Home

Tender Document

image

Contents

1. that rates quoted are lowest quoted for any institution in India and not higher than the MRP prevailing market rate The articles shall be strictly as per specification and of the best quality as per requirement of the institution The decision of the Office of Hereinafter called the said Purchaser as regards to the quality and specification of article shall be final and binding on me us a Authorization from Manufacturer We shall furnish authorization from the manufacturer legally enforceable undertaking to the Purchaser appropriate format obligations valid for a period years from the date of supplied equipment We agree to the conditions of the tender under which the EARNEST MONEY DEPOSIT and PERFORMANCE SECURITY DEPOSIT shall be forfeited by us We hereby undertake to pay the penalty as per the terms and conditions of the contract for delayed supply of the ordered items 6 We agree to accept the amount of the bill to be paid by the purchaser after completion of all formalities and should any amount of the bill found by the purchaser auditors to have been over paid the amount so found shall be refunded by me us 7 We hereby undertake to supply the items during the validity of the tender as per direction given in supply order within the stipulated period 8 The tender inviting authority has the right to accept or reject any or all the tenders without assigning any reason 9 We understand a
2. standard of ethics during bidding and in case favoured with an order the execution of the order will be completed without resorting to any fraud corruption and or coercion 25 Confirm that the offer shall be valid for a period of 90 days from the date of bid opening SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE XII CHECK LIST Sl Cover A Yes No 1 Court Fee Stamp IPO amp Tender Document Fee furnished 2 EMD in the form of DD furnished 3 Documentary evidence for the Constitution of the company 5 Attested Photocopy of Import license if any 6 The instruments such as Power of Attorney Resolution of Board etc 7 Technical cum Compliance Specification Sheet as per Annexure 8 Undertaking as per Annexure IIA amp IIB 9 Manufacturer s Authorization as per Annexure III 11 Attested copy of Quality Certificate 15 Attested copy of ISO certificates 16 Annual Turnover Statement for last 3 financial years Annexure amp Annexure IV 17 Performance Statement as per Annexure V and Single order of value Rs 2 00 Lakhs 18 Sales Tax Clearance Certificate as Annexure VI 19 Undertaking for Embossment of logo as per Annexure VII 20 Details of Manufacturing Unit as per Annexure VIII 21 List of items quoted with name of Manufacturer as per An
3. standards Comprehensive training for lab staff and support services till familiarity with the system on site Comprehensive warranty for 2 years Comprehensive CAMC for 3 years 8 Documentation Service and User manual in English Certificate of calibration and inspection 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 Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page para number of original catalogue data sheet Any point if not substantiated with authenticated catalogue manual will not be considered To ANNEXURE Il UNDERTAKING by the Bidder Mission Director National Rural Health Mission Assam Tender No For supply of Sir Shri on behalf of M s having registered office at do hereby declare that have gone through the terms and conditions mentioned for the above and undertake to comply with all tender terms and conditions The rates quoted by me us are valid and binding on me us for acceptance for a period of one year from the date of award of contract to us I We undersigned hereby bind myself ourselves to the Office of EFR E A EF tO supply The rates quoted by me us for the items tendered for are specified against each It is certified
4. that the goods supplied under the contract shall have no defect arising from design materials or workmanship or from any act or omission of the supplier that may develop under normal use of the supplied goods i The warranty shall be valid for the period mentioned in the Technical Specification ii The warranty should be as per the period mentioned in the Technical Specification iii The Tender Inviting Authority Purchaser shall notify the supplier in writing of any claims arising under this warranty iv Upon receipt of such notice the supplier shall with all reasonable speed repair or replace the defective goods or parts thereof free of cost at the ultimate destination The Supplier shall take over the replaced parts goods at the time of their replacement No claim whatsoever shall lie on the Purchaser for the replaced parts goods thereafter v If the Supplier having been notified fails to remedy the defect s within a reasonable period the Purchaser may proceed to take such remedial action as may be necessary at the Supplier s risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the contract vi The warranty for defective parts will begin de novo from the date of replacement Supplier will pay taxes duties and all expenses up to the destination for the replaced part During the warranty period the desired uptime of 95 of 365 days 24 hours basis s
5. Tender A Signature amp Seal on each Page Each page of the Price Bid should be duly signed by the Bidder affixing the office seal B Signature on corrections Bid should be typewritten and every correction in the bid should be attested with full signature by the Bidder failing which the bid will be ineligible Corrections done with correction fluid should also be duly attested Items Quoted amp Rates The Bidder shall fill up the Annexure for items quoted D Landed Cost The rate quoted per unit or landed price in Annexure XIll shall be inclusive of excise duty sales tax packaging charge freight Insurance etc The component of VAT Sales Tax should also be shown separately Unit Size Rate rate quoted should be for a unit and given specification The Bidder is not permitted to change alter specification or unit size given in the Annexure l The above documents should be sealed in a separate cover superscribed as PRICE BID COVER B TENDER FOR SUPPLY OF SINGLE PUNCTURE LAPAROSCOPE DUE ON 03 04 2015 and addressed to the Mission Director National Health Mission Assam Saikia Commercial Complex Srinagar Path Christian Basti 5 Road Guwahati 781005 The two separately sealed covers Technical bid Cover A and Price Bid Cover B shall be placed together inside another cover which shall be sealed and superscribed as TENDER FOR SUPPLY OF SI
6. any subsequent stage or during execution of the contract the Tender Inviting Authority will exercise the right to cancel the contract and make suitable alternative arrangement at the risk and cost of such offending bidder 19 LOCAL CONDITIONS It will be imperative on each bidder to fully acquaint himself of all local conditions and factors that would have any effect on performance of the Contract The Tender Inviting Authority shall not entertain any request for clarifications from the bidder regarding such local conditions nor shall accept any offer conditional to the local factors No request for any change of price or extension of time schedule of delivery of goods shall be entertained after acceptance of bids 20 LOGOGRAMS A Tenders for the supply for furniture equipments etc shall be considered only if the Bidder gives undertaking in his tender that the items will be supplied with the logogram either printed or embossed or affixed as specified Failure to supply furniture equipments etc without the logogram will be treated as breach of the terms of agreement 21 PACKING A Packing should be sound and be able to prevent damage or deterioration during transit In the event the items supplied are found to be damaged or defective the Tender Inviting Authority will be at liberty to make alternative purchase of the items for which the Purchase orders have been placed from any other source or from the open market
7. be read and constructed as an integral part of the Contract a This Contract Agreement b Special Conditions of Contract c General Conditions of Contract d Technical Requirements including Technical Specifications e The Supplier s bid and original Price Schedules f The Purchaser s Notification of Award g Add here any other documents 3 In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Contract 4 The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein the Contract price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract For and on behalf of the Purchaser Signed In the capacity of insert title or other appropriate designation In the presence of For and on behalf of the supplier Signed SS In the capacity of insert title or other appropriate designation In the presence of
8. for Single Puncture Laparoscope as specified in the tender document Annual Turnover Annual turnover statement from sales of Hospital Furniture Fixtures Equipments Instruments for 3 years i e 2011 12 2012 13 amp 2013 14 in the format given in Annexure IV A certified by the Auditor Chartered Accountant It is to be noted that such statement of both the bidder and the manufacturer in case the bidder is not a manufacturer must be submitted Execution of similar contracts of Bidder Details of supplies Hospital Furniture amp Fixtures Equipments amp Instruments made during the last 3 financial years with summary of Purchase Orders and Performance Certificates issued by clients in the specified format Refer Annexure V Items supplied to Govt institutions and to programs sponsored by WHO UNICEF etc if any during the last 3 years should be highlighted Attested notarized copies of orders contracts for similar items including one single order of value at least Rs 2 00 Lakhs executed for a Government Organization during the last 3 years should be submitted Sales Tax Clearance Certificate of Bidder Sales Tax Clearance certificate as on 31 March of last financial year as format at Sales Tax clearance of last financial year in any other format of the concerned state will also be considered Undertaking for providing of logo of Bidder Undertaking as per Annexur
9. the date of submission of tenders and during the validity period of contract the quantum of additional excise duty so levied will be allowed to be charged extra as a separate item without any change in price structure of the items approved under the tender For claiming the additional cost on account of the increase in excise duty the bidder should produce a letter from the concerned Excise Authority for having paid additional Excise Duty on the goods supplied to Tender Inviting Authority and also must claim the same in the invoice separately Tender Inviting Authority has every right to receive supply even after expiry of contractual delivery date and in such case price reduction as specified under Clause No 17 C will be applicable If the supply is received in damaged condition it shall not be accepted In case of damage in the packing the supply will be accepted only after levying penalty as decided by the Tender Inviting Authority on the total value of supply to that particular warehouse institution 23 ANNULMENT OF AWARD FORFEITURE OF SECURITY DEPOSIT amp FRESH AWARD Failure of the successful bidder to comply with the requirements of signing of agreement and or submission of performance security within the time schedule as stipulated above shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security EMD Under such a situation the proposal may be reviewed for award of the contract on the n
10. E amp ADDRESS OF THE FIRM Enclosure of ANNEXURE VI To be issued by the Sales Tax Assessing Authority In my opinion the applicant 5 has been has not been doing everything possible to pay the Tax demands promptly and regularly and to facilitate the completion of pending proceedings Date Seal Deputy Asst Commercial Tax Officer Note Separate certificates should be obtained respect of each of the place of business of the applicant from the Deputy Commercial Tax officer or Assistant Commercial Tax Officer having jurisdiction over that place ANNEXURE VII Tender No UNDERTAKING FOR EMBOSSMENT OF LOGO 5 do hereby declare that if favored with an order we will supply the Hospital Equipments Instruments embossed with NHM Logo and the words NHM ASSAM SUPPLY or as per any other instructions given in this regard SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM LOGOGRAM ANNEXURE VIII Declaration on Manufacturing Facilities by the Manufacturer Tender No For supply of 1 Name of the manufacturer 2 Full Postal Address 3 4 Email address 5 Date of inception of business 6 Registration no amp Date 7 Issued by 8 Valid till 9 Details of manufacturing activity amp item wise capacity 12 Name of Govt Departments Pvt Institutions to which the bidder already sup
11. M Assam 3 ELIGIBILITY CRITERIA A Bidder shall either be a manufacturer or a distributor dealer having experience of supplying Medical Equipments Instruments to Govt Organizations B Average Annual turnover of the bidder who is not a manufacturer in the last three financial years i e 2011 12 2012 13 and 2013 14 shall not be less than Rs 30 00 Lakhs C Manufacturer participating as bidder or manufacturer from whom the tendered items would be sourced by the dealer should have an average Annual Turnover of Rs 500 00 lakhs in the last 3 financial years i e 2011 12 2012 13 and 2013 14 Manufacturers shall have valid Certification as specified in the tender document Bidder shall have experience in supply amp installation of Hospital Equipments amp Instruments in the last 3 three financial years and value of a single order for similar item during this period should be at least Rs 2 00 Lakhs Bidder should have experience amp knowledge of modes of packing distribution amp transportation of such items under any weather conditions Bidder who has been blacklisted either by the Tender Inviting Authority or by any State Government or Central Government Organization will not be allowed to participate in the tender during the period of blacklisting GENERAL CONDITIONS 1 1 v VII The quantity indicated the bid document is tentative and subject to change depend
12. MMERCIAL COMPLEX SRINAGAR PATH CHRISTIANBASTI G S ROAD GUWHATI 781005 TENDER FOR THE SUPPLY OF SINGLE PUNCTURE LAPAROSCOPE MACHINE Sealed tenders in Two Bid System Technical Bid amp Price Bid in separate sealed envelopes affixing court fee stamp of Rs 8 25 or IPO of Rs 10 for bidders located outside the State of Assam only are invited from manufacturers or authorized distributors dealers for Supply of Single Puncture Laparoscope Machine 1 LAST DATE FOR RECEIPT OF TENDERS Sealed Tenders two separate covers Technical bid Cover and Price Bid Cover B will be received up to 03 04 2015 till 2 PM by the Mission Director National Health Mission Saikia Commercial Complex Srinagar path Christianbasti G S Road Guwahati 781005 Assam 2 IMPORTANT NOTES a The bidder shall quote prices in Indian Rupees only on FOR destination basis b Delivery of the ordered items shall be affected at different Health Institution across 27 district of Assam or as specified in the purchase order c Arrangement of Road Permits for dispatch of consignments shall be the responsibility of the successful bidder s d There is no guarantee on the quantity of items to be supplied during the tenure of any contract arising out of this tender The successful bidder s will be called upon to supply the item in such quantities as would be required from time to time during the contract period based on actual need assessed by NH
13. NGLE PUNCTURE LAPAROSCOPE DUE ONO3 04 2015 addressed to the Mission Director National Health Mission Assam Saikia Commercial Complex Srinagar G S Road Guwahati 781005 10 OPENING OF COVER A AND COVER B OF TENDER A All bidders are entitled to be present at the date and time of opening of Technical Bid Cover A B Only those bidders whose Technical Bids are found to be acceptable after technical and commercial evaluation will be invited to be present at the date and time of opening of Price Bid Cover B of the tender The price bids of tenderers not found technically qualified shall not be opened VALIDITY OF BID Bids shall remain valid for acceptance for a period of 90 days after opening of Technical Bid i e Cover A Bids with shorter validity shall be rejected Purchaser may solicit bidders consent to an extension of validity period A bidder may refuse extension request without forfeiting the EMD VALIDITY OF OFFER OF SUCCESSFUL BIDDER The validity of offer of the successful bidder shall be at least 02 two years from the date of finalization of the order and the successful bidder will be bound to supply the items at agreed rates and terms during this period This validity period may be further extended with mutual consent OTHER CONDITIONS A Item Details amp Quantity Specifications amp Details of Items are shown The quantity mentioned is only the t
14. URE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE UNDERTAKING ON FRAUD amp CORRUPTION for bidder do hereby undertake that in competing for and if the award is made to us in executing the subject contract for supply of Single Puncture Laparoscope under tender reference 2 we Shall strictly observe the terms and conditions against fraud and corruption in force in the country SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE NATIONAL RURAL HEALTH MISSION ASSAM AGREED TERMS amp CONDITIONS Tender No amp Date Details of Bidder Bidder Name Offer Ref Contact Person Telephone No Signature Fax No E mail Definitions 1 Purchaser means the Mission Director National Rural Health Mission Assam or his authorized representative 2 Bidder means a person or firm or company who has made an offer for supply of goods and or service as per tender 3 Vendor or Supplier means a person or firm or company to whom the order is addressed for supply of goods and or services 4 Site means the premises of the purchaser or any other place as decided by the Purchaser NOTE The questionnaire below must be duly filled in and should be enclosed with un priced Technical Bid Cover A Clauses confirmed here under should not be repeated All comme
15. WEALT O 2 2 OFFICE OF THE MISSION DIRECTOR NATIONAL RURAL HEALTH MISSION ASSAM SAIKIA COMMERCIAL COMPLEX SRINAGAR PATH CHRISTIANBASTI G S ROAD GUWHATI 781005 TENDER FOR SUPPLY OF SINGLE PUNCTURE LAPAROSCOPE NATIONAL COMPETITIVE BIDDING HEALY OT 2 2 TAA rae OFFICE OF THE MISSION DIRECTOR NATIONAL HEALTH MISSION ASSAM SAIKIA COMMERCIAL COMPLEX SRINAGAR PATH CHRISTIANBASTI G S ROAD GUWHATI 781005 Website www nrhmassam in e mail misnrhm assam gmail com TENDER FOR SUPPLY OF SINGLE PUNCTURE LAPAROSCOPE NATIONAL COMPETITIVE BIDDING TENDER NO NHM PROC Lapro 2270 2014 15 22684 Date of sale of Tender Document Last Date and Time of receipt of Tender Date and Time of opening Tender Place of opening Tender Address for Communication Cost of Tender Documents in Demand Draft Date 24 03 2015 25 03 2015 03 04 2015 till 2 pm 03 04 2015 at 3 pm Office of the Mission Director National Health Mission Saikia Commercial Complex Srinagar Path Christianbasti G S Road Guwahati 781005 Assam Mission Director National Health Mission Saikia Commercial Complex Srinagar Path Christianbasti G S Road Guwahati 781005 Assam Rs 2000 Rupees Two Thousand only in the form of Demand Draft in favour of State Health Society Assam OFFICE OF THE MISSION DIRECTOR National Health Mission Assam SAIKIA CO
16. actual delivery period shall be borne by the purchaser If there is any variation or fresh imposition of Excise Duty at the time of supply due to various reasons including turn over confirm that the same shall be borne by supplier If clause 5 above is not acceptable advice maximum possible rate of additional ED chargeable this shall be loaded to your price Confirm that in case any new or additional duties and taxes are imposed after the contractual delivery date due to delays attributable to the supplier the same shall be borne by the supplier This will be in addition to Price Reduction for Delay in Delivery Confirm acceptance of Price Reduction Schedule for delay in delivery 0 5 of delayed value of goods per week of delay or part thereof subject to maximum of 10 of the total order value Confirm acceptance of Delivery Period as indicated under clause 16 D of the bid document 10 Confirm acceptance of relevant payment terms specified in the bid document 11 It is noted that delivery period price reduction termination etc are subject to Force Majeure Condition as stipulated in the bid document 12 Confirm that the quoted prices are in Indian Rupees and shall remain firm amp fixed till complete execution of the order 13 a In case you are a manufacturer confirm that the prices quoted are not higher in any respect than MRP b In case you are a dealer distributor aut
17. at the risk and the cost of the supplier 22 PAYMENT PROVISIONS Payments towards the supply of items will be made strictly as per rules of the Tender Inviting Authority Full payment will be released only after completion of supply installation of entire ordered quantities The payments for CAMC service will be made on yearly basis after satisfactory performance of service each year A On completion of supply of supplied quantities invoices with challans along with installation reports certified by the Head of the Health Institution and warranty certificates should be submitted in triplicate addressed to the Tender Inviting Authority For payment towards CAMC invoices along with quarterly service reports certified by the Joint Director Health Service of the district or an authorized official should be submitted in triplicate addressed to the Tender Inviting Authority If at any time during the period of contract the price of tendered items is reduced or brought down by any law or Act of the Central or State Government or by the Bidder himself the Bidder shall be bound to inform Tender Inviting Authority immediately about such reduction in the contracted prices Tender Inviting Authority is empowered to unilaterally effect such reduction as is necessary in rates in case the Bidder fails to notify or fails to agree to such reduction in rates In case of any enhancement in excise duty Tax due to notification of the Government after
18. cal Specs Deviation quoted by bidder if any 3 9 Cold Light Source LED High performance LED cold light fountain with one light outlet Power supply 100 230V AC 50 60Hz including two nos main cords Electrical Safety certification 601 1 acc to MDD 3 10 Fiber optic light cable 3 5 4 0 mm accrual diameter of fiber optic light bundles 200 230cm in length compatible with cold light source amp the commonly available telescopes necessary adaptors may be provided 4 System Configuration Accessories spares and consumables 4 1 Spare washer for trocar and cannula e Sealing Cap 10mm 10 Nos Tappet for multifunctional valve 10 Nos e Seal for Automatic Valve 10 Nos 4 2 Spare Part for Ring Applicator amp Veress Needle e Spring for Ring Applicator 5 Nos e Finger ring thumb for ring applicator 5 Nos e Knurled screw for ring applicator 5 Nos e Inner sheath of ring applicator 2 Nos e Tension Rod with grasper Prone insert for ring applicator 1 No e Adapter for fiber optic light cable for Telescope of same make 2 Nos e for cannula gas inlet 2 Nos e Spring cap for stopcock 2 Nos 4 3 Cleaning Kit e Telescope cleansing brush set for scopes 5mm dia and 10mm dia 5 Nos e Cannula Brush 2 Nos e Cleaning Oil Silicon Oil 50ml bottle 2 Nos e Trocar Brush 2 Nos e Special Lubricant for stopcock 5 Nos 4 4 Case for Storage of Laparoscope amp instrumen
19. d the date and time for submission of tenders Interested eligible bidders may obtain further information from the office of the Tender Inviting Authority Price Preference Purchase Preference to PSUs SSI Units shall not be applicable When a bidder specifies name of the manufacturers of different products in the format at Annexure IX all required documents specifically Average Annual Turnover Statement amp quality certificates of each manufacturer should invariably be furnished failing which the bid would be summarily rejected 5 TECHNO COMMERCIAL BID COVER A The Bidder should furnish the following documents charges in a separate cover hereinafter called Cover A A Court Fee Stamp IPO and Tender Document Fee Court fee stamp of Rs 8 25 or IPO of Rs 10 for bidders located outside the State of Assam Tender document fee of Rs 2000 00 in the form of a Demand Draft in favour of State Health Society Assam payable at Guwahati B Earnest Money Deposit EMD Earnest Money Deposit amounting to Rs 2 00 Lakhs only in the form of Demand Draft Banker s Cheque favoring State Health Society Assam Earnest Money Deposit in any other form will not be accepted Earnest Money Deposit will not earn any interest The Earnest Money Deposit of the successful Bidder may at the discretion of Tender Inviting Authority be adjusted towards the Security Deposit payable by the Bidder Constitution of Company of Bi
20. dder Documentary evidence regarding constitution of the company concern such as Certificate of Incorporation Partnership Deed etc with details like Name Address Telephone Number Fax Number E mail Address of the firm with names of the Managing Director Partners Proprietor D Import License of Bidder Attested copy of Import License if the products are imported The license must have been renewed up to date A copy of a valid license for the sale of the products imported by the firm issued by the licensing authority shall also be enclosed E Power of Attorney of Bidder Attested copy of instruments such as Power of Attorney Resolution of Board etc authorizing an officer of the bidding firm to submit their bids Such authorized officer should sign the bid documents F Technical cum Compliance Statement Sheet Technical cum Compliance Statement Sheet to be submitted by the manufacturer in the format at Annexure I Bids without Technical cum Compliance Statement Sheet certified by the manufacturer will be disqualified G Undertaking of Bidder Undertaking in the form at amp Manufacturer s Authorization Authorization letters from all the manufacturers concerned in the format at Annexure Ill Bids without authorization letters will be disqualified Quality Certificates Attested copies of valid Certificates only of manufacturers whose products have been offered
21. ding rings to the above applicator 3 6 Veress Needle Veress Needle with spring loaded blunt stylet with leur lock and length of 10cm amp 15 cm 3 7 Carbon Dioxide insufflators Electronic CO2 insufflators with pin index connection Should have an adjustable flow rate of 0 20litres per minute a pressure range adjustable between0 30mm Hg Preset and actual value for Pressure and flow rate should be displayed on the front panel in digital display Constant monitoring of intra abdominal pressure any over pressure is released immediately with back flow with acoustic alarm Unit should have in built heater to warm up and preheat the CO2 gas Should be able to select either central supply 4 5Kg cm2 input pressure from central supply as well as direct connection to high pressure CO2 cylinder and should indicate the right inlet pressure CO2gas supply by bar graph on front panel of machine Unit should produce immediately acoustic alarm in case of sudden blockage in the gas outlet tube wrongly placed Veress Needle Provided with Silicon Autoclave tubing with luer attachment Instrument should work on power supply range 100 240V with a frequency of 50Hz single phase Fit for purpose The unit should be complied with IEC safety standards IEC 601 1 and CE acc to MDD 3 8 High Pressure Hose High pressure Hose suitable to connect the insufflators with pin indexed CO2 cylinder Sl Name Techni
22. e VIl for embossment of NHM Assam logo on all items Details of Manufacturing Unit of manufacturer Details of Manufacturing Unit as per Annexure VIll The details containing the name amp address of the premises where the items are actually manufactured List of Items Quoted The List of items quoted shall be furnished as per Annexure IX The list shall specifically indicate manufacturer s name along with warranty period offered for each item Undertaking on Fraud amp Corruption of Bidder Undertaking on fraud and corruption in the format at Annexure X Q Agreed Terms amp Conditions of Bidder Agreed Terms amp Conditions as per Annexure XI R Signature amp Seal on each page The tender document signed by the Bidder in all pages with office seal S Checklist of documents A Checklist Annexure XIl for the list of documents enclosed with their page number The documents should be serially arranged as per this and should be securely tied or bound The above documents should be sealed in a separate cover super scribed as TECHNICAL BID COVER A TENDER FOR SUPPLY OF SINGLE PUNCTURE LAPAROSCOPE DUE ON 03 04 2015 and addressed to the Mission Director National Health Mission Assam Saikia Commercial Complex Srinagar Path Christian Basti G S Road Guwahati 781005 PRICE BID Cover shall contain the Price Bid in the format at Annexure XIII of the
23. e proper packing amp lifting arrangement confirm compliance 19 The material equipment shall be guaranteed against any and all defects in design workmanship material amp performance for a period shown in the Technical specification from the date of commissioning and handing over to the purchaser Should any defect detected or develop during the guarantee period it shall be remedied promptly free of cost by the supplier and all expenses including transportation of goods necessitated for such repair and replacement shall be done by the supplier Pl confirm acceptance 20 Confirm acceptance of Repeat order within 24 months from the date of initial order at same price and terms amp conditions 21 In case of material having shelf life confirm that you have declared the same with the expiry date Also confirm that such materials shall be dispatched within 30 days from the date manufacture 22 It is noted that the purchaser would disown any responsibility liability towards irregularity contravention or infringement of any statutory regulations including those of patent on manufacture or supply of goods covered by the order 23 Terms amp Conditions indicated in this format shall not be repeated in the bid Terms amp Conditions indicated elsewhere and contradicting those in this format shall be ignored Confirm compliance 24 Confirm that you shall observe the highest
24. e tender or terminate cancel the orders based on adverse reports brought out during such inspections The Bidder shall extend all facilities to the team to enable them to inspect the manufacturing process quality control measures adopted etc in the manufacture of the items quoted ordered ACCEPTANCE OF TENDER A Tender Evaluation Tenders will be evaluated with reference to technical and commercial parameters to determine the technically qualified bidders Price Bids of technically qualified bidders will be evaluated with reference to the quoted rates landed price of each item Conditional discounts shall not be taken into account for price comparison B Right to Reject Tender Tender Inviting Authority reserves the right to accept the tender or to reject the whole tender for the supply of all Equipments amp Instruments tendered at any point of time without assigning any reason Tender Acceptance The acceptance of the tenders will be communicated to the successful bidders in writing AGREEMENT The successful Bidder shall execute an agreement in the form at Annexure XIV on a non judicial stamp paper of value of Rs 100 stamp duty to be paid by the Bidder within 10 days from the date of the intimation from Tender Inviting Authority informing that his tender has been accepted NON ASSIGNMENT The Bidder shall not at any time assign sub let or make over the contract or the benefit thereof or any part thereof to any per
25. eets if required SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE VI CERTIFICATE OF SALE TAX VERIFICATION TO BE PRODUCED BY AN APPLICANT To be filled by the applicant 01 Name or style in which the applicant is assessed or assessable to Sales Tax Addresses OP ASSESSMENT 02 address of all companies firms or associations persons which the applicant is interested in his individual or fiduciary 03 Districts taluks and divisions in which the applicant is assessed to Sales All the places of business should be furnished 04 Total contract amount in the preceding three years i 2011 12 ii 2011 12 2012 13 b Particulars of Sales Tax for the preceding three years Vlas Total T O be Total Tax Total Tax Balance Due Reasons for assessed Rs Assessed Rs paid Rs Rs balance Rs 2011 12 2012 13 2013 14 c If there has been no assessment in any year whether returns were submitted any if there were the division in which the returns were sent d Whether any penal action or proceeding for the recovery of Sales Tax is pending e The name and address of Branches if any declare that the above mentioned information is correct and complete to the best of my knowledge and belief SIGNATURE NAME amp DESIGNATION DATE NAM
26. entative requirement and may increase or decrease as per requirement of Tender Inviting Authority The rates quoted should not vary with the quantum of the order or the destination Firm Rates Firm Rates inclusive of Excise Duty Sales Tax transportation insurance PACKAGING INSTALLATION amp TRAINING CHARGES AT SITE incidental charges should be quoted for each of the required Hospital items on door delivery basis according to the units ordered Tender for supply of Hospital items with conditional variable rates shall not be accepted Handling clearing transport charges etc will not be paid separately The delivery should be made as stipulated in the purchase order placed with the successful bidders The rates quoted and accepted will be binding on the Bidder for the stipulated period and any increase in the price will not be entertained till completion of the tender period Unit Rate amp Total Value Each bid must contain not only the unit rate but also the total value of each item quoted for supply in the respective columns The aggregate value of all the items quoted in the tender shall also be furnished Controlled Price MRP The price quoted by the bidders shall not in any case exceed the controlled price if any fixed by the Government and the Maximum Retail Price MRP During the period of contract with the successful bidder if the price of any item is reduced due to any reason including any Law or Act of
27. ext lowest evaluated technically qualified bidder or go for a fresh bid depending on the circumstance In case it is decided to go for the next lowest bidder negotiation may be considered to bring down their price nearer to the originally evaluated lowest bidder 24 NON CONFORMANCE TERMINATION amp PENALTIES A If the items do not conform to specifications the same shall be taken back by the supplier at the supplier s cost within a period of 30 days of the receipt of the letter notice from the Tender Inviting Authority If the supplier fails to take back the items within the stipulated time the Tender Inviting Authority will have the right to dispose off such ITEMS NOT CONFORMING TO SPECIFICATIONS Tender Inviting Authority may also levy storage charge calculated at the rate of 2 per week on the value of the item rejected till such disposal The decision of the Tender Inviting Authority or any officer authorized by him on the quality of the items supplied shall be final and binding In case of supply of inferior products or products not conforming to specifications the Tender Inviting Authority will be at liberty to terminate without assigning any reasons thereof the contract either wholly or in part on 30 days notice The supplier will not be entitled for any compensation whatsoever in respect of such termination For infringement of the stipulations of the contract or for other justifiable reasons the contract may be terminated by
28. hall be ensured 17 Delivery Period The supply should be completed within 45 forty five days from the date of order unless otherwise specified in the order Delivery Point Destination Delivery of the ordered items shall be affected at NHM Assam State HQ Store or as specified in the purchase order Penalty for Delayed Delivery i In case there is delay in delivery beyond the stipulated period as mentioned in the purchase order there shall be reduction in price 0 5 of the value of delayed goods per week of delay or part thereof subject to a maximum of 10 of the total order value ii Once the maximum price reduction is reached termination of the contract may be considered Non performance of the contract provisions shall make the successful bidder liable to be disqualified to participate in any tender for the next 5 years in addition to forfeiture of Security Deposit and other penal actions Alternative Purchase If the successful Bidder fails to execute the order within the stipulated time the Tender Inviting Authority will be at liberty to make alternative arrangements for purchase of the items from any other source or from the open market at the risk and cost of the supplier This would be in addition to any other penalties including forfeiture of security deposit Shortage and Damage It shall be the responsibility of the successful Bidder for any shortages damages at the time of receipt in Warehouse Instituti
29. horized agent confirm that the prices quoted are as per manufacturer s price list with appropriate discount 14 Packing forwarding transportation loading unloading and insurance supplier s responsibility However to protect the items from physical damages and or deterioration due to weather during transit supplier to ensure proper packing amp handling arrangement Please confirm compliance 15 Confirm that security deposit of 5 of the total order value in the form of a Bank Guarantee from a nationalized Bank shall be furnished which will be valid for a period of 1 year from the date of order 16 a Confirm that all inspection amp testing charges including 374 party inspection if required included in the price b Quality Control Reports and Test Certificates whenever applicable shall be handed over to the purchaser along with the equipment 17 a Confirm that erection commissioning trial run and handing over to the purchaser after successful commissioning is your responsibility at no extra cost b Specify facilities if any like water supply electric power to be provided by the purchaser for commissioning of the equipment 18 Packing forwarding transportation loading unloading and insurance are your responsibility However to protect the equipment from physical damages and or deterioration due to weather during transit you are to ensur
30. ht transmission incorporated should be compatible with the commonly available light cables necessary adapters should be provided can be sterilised by autoclaving gluteraldehyde cidex solutions in formaline chamber Should have inbuilt 6mm instrument channel for ring applicator as well as CO2 gas insufflation channel with stopcock working length of 270 275mm 3 2 Trocar and Cannula Cannula size imm more than the Telescope diameter should have multifunctional valve and automatic valve to prevent damage of sharp instruments and optical lens while passing through the cannula It should have stopcock for CO2 insufflations Trocar should have pyramidal tip with pin holes near the tip for safety outlet of CO2 gas The working length of cannula should be 100 110mm 51 Technical Specs quoted by bidder Deviation if any 3 3 Ring Applicator Ring applicator for use with parallel eyepiece telescope compatible with the above telescope capable of loading two silastic rings Firing of silicon ring to position 1 where one ring is loaded and firing of two rings simultaneously at position 2 ring applicator has to be fully dismantable into different parts like Prone Inner tube outer tube thumb knurled ring etc to make it sterilization and service friendly 3 4 Cones Suitable cones for loading rings to the above applicator 3 5 Slide Guide Suitable guide slide for loa
31. ing on actual requirement Tender documents may be obtained from the office of Tender Inviting Authority during office hours on payment of Rs 2000 non refundable in the form of Demand Draft drawn in favour of State Health Society Assam payable at Guwahati The tender documents may also be downloaded from the official website www nrhmassam in The bidder downloading the Bid document from the website will be required to deposit Rs 2000 non refundable in the form of Demand Draft drawn in favour of State Health Society Assam payable at Guwahati while submitting the Tender Tender without the fee of Rs 2000 will not be accepted All tenders must be accompanied by Earnest Money Deposit as specified in the relevant clause of the bid document Tenders will be opened in the presence of bidders authorized representatives who choose to attend on the specified date and time as stipulated in the bid document At any time prior to the date of submission of tender the Tender Inviting Authority may for any reason whether on his own initiative or in response to a clarification requested by a prospective Bidder modify the tender document by an amendment All prospective bidders who have received the tender document will be notified of the amendment and that will be binding on them In order to provide reasonable time to take the amendment into account in preparing their bid Tender Inviting Authority may at its discretion exten
32. l conclusive and binding on all parties 26 SAVING CLAUSE No suit prosecution or any legal proceedings shall lie against Tender Inviting Authority or any person for anything that is done in good faith or intended to be done in pursuance of tender 27 LAWS GOVERNING THE CONTRACT amp JURISDICTION The contract shall be governed by the laws in force in India In the event of any dispute arising out of the tender such dispute would be subject to the jurisdiction of the Court within the State of Assam only OK K K K K K KK K K K K Annexure Technical cum Compliance Specification Sheet TO BE SUBMITTED BY THE MANUFACTURER 1 Single Puncture Laparoscope for Female Sterilization Qnty 15 Nos Sl Name Technical Specs Deviation quoted by bidder if any 1 Description of Function 1 1 Laparoscope is used for minimal invasive surgery and comprises of telescope and associated instruments 2 Operational Requirements 2 1 System complete with Telescope and associated instruments and accessories are required for sterilization 2 2 All core laparoscopy items such as Telescope Varess needle Trocar Cannula Ring applicator CO2 insufflator Cold Light Source Fiber optic cable must be from single manufacturer for making the system totally compatible 3 Technical Specifications 3 1 Telescope Telescope with 6 degree with parallel eye piece wide angle diameter 10 11 diameter Fibre optic lig
33. ll the terms and conditions of the contract and bind myself ourselves to abide by them 10 We hereby declare that there is vigilance CBI or court case pending contemplated against us at the moment SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE II B UNDERTAKING To be submitted by Bidder as well as Manufacturer To Mission Director National Health Mission Assam Tender No For supply of fia do hereby declare that presently we do not stand blacklisted by any Central or State Government organization or debarred from participating in tenders of such organization and are therefore eligible to participate in NHM Tender D ts for SUPPLY a SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE 111 MANUFACTURER S AUTHORIZATION FORM issued by the Manufacturer NO DATED To Mission Director National Rural Health Mission Assam Tender No Respected Sir We who are established and reputable manufacturers of having factories at registered office at possessing manufacturing License No dated Valid up to hereby authorize name and address of representative and firm to submit a bid and subsequently negotiate and sign the contract with you against the above mentioned tender for the following items quoted We hereby certify that the Machine spare parts do
34. nexure 22 Undertaking on Fraud amp Corruption as per Annexure X 23 Agreed Terms amp Conditions as per Annexure XI 51 Yes No 1 Price Bid as per Annexure XIII ANNEXURE XIII PRICE BID TENDER NO eiaei Tax VAT Total Grand Total Brief Manufacturer s Model Rate P CAMC Qty Rs supply 8 6 7 SI Description per for 3 Nos Name No Rs of item unit years Rs 6 3 4 5 1 2 3 4 5 6 7 8 1 Grand Total 5 Rs in words SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE XIV Form of Agreement THIS CONTRACT AGREEMENT is made BETWEEN 1 Name and Address of the Purchaser 2 Name and Address of the Supplier WHEREAS the Purchaser invited bids for certain goods and ancillary services viz insert brief description of goods and services and has accepted a bid by the Supplier for the supply of those goods and services in the sum of insert contract price in words and figures hereinafter called the Contract Price NOW THIS AGREEMENT WITNESSETH AS FOLLOWS 1 In this Agreement words and expressions shall have the same meaning as are respectively assigned to them in the Condition of Contract referred to 2 The following documents shall constitute the Contract between the Purchaser and the Supplier and each shall
35. not contain any recycled or reconditioned parts or components We hereby extend our full guarantee and warranty as per clauses of contract for the goods offered for supply against this Invitation for Bid by the above firm Attach Separate sheet if necessary SIGNATURE NAME amp DESIGNATION DATE NAME amp ADDRESS OF THE FIRM ANNEXURE IVA ANNUAL TURNOVER STATEMENT OF THE BIDDER The Annual Turnover of M s for the past three financial years are given below and certified that the statement are true and correct SI No Year Turnover in Lakhs 1 2011 12 2 2012 13 3 2013 14 Total Rs Lakhs Avg Rs Lakhs Signature of Auditor Chartered Date Accountant Name in Capital Letters Seal ANNEXURE IVB ANNUAL TURNOVER STATEMENT OF THE MANUFACTURER The Annual Turnover of M s for the past three financial years are given below and certified that the statement are true and correct SI No Year Turnover in Lakhs 1 2011 12 2 2012 13 3 2013 14 Total Rs Lakhs Avg Rs Lakhs Signature of Auditor Chartered Date Accountant Name in Capital Letters Seal ANNEXURE V Performance Statement of the Bidder Tender No 51 Name of the product Year Qty Value Name and full only for Hospital supplied address of the Equipments amp purchaser Instruments 1 2 3 4 5 1 2 3 4 5 6 7 8 9 10 Please use additional sh
36. on Tender Inviting Authority is not responsible for the items received for which no order is placed Comprehensive Maintenance The successful bidder Supplier shall provide post warranty Comprehensive Annual Maintenance Contract CAMC service for a period 3 years from the date the warranty is over The CAMC amount shall include cost of labour Spare parts and consumables required for repair and maintenance of equipments The scope of work during the CAMC period shall include inter alia the following i To ensure 95 uptime of the equipments ii To upgrade software free of cost iii To undertake 4 preventive maintenance service in a year iv To attend to breakdown calls within 24 hours of reporting a fault FORCE MAJUERE The above conditions of delivery period price reduction etc are subject to force majeure conditions which are beyond the control of the supplier do not involve fault or negligence of the supplier and are not anticipated Such events may include but are not limited to riots mutinies war fire storm tempest flood earthquakes epidemics or other exceptional causes like quarantine restrictions freight embargoes On specific request made by the bidder the time period of supply may be extended by the purchaser at his discretion for such period as may be considered reasonable However the condition shall not include scarcity of raw materials power cut labour dispute failure of sub vendor and increase in co
37. pable of being stored continuously in ambient temperature of 0 50deg C and relative humidity of 15 90 e The unit shall be capable of operating continuously in ambient temperature of 10 40deg C and relative humidity of 15 90 6 Power Supply 6 1 e Power supply 100 230V AC 50 60Hz fitted with Indian plug 6 2 Suitable UPS 1 0KVA 1 No e Ups 1 0 KVA offline with one hour backup time at 500 watts real load with inbuilt SM frequency should be able to work on wide input range between 160 270 VAC at frequency between 50Hz 2Hz should use PWM technology with power conversion with single transformer arrangements with an output of 220VACpluss minus 6 protection of overload short circuit and low battery Should have indication on front panel for mains load battery load battery overload low and MCB protection in case of short circuit ISE CE approved good quality Indian Make 6 3 Voltage Corrector Stabiliser of appropriate rating 1 51 Technical Specs quoted by bidder Deviation if any No Voltage Stabiliser 1 0KVA Should be able to maintain constant output voltage of 220VACpluss minus5 under input voltage condition of 170 270VAC Should have line RFI filter ISI CE approved good quality Indian make 7 Standards Safety and Training Should be US FDA CE approved product Manufacturer should have ISO 9001 2008 or ISO 13485 2003 certification for quality
38. plied the items with quantity value and supply period 18 Has the bidder ever been black listed by any govt agency If yes give details 14 Are any cases pending in the court related to any supplies If yes give details 15 Does the firm have the adequate facilities for Inspection and quality control Please give details As per enclosure Prop partner Director of M s Hereby declare that the information given in this form is true and correct to the best of my knowledge amp belief we agree to the tender Inviting Authority forfeiting the Earnest Money Deposit and or Performance Security Deposit and blacklisting us for a period of 5 years if any information furnished by us is proved to be false at the time of inspection and non compliance with terms and conditions of the contract offer to supply the items mentioned in the schedule enclosed in price bid at the rates quoted therein agree to hold this offer for one year after finalization of rate contract SIGNATURE NAME amp DESIGNATION DATE amp ADDRESS OF THE MANUFACTURER The details of manufacturing unit shall be for the premises where items quoted are actually manufactured Annexure IX List of items quoted Tender No Sr Description of Manufacturer s Model Warranty Technical No Items Name No Periodin Quoted Specifications Years Not Attached Not Quoted Attached SIGNAT
39. rcial terms and conditions should be indicated in this format If necessary details including deviations to the terms and conditions of the bid document if any should be enclosed as annexure to this questionnaire SI No Description Vendor s Confirmation Confirmed Noted Deviation furnished separately C Technical 1 Confirm that you meet the eligibility criteria as per bid document and furnished relevant documents 2 Confirm acceptance of Technical Specification and scope of supply as per Tender Document 3 In case of deviations confirm that the same have been highlighted separately 4 Confirm that literature and technical data wherever applicable have been enclosed 5 Confirm that all certificates documents furnished 6 Confirm that Earnest Money Deposit EMD as per bid document has been furnished in Cover A D Commercial 1 It is noted that any deviations to the commercial terms and conditions shall lead to loading of prices or rejection of offer Confirm that the quoted landed price is inclusive of cost of containers packing amp forwarding charges freight insurance and all duties and taxes viz Excise Duty Sales Tax VAT Confirm furnishing of price break up of each item showing basic price of item and Tax VAT on age of basic price to arrive at landed price in D2 above It is noted that the statutory variations in taxes and duties within the contr
40. son or persons whatsoever COMMUNICATION All notices or communications relating to or arising out of an agreement or any of the terms thereof shall be considered duly served on or given to the Bidder if delivered to him or left at his premises places of business or abode SECURITY DEPOSIT The successful bidder within 10 days of signing of the agreement shall be required to submit Security Deposit of 5 of the order value in the form of bank guarantee from any Indian scheduled bank in favour of the Tender Inviting Authority valid for the entire warranty period However if the supplier fails to execute the order or fails to perform the services as per agreement in addition to other penal actions the bank guarantee shall be encashed and the amount will be forfeited 16 SUPPLY amp SERVICE CONDITIONS A Purchase Order Purchase order will be placed on the successful Bidder at the discretion of the Tender Inviting Authority Specifications amp Quality The items supplied by the successful Bidder shall be of the best quality and shall comply with the specifications stipulations and conditions specified at Annexure Warranty Provisions The successful bidder Supplier warrants that the goods supplied under the contract purchase order are new unused or the most recent of current models and incorporate all recent improvements in design and materials unless provided otherwise in the contract The Supplier further warrants
41. st of raw material 18 FRAUD amp CORRUPTION The bidders suppliers amp contractors shall observe the highest standard of ethics during bidding and during performance of the contract For the purposes of this provision the following acts shall be considered as corrupt and or fraudulent practices 1 Corrupt Practice means offering giving receiving or soliciting directly or indirectly of anything of value to influence the action of an official in the procurement process or in contract execution 2 Fraudulent Practice means misrepresentation or omission of facts in execution of contract 3 Collusive practice means a scheme or arrangement between two or more bidders with or without the knowledge of the purchaser designed to establish bid prices at artificial non competitive level 4 Coercive Practice means harming or threatening to harm directly or indirectly persons or their property to influence their participation in a procurement process or in execution of a contract During the process of evaluation of a bid or proposal for award of a contract if it is detected that a bidder directly or through agent has engaged in corrupt fraudulent collusive or coercive practice in competing for the contract in question then a the bid shall be rejected and b declare the firm ineligible for a specific period or indefinitely to participate in a bidding process However if any such practice is detected at
42. the Central State Government the bidder shall be statutorily bound to intimate the reduced rates immediately to the Tender Inviting Authority and shall charge the reduced rates The Tender Inviting Authority is empowered to unilaterally effect such reduction as is necessary in rates in case the bidder fails to notify or fail to agree to such reduction in rates No Revision Correction of Rates No Bidder shall be allowed at any time on any ground whatsoever to claim revision or modification in the rates quoted by him Representation to make correction in the tender documents on the ground of clerical error typographical error etc committed by the bidders in the Bids shall not be entertained after submission of the bids Firm Delivery Schedule Firm delivery schedule shall be mentioned in the bid Cross conditions such as SUBJECT TO AVAILABILITY SUPPLIES WILL BE MADE AS AND WHEN SUPPLIES ARE RECEIVED etc will not be considered under any circumstances and the tenders of those who have given such conditions shall be treated as incomplete and will be summarily rejected Execution of Order Unless otherwise specified supplies should be made directly by the successful bidder and not through any other agency 11 12 13 14 15 Inspection Tender Inviting Authority or his authorized representative has the right to inspect the factories of bidders at any point of time and also has the right to reject th
43. the Tender Inviting Authority and the supplier shall be liable for all losses sustained by the Tender Inviting Authority in consequence of the termination which may be recovered personally from the supplier or from his properties as per rules Non performance of any of the contract provisions will disqualify a firm to participate in tenders issued by the Tender Inviting Authority for the next five years In the event of making ALTERNATIVE PURCAHSE the supplier will be imposed penalty apart from forfeiture of Security Deposit The excess expenditure over and above contracted prices incurred by the Tender Inviting Authority in making such purchases from any other source or from the open market shall be recovered from the Security Deposit or from any other money due to the supplier and in the event of such amount being insufficient the balance will be recovered personally from the supplier or from his properties as per rules In all the above conditions the decision of the Tender Inviting Authority shall be final and binding 25 ARBITRATION Any dispute whatsoever in any way arising out of or relating to the contract shall be referred to arbitration of the Mission Director National Rural Health Mission Assam or to the sole arbitration of some person nominated by him There shall be no objection if the arbitrator so appointed happens to be an employee of National Rural Health Mission Assam The award of the arbitrator shall be fina
44. ts e Plastic storage brief case with foaming inside for Laparoscope Telescope and all hand instruments and accessories for storage and transportation 4 5 e Telescope 01 Nos e Trocar and Cannula for Telescope 02 Nos e Ring Applicator 2 Nos Cones 5 Nos Slide Guide 10 Nos e Veress Needle 10cm 02 Nos e Veress Needle 15cm 02 Nos e Carbon Dioxide Insufflator 1 No e High Pressure Hose for Insufflators 1 No e Fiber optic Cable 1 No Sl Name Technical Specs Deviation quoted by bidder if any 4 6 Wrench Kit 1 No e Suitable for connecting the insufflators to CO2 cylinders 4 7 Carbondioxide Cylinder 2 Nos e 5kKg Carbondioxide bottle with pin index connection 4 8 Main Chord 2 Nos e Compatible with insufflators and LED cold light sources of 220 240V 49 CO2 Silicon Tube sterilizable with LUER lock for patient insufflation 2 Nos 4 10 Formalin Chamber for sterilisation of Laparoscope 1 No e Formaline Chamber made of Virgin Acrylic 6mm thickness e Size 26 X8 X8 LXBXH with three tray for sterilising the laparoscope preferably with three tray 4 11 Tray for sterilisation of Laparoscopes 2 Nos Disinfection sterilisation stainless steel tray of steel grade 304 with sieve tray to lift e Size 27 X7 X5 4 12 All other standard accessories desired for proper functioning of the machine 5 Environmental factors 5 1 e The unit shall be ca

Download Pdf Manuals

image

Related Search

Related Contents

инструкция  SL125, SL125-GPS & SL125-C Installation and Service Manual  Eminent Easy Pro View  La polysémie du verbe compter et les genres textuels  Epson PowerLite 83c Multimedia Projector  OKI MICROLINE 421 Matrix Printer  Ultimate Short Throw  

Copyright © All rights reserved.
Failed to retrieve file