 15-90% • Complete installation of the system including water input and drainage system has to be installed Power Supply • Power input to be 220-240VAC, 50Hz fitted with Indian plug • Suitable Servo controlled Stabilizer/CVT • Resettable overcurrent breaker shall be fitted for protection

Standards, Safety and Training

• Should be FDA , CE,UL or BIS approved product • Manufacturer should have ISO certification for quality standards. • Electrical safety conforms to standards for electrical safety IEC 60601-1 (OR EQUIVALENT international/national standard) General requirement for Electrical safety of Medical Equipment. • Comprehensive warranty for 5 years and provision of AMC for next 5 years.

Documentation • User/Technical/Maintenance manuals to be supplied in English • Certificate of calibration and inspection. • List of important spare parts and accessories with their part number and costing • List of Equipments available for providing calibration and routine Preventive Maintenance Support. as per manufacturer documentation in service/technical manual. • 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. Sign of bidder Page 20 of 30

2. Portable, compact and wireless DC X-ray. 1 · 60kV/2mA Tube Complet · Exposure time (.01-2.0 sec) e Unit · Graphic LCD display · IOPA film & Radiovisiography sensor compatible · Round type beam limiting device · Total filtration 1.8mmAlAC · 60-70 X-ray shots on film or 90 to 100 X-Ray shots on Sensor once battery is recharged Portable dental x ray · Internally LEAD coated to prevent excessive exposure unit & dispersion of radiation · Rechargeable Lithium-Polymer battery · Should have Patient & tooth selection mode • Should be compatible with RVG

3 Dental Room Cabinet i. Cabinetry, drawers can be opened by push-latch or with For the with Sink handles. With clean lines and a large storage capacity. size of ii. Provision for Proper stacking of Instruments the iii. Preferably metallic made. dental OPD 4 Table top Front i. Should have a chamber Volume of minimum 25 lts 1 Loading Autoclave ii. Should have digital display (electrical) iii. Should have Both wet and Dry Cycles. iv. Should have different cycles for autoclaving including flash cycle. v. Should provide with Autoclave Steri strips for Checking the efficacy of the Autoclave. 5 Mouth Mirrors Medical Grade Stainless, Autoclavable. 50 6 Probes Medical Grade Stainless, Autoclavable. 50 7 Explorers Medical Grade Stainless, Autoclavable. 50 8 Tweezers Medical Grade Stainless, Autoclavable. 50 9 Instrument trays Medical Grade Stainless, Autoclavable. 4 10 Needle burner with 3 syringe cutter 11 Enamel trays 5 12 Cheatle forceps Medical Grade Stainless, Autoclavable. 10 13 • Minimum 20 Lts of Tank Capacity. Ultrasonic Cleaning 1 System which uses a process created by high frequency sound waves to effectively remove gross and microscopic Ultrasonic Cleaner debris from dental instruments. For Dental • Should include tank cover, Disinfectant Ultrasonic Cleaner Instruments Concentrate, basket and owners guide

14 Kidney trays Medical Grade Stainless, Autoclavable. 25

15 Autoclavable. Both Adult and Pediatric sizes. 5 each Plastic Cheek Retractors

Sign of bidder Page 21 of 30

16 Mouth Gag 1. Molt (Adult/Large Child/Medium Infant/Small) , Should 2 sets have Ratchet design for positive grip without slipping Each 2. FERGUSSON-ACKLAND Mouth gag (All Sizes) 3. Heisters Mouth Gag

17 Mouth Props • Small Child Latex-Free 4 sets • Child Latex-Free • Adult Latex-Free All three sizes provided as a single set

18 Scalpel Handles Bard Parker style with metric rule (No 03) 20 Finely balanced, pen-like scalpel handle that easily rotates and maneuvers in difficult to reach areas with fingertip control. Offset angle design is good for posterior and palatal areas. Universal 360˚ Blade Handle Paquette Blade Handle 19 Scalpel Blade 5 Remover

20 Hard Wire Cutter Straight 10

21 Forceps set for • Forceps should have precise, anatomically-designed 3 Set extraction beaks for a sure, effective grip. (2 Adult + 1 Forceps should have optimum rockwell hardness for • Pediatric unmatched tensile strength. ) • Forceps should have maximum (preferably lifetime) warranty against defects in material and workmanship 22 Luxating Elevators 1. 3mm Curved Luxating Elevator 2 Set 2. 3mm Straight Luxating Elevator 3. 5mm Curved Luxating Elevator 4. 5mm Straight Luxating Elevator 5. Sharpening Stone-Luxating Elevators

23 Elevators set of 10 Should be crafted from Immunity Steel and heat treated to 2 Set (ten) provide optimal sharpness and durability 1. Seldin 2. Apexo (Pair) 3. Cryer (Pair) 4. Cryer Mini (Pair) 5. Coupland Gouge 6. Warwick- James Straight 7. Warwick- James Left and Right 8. Cogswell 9. Serrated 10. Straight 24 Periosteal elevators 1. Molt No 9 25 (Molt No 9) Seldin 2. rest 3. Goldman-Fox No 14 other 4. Freer Curved 5. Prichard 3 each 6. Buser

Sign of bidder Page 22 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

25 Root Tip Picks 1. Apical 9, 9L and 9R 1 set 2. Davis Double-end

26 Restorative Filling Medical Grade Stainless, Autoclavable. 4 sets and carving Instruments Set

27 Airotor i. Fiberoptic / LED illuminated Airotor Handpiece 5 ii. Shadowless illumination iii. Should have solid Titanium Body which is scratch resistant iv. low noise level with virtually no vibration v. Ceramic Ball bearing Coupling System vi. Should have body shape to gain easy access to posterior area, vii. Small Head possible to facilitate posterior area preparations viii. effective water spray to cool the entire operating field ix. Should prevent particle entry in to water spray x. Max speed up to 400000 rpm and min 0

28 Dental electric 1 Powerful and robust 2 brushless 2 Quiet and stable operation micromotor 3 Broad speed range

29 Composite Filling 1. Full Set of instruments. Both anterior and Posterior 1 kit Instruments Restoration. 2. Products should include a wide range of spatulas ideally tailored for the purpose. 3. Polished, corrosion-resistant stainless steel tips prevent the adhesion of filling material so the treating professional can place it exactly where it belongs. 4. Should not cause corrosion or felting of the filling material

30 LED Curing Light 1. Cordless 1 source 2. Should include one curing light handpiece, charger, 10mm Complet light guide, eye shield and three curing discs. e Unit 3. Fan-free for silent operation 4. Multiple-setting light timer with easy, push-button control offers preset cure times of 5, 10, 15 and 20 seconds, a continuous 120-second mode, and tack-cure mode. 31 Endodontic Motor with apex locator 1 Micromotor with apex • 3 modes of use: motor alone/apex locator alone/DUAL locator and mode: motor & apex locator combined handpiece • Motor handpiece with integrated On/Off button • Operates without a foot pedal • Insulated contra-angle • Apex measurement using the motor handpiece or the apex locator accessory set

32 Endontics Kit Endodontics Hand instruments Kit 1 kit Made of medical grade steel / titanium. files and reamers

33 Pulp Tester-Digital 2

34 Apex Locator 3

Sign of bidder Page 23 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

35 Glass bead sterilizers 2

36 Shade guide for 2 porcelain and Composite

37 Cement Spatula 10

38 Agate Spatula 10

39 Automatic Water To get Disstilled water to use in dental chair for proper care of 1 Distiller the Equipments

40 Matrix Band and Universal type and toffelmire Type 5 sets retainer

41 Dental ultrasonic 1. Complete prophylaxis treatment to be carried out. 2 scaler and air 2. Removal of supragingival and subgingival calculus with polisher (complete powerful ultrasound inserts and gentle removal of stain set) and biofilm by air-polishing. 3. should be used with glycine powder. 4. Operating frequency : 24,000 - 36,000 Hz 5. Should be easily be switched between Scaler and Polisher mode.

42 Dental Impression Both Perforated and Non perforated 1 set Trays each

43 Rubber Bowls 4

44 Plaster Spatula Straight and Curved 2 each

45 Wax Spatula 5

46 Wax Knife 5

47 Lecrons Carver 5

48 Plaster Knife 5

Sign of bidder Page 24 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin) 49 Crown Cutting Burs Diamond cutting points used for Crown preparation 3 Sets

50 Rubber Base All three consistency 2 set Impression Material Light, Medium and Putty of addition silicone material each

51 Articulating Paper 25 sheets

52 Cold (Self) Cure Monomer + Polymer 5 Box Acrylic Material Set

53 Heat Cure Acrylic Monomer + Polymer 10 Box Material Set

54 Crown Remover Automated 1

55 Fox Plane 2

56 Teeth Set Acrylic Teeth set 3 each in all shades all shades and all sizes 57 Lab micro motor With heavy duty handpiece 1

58 Dental Lathe with attachments for polishing and Buffing 1

59 Dental Vibrator 1

60 Plaster Dispenser 2 (Plaster and Stone) 61 Pumice Powder 2 Packets

62 Denture Polishing Kit 2 sets each

63 Flask with Clamp Both Upper and Lower flasks 2 sets each

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin) Sign of bidder Page 25 of 30

64 Hydraulic Press 1

65 Model trimmer Preferably Double sided with Carborundam Disk on one side and 1 Diamond Disk on the Other Side.

66 Acrylizer 1

67 Dewaxing Unit 1

68 Physiodispenser with Hand Piece. 1 Reduction Gear Hand 1. Should have powerful gearings Piece 2. Should offer Maximum torque (Above 70 Ncm) necessary for all drilling and shaping applications and thus ensures precise work. 3. should be a reduction gear of 20:1. 4. Both Internal and External Spray 69 Dental Portable 1. Preferably made of High quality Stainless Steel 1 Suction Machine 2. Saliva suction hose (automatic) 3. HVE (High Volume Evacuation) suction hose (automatic) 4. HVE (High Volume Evacuation) suction hose (automatic) for cuspidor 5. Noise level: less than 60 dB 70 Straight dental Direct drive. Without light, with internal spray, locking ring, bur 4 handpiece shank Ø 2.35 mm.

71 i. With out Fiber optic attachment 3 ii. With Fiber Optic attachment 2 Austins retractor

72 i) With both Unipolar and Bipolar facilities , 1 ii) Best and durable make Electrocautery iii) Pencil type unipolar end with both Hand and Foot control. iv) Should include colorado tips for attachments. 73 10 Artery forceps

74 Bone file • Cross-Cut file with Curved working end combined with a 10 straight working end • Cross-Cut file with Small paddle shaped end is half the size of the larger paddle shaped end. 75 Bone Curette • Lucas Double ended Spoon Shaped 5 each • Volkmann Bone Curette

76 Made of medical grade 18:8 Stainless Steel corrosion resistant 10 Can be Autoclavable. Stainless Steel Bowls

77 Bone Rounger 1. End-cutting 2 each 2. Side-Cutting 3. Boehler Double Action

Sign of bidder Page 26 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin) 78 Surgical MicroMotor • Should have Speed control with ranging from 0 to 60000 1 each with Handpiece both rpm, Straight and Contra • Dental electric brushless micromotor angle • Produce less sound • Both Straight and Contra angle micromotor are to be provided. • Should have atleast 3 yrs of onsite warranty.

79 Adson forceps i. Adson Plain 2 each ii. Adson Toothed iii. Adson Micro 80 Allison forceps Allison Straight 10 81 Finger saw 5 82 Suction tips Disposable 20 83 Towel Clips Rachette Design and spring Design 20 84 Sponge holder 5 85 Mallet Stainless steel with nylon facings should withstand autoclave 4 sterilization 86 Bone Chisels Made of High Quality Surgical Stainless Steel 3 sets • Single Bevel 3mm, 4mm, 5mm, 6mm • Bi-Bevel 3mm, 4mm, 5mm, 6mm 87 Gouge 3 88 Kilner C shaped 2 89 L - retractors Medium Size 10 90 Tongue depressor 20 91 Suction Cannula Frazier and Mastoid type (size 4 & 5) 5 each 92 Scissors • Goldman-Fox Straight 2 each • Metzenbaum Curved/Pointed • Metzenbaum Delicate Curved/Blunt • Mayo Curved/Blunt • Bandage Scissors • Suture Cutting • Crown & Gold Curved 12 cm 93 Needle Holders • Mayo-Hegar 6’’ 4 each • HMT Thin Jaw 5” Tungsten Plated 94 2 Babcocks Forceps

95. Maxillofacial Surgery Full range of maxillofacial surgery instruments for routine 1 Kit Kit (Also Includes the management of Surgical patients instruments Below)

Rowe’s Maxillary 1 Pair Disimpaction Forceps

Hayton William 1 each Forceps (Both forward and Downward Traction) Orbital floor 1 Pair retractors

Sign of bidder Page 27 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

TMJ retractor 2 Pair

TMJ Spreader 1Pair

Condyle retractor 2

Copper malleable 6 Retractor

Mandibular awl set 1 Set

Zygomatic awl set 1 Set

Ramus stripper 2

Rowes zygomatic 1 elevators

Sigmoid retractor 1

Wire cutter Heavy Duty 6

Pliers Universal Plier and Adams Plier 1 Pair

Walsham nasal 1 Pair forceps

Asch’s nasal forceps 1Pair

Zygomatic bone 1 Pair hooks

Condyle alveolar 2 retractor

Sign of bidder Page 28 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin) Catspaw Retractor Double ended with Catspaw on one end and L retractor 6

Skin hooks 4

Nerve Hook 2

2 Brodie probe

Lacrimal probe 1 kit

96 Titanium Trauma Kit The Craniofacial Fixation System should be a customizable 1 Kit and Reconstruction system that houses a variety of surgical instruments and implant Kit modules. The modules hold the implants, consisting of titanium plates and screws in sizes ranging from 1.0, 1.3, 1.5, and 2.0 mm for skeletal repair and reconstruction of the midface and craniofacial anatomy.

Plating kit should be streamlined and organized for the treatment of craniofacial and mandibular trauma and reconstruction. Key implants and instruments from the MIDFACE and MANDIBLE Plating Systems should be combined in a single graphic case.

Should be made of Medical Grade Titanium Features : • Plates should come in a variety of shapes and sizes to meet the anatomical needs of the patient • Large selection of orbital floor plates and meshes • System should be complemented by a variety of screws in 1.0, 1.3, 1.5, and 2.0 mm sizes, providing a wide range of internal fixation options • Implants should be made from commercially pure titanium or titanium alloy for biocompatibility • System is customizable and can be configured to meet specific requirements—expands easily as clinical needs grow Should also include. ü 2.0 mm Mandible Locking Plate (MLP) module ü 2.4 mm/3.0 mm Locking Reconstruction Plate (LRP) module ü 2.4 mm Mandible Trauma Plate module ü IMF Screw Set Titanium Preformed Should closely approximate the topographical anatomy of the 1 kit (at Orbital Plates human orbital floor and medial wall, to provide accurate least 10 reconstruction even after significant two-wall fractures plates)

Should be made of Medical Grade Titanium

Sign of bidder Page 29 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

Mandible Plate • Bend plates in-plane, out-of-plane, and in torsion Bender/Cutters • Bend the last segment of a plate • Remove burrs from cut plates • Cut mandible plates

97. Trocar system Used to deliver screws transbuccally. 1 Kit

1. Lightweight, ergonomic design 2. Allows placement of screws ranging from 2.0 mm to 3.0 mm screws 3. Size-specific, color-coded drill guides 4. Snap-lock retains obturator and drill guides 5. Cheek Retractor Forceps for the retraction of buccal tissue

• Comprehensive Guarantee/Warranty for 2 years and there after comprehensive AMC (including all spares and labour) for 5 years unless specified otherwise.

Sign of bidder Page 30 of 30

Tender Enquiry No. F.No.24/Eqpt/15/2013-RIS (Admin)

ANNEXURE– II

MANUFACTURER’s / PRINCIPAL’s AUTHORIZATION FORM (Clause 12 (c) of the tender) To

The Administrative Officer, All India Institute of Medical Sciences Rishikesh.

Dear Sir,

TENDER: ______. we, ______, who are established and reputable manufacturers of ______, having factories at ______and______, hereby authorize Messrs. ______(name and address of agents) to bid, negotiate and conclude the contract with you against Tender No.______for the above goods manufactured by us. No company or firm or individual other than Messrs. ______are authorized to bid, negotiate and conclude the contract in regard to this business against this specific tender.

We hereby extend our full guarantee and warranty as per the conditions of tender for the goods offered for supply against this tender by the above firm.

The authorization is valid up to ______

Yours faithfully,

(Name) For and on behalf of Messrs. ______(Name of manufacturers)/Principal.

Sign of bidder