Home

Amendment - VIII - UNDP-WBMSC-04

image

Contents

1. FCA Delivery Term CPT INCOTERMS 2010 ICIP Pls link this to price schedule DDP Exact Address of Delivery Installation Location As per Consignee Distribution List Mode of Transport Preferred 1 LILAND ISEA pls specify UNDP Preferred Freight N A Forwarder if any Distribution of shipping N A documents if using freight forwarder Delivery Date As per Schedule of Requirements Customs if needed clearing UNDP shall be done by X Supplier Freight Forwarder Ex factory Pre shipment Goods shall be offered for Pre shipment inspection in India inspection before delivering to final destinations Inspection upon delivery Purchaser end user has the right to perform post delivery inspection Installation Requirements Installation requirement shall be notified to the consignees prior to the delivery Testing Requirements Bidders shall demonstrate all the testing requirements as per the technical specification during the demonstration of the offered equipment against each schedule quoted Scope of Training on Operation Scope of contract includes installation training amp preventive and Maintenance maintenance during warranty period Commissioning Scope of contract includes commissioning Technical Support Requirements Scope of contract includes
2. a aan e Equipment Store Doctors Patient recovery room with nursing station room Room amp Bp ETO 168 Room F _ a Sy ae re 1 Room 530 sqft _ Room D Room B 113 sq ft Room 2 89 Fe Room C 207 sq ft l Room x 97 oom N gt Amendment UNDP WBMSC 04 2014 Page 14 of 43 Plumbing work has to be carried out as per requirement for scrub area and other areas 8 10 11 12 13 14 15 16 17 18 19 The pipes and accessories should be of centrifugally cast Iron of ISI make and the connection of existing main hole in the public health shafts shall be done water pipes shall be galvanized iron of TATA equivalent make and filling shall be SUW UF UNIK make The grating shall be chrome plated All CP fittings shall be EBONY Jaguar ESSCO Electrical Work The firm is required to specify load requirement i e required for the unit the air conditioning room lighting and for the accessories if any The electrical works accessories should be conforming to ISI BIS standards and material should be ISI BSI mark The electrical works should have Minimum two separate earthing with copper plate is to be provided for the main equipment and air conditioning equipment
3. Availability of spare parts to be ensured for minimum 10 years period The company should provide LAN facility that will provide online as well as off line analysis of cath lab procedure from other cath lab and from office rooms of three consultants Demonstration is must before approval and also working demonstration after installation Amendment UNDP WBMSC 04 2014 Page 12 of 43 Annexure I SITE MODIFICATION TURNKEY PROJECT FLAT PANEL SINGLE PLANE CARDIAC CATH LAB ALONG WITH ACCESSORIES Supplier would undertake a turnkey project for site modification and installation of cath lab as per AERB BARC regulations after AERB BARC and or other concerned authority s approval A typical layout plan with dimensions showing the placement of all specified hardware including camera consoles data processing workstation collimator cart s and any imaging table s and rails along with details of computer furniture conduiting and earthing etc would have to be provided to the hospital appropriate authority and approval taken before starting the modifications renovations Please see LAYOUT SITE PLAN below The total area to be prepared by the selected bidder is 850 sq ft as demarcated in red lines The selected bidder will have to prepare Gantry Room Procedure Room Console Room C as shown in the layout diagram The rest area demarcated in blue lines in the diagram would be prepared by the hospital autho
4. WEST BENGAL MEDICAL SERVICES CORPORATION LIMITED Through United Nations Development Programme New Delhi Invitation to Bid ITB SUPPLY OF CARDIOLOGY EQUIPMENT FOR GANDHI MEMORIAL HOSPITAL KALYANI NADIA GOVERNMENT OF WEST BENGAL ITB UNDP WBMSC 04 2014 Amendment VIII dated 2 June 2014 The following amendments are hereby made to the Bid document for the Supply of CARDIOLOGY EQUIPMENT FOR GANDHI MEMORIAL HOSPITAL KALYANI NADIA GOVERNMENT OF WEST BENGAL with reference to above ITB Reference Wherever appearing in the bid document the date time and venue for receiving opening of bids shall be read as 1300 Hrs IST on June 10 2014 at United Nations Development Programme UNDP 55 Lodhi Estate New Delhi 110003 1430 Hrs IST on June 10 2014 at United Nations Development Programme UNDP 55 Lodhi Estate New Delhi 110003 Last Date Time and Place of Receiving of Bids Date Time and Place of Bid Opening Under Instruction to Bidders Data Sheet the following modifications are made DS Cross Ref to No Instructions Specific Instructions Requirements 8 C 21 1 Period of Bid Validity commencing on the submission 190 days date 9 9 5 Bid Security XRequired C 15 4 b Amount refer Section for details of bid security amount per Schedule Schedule of Requirements and Technical Specifications Amendment UNDP
5. Intra Vascular Ultrasound INUS amp Fractional Flow Reserve FFR machine separately or in combination ELECTROPHYSIOLOGY LABORATORY SYSTEM Components of an EP lab i EP recording system 1 Computerised stimulator iii RF ablator generator Note all the three components should be from a single manufacturer EP Recording System Minimum of 100 Intracardiac channels Digital amplifier with minimum 32 bit A D converter with 2Khz resolution Review software which can be loaded on any laptop Should be CE USFDA Indian regulatory body approved Should have Holter window 3 LCD monitors with 1600x1200 resolution in addition to hemodynamic recorder e 12 lead surface ECG channels with 4 pressure channels 4 analog inputs e Dual imaging window to allow saving and retrieval of still amp avi fluoro images with corresponding electro grams 6 Should be able to interface with all available generators in the market including RF and Cryo 7 Should be compatible with all 3D mapping system like Ensite and Carto 8 Upgradable modular design Amendment UNDP WBMSC 04 2014 Page 9 of 43 EP Stimulator e Standalone computerised stimulator with 14 LCD facility e Should have a minimum of 9 pre programmed protocols and 10 user defined protocol and up to 6 extra stimuli RF Ablator Generator e Power minimum 130 watt ouput e Compatibility Thermistor amp Thermocouple e Should have facility
6. System should be capable of analyzing various arrhythmias like ventricular ectopics supraventricular ectopics ventricular tachycardia ventricular fibrillation supraventricular tachycardia atrial fibrillation sinus pause 7 Heart Rate Variability HRV Time Domain 8 Pace Maker auto detection and analysis 9 Possible to have a unique 12 lead analysis with FCG CAD gram amp ST HR relationship analysis S S 10 12 Lead ST scan 11 QT analysis with validation 12 Capable of identified Vector cardiography 13 To print ECG strips from any part of Holter recording with large amp small square background just like ECG paper bit to bit HR printing amp R R interval analysis 14 Capable of analyzing data from 3 Channel digital recorders 15 Possible for Electronic enrollment for CF flash Card 16 TWA alterns analysis 17 Color Printing E Two Recorders with following Configuration 1 3 Channel Digital recorder with removable storage media such CF Card 1 No 2 Minimum of 64 MB CF Card 1 No 3 10 12 Lead Cable 1 No 4 Recorder should be compatible with alkaline batteries PC Configuration Pentium 4 with 256 MB RAM 40 GB Hard disk 19 21 Monitor flat panel digital two recorder amp three channels Colour Ink Jet Printer amp UPS minimum 30 minutes backup amp capable of increasing capacity of memory card Amendment UNDP WBMSC 04 2014 Page 19 of 43 Quality Cer
7. Joint Venture JV legal name of each party insert legal name of each party JV 3 Actual or intended Country ies of Registration Operation insert actual or intended Country of Registration 4 Year of Registration in its Location insert Bidder s year of registration 5 Countries of Operation 6 No of staff in each Country 7 Years of Operation in each Country 8 Legal Address es Country ies of Registration Operation insert Bidder s legal address in country of registration 9 Value and Description of Top three 3 Biggest Contract for the past five 5 years 10 Latest Credit Rating Score and Source if any 11 Brief description of litigation history disputes arbitration claims etc indicating current status and outcomes if already resolved 12 Bidder s Authorized Representative Information Name insert Authorized Representative s name Address insert Authorized Representative s Address Telephone Fax numbers insert Authorized Representative s telephone fax numbers Email Address insert Authorized Representative s email address 13 Are you in the UNPD List 1267 1989 or UN Ineligibility List 0 YES or LJ NO 14 Attached are copies of original documents of eligibility document requirements listed in the Data Sheet Olf Joint Venture Consortium copy of the Memorandum of Understanding Agreement or Letter of Intent to form JV Cons
8. Not Comply specifications offered and clearly Please copy from Section 3 a state catalogue reference number Please clearly state any and page for easy reference deviation non compliance THE OFFERED PRODUCTS ARE IN ACCORDANCE WITH THE REQUIRED TECHNICAL SPECIFICATIONS AND DELIVERY SCHEDULE YES NO ANY DEVIATIONS MUST BE LISTED BELOW Amendment UNDP WBMSC 04 2014 Page 34 of 43 6 2 Manufacturer s Authorization Form Insert Manufacturer s Authorization is not required or The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated This letter of authorization should be on the letterhead of the Manufacturer and should be signed by person with the proper authority to sign documents that are binding on the Manufacturer The Bidder shall include it in its bid if so indicated in the BDS Date insert date as day month and year of Bid Submission ITB No UNDP WBMSC 04 2014 Alternative No insert identification No if this is a Bid for an alternative To UNDP 55 Lodi Estate New Delhi 110003 WHEREAS We insert complete name of Manufacturer who are official manufacturers of insert type of goods manufactured having factories at insert full address of Manufacturer s factories do hereby authorize insert complete name of Bidder to submit a bid the purpose of which is to provide the following Goods manufactured by us insert name and or brief description
9. Technical Support Payment Terms Please refer clause GT amp C 23 under Special Terms and Conditions of Contract X Pre shipment inspection 2 factor of the INCO Terms stipulated in the ITB The use of a UNDP preferred courier be considered for purposes of ensuring forwarder s familiarity with procedures and processing of documentary requirements applicable to UNDP when clearing with customs authority of the country of destination Amendment VIII UNDP WBMSC 04 2014 Page 24 of 43 Installation Testing Training on Operation and Maintenance Written Acceptance of Goods based on full compliance with ITB requirements x Others Submission of CRC SIC forms by the supplier For more details please refer Section 10 General and Special Terms and Conditions for Goods Conditions for Release of Payment X After sale services required Warranty on Parts and Labor for minimum period as mentioned in the Technical Specifications Support x Provision of Service Unit when pulled out for maintenance repair Others Preventive Maintenance All documentations including XI English catalogs instructions and French operating manuals shall be in Spanish this language Others pls specify including dialects if needed The following requirements with regard to inspection quality packing warranty maintenance and relate
10. as per equipment requirements The use of earth leakage circuit breaker will be required A distribution panel of standard make and appropriate capacity is to be provided The load shall be provided by the hospital However from the substation of the hospital to the distribution panel cable of appropriate size will have to be provided and fixed by the vendor The switch gears MCBs ACBs MCCBs should be of Siemens Hager L amp T make L T distribution board for MCBs etc should be of Siemens Hager L amp T make Electrical wires should be of copper of different capacity as per the load and should be of Finolex Havells Polycab L amp T Lapp Kabel make Telephone wiring cables should be of Finolex havells polycab make Telephones to be provided in all rooms with EPBX system having control in office Modular range switches sockets of MK North West should be provided and fixed as per requirement General lights should be of mirror optic reflector type of Philips Wipro GE Crompton make Light dimmers down lighters should also be fixed in the equipment room Ceiling fans wall fans to be provided in corridor and in all rooms Steel conduit of BEC AKG makes and conduit accessories of RAMA Fitwell make Air conditioning Split air conditions of reputed make Blue star Carrier LG Samsung General to be provided by the vendor in whole complex as per requirements to maintain appropriate temperature in the main equipment roo
11. catheter 10F ultrasound catheter The system should have internal hard drive of 80 GB or more for image and data storage storage of real time dynamic clips storage of frozen static images DICOM format The system should have isolated patient ECG connector composite video output VGA connector for external keyboard audio input USB Rechargeable battery for at least 45 minutes operation Accessories to be supplied along with portable echocardiography machine Adult probe 1 no Paediatric probe 1 no TEE probe 1 no Vascular probe 1 no Intracardiac probe 8F 3 nos Printer inkjet laser 1 no ECG cable 1 no Inbuilt CD DVD writer Voltage stabilizer 1 no Thermal printer 1 no Amendment UNDP WBMSC 04 2014 Page 18 of 43 The unit should be of light weight and not more than 10 Kg The entire unit should be mounted on a cart manufactured and supplied by the same equipment manufacturer Quality Certification Valid CE US FDA Warranty 2 years amp CMC 5 years Schedule 3 Holter Monitoring System Provide the Holter Analyzer 1 with following features Having Holder window with reference to time amp QRS morphology 3 Channel Arrhythmia analysis amp statistics of different arthymias Histogram facility Full disclosure of EGC with different color coding for VE SVE amp PAUSES Hourly count menu Page scan Mega scan Templates editing to analyse VE SVE V RUN SV RUN PAUSE ST etc
12. doctors rooms Amendment UNDP WBMSC 04 2014 Page 6 of 43 10 Monitors Display 7 1 The monitor display system in examination room should be ceiling suspended and it should be possible to position it on the left or right side of patient table The monitor suspension system should have facility to place 6 monitors The system should have six medical grade high resolution TFT LCD at least 18 monitors to display live and reference images one for patient hemodynamic monitoring one for EP tracing one for 3D image display and one for IVUS imaging 7 2 Two high resolution TFT LCD monitors for post processing and reporting in the control room 7 3 One colour monitor for 3D image viewing processing in control room Digital Archiving 8 1 US FDA approved system for recording images on DVD CD R with DICOM viewer in DICOM 3 format 8 2 Image transfer from digital system in background mode without affecting the system operation 8 3 USB interface to copy images to memory disk external hard disk 3D Acquisition and Cross sectional Imaging The 3D acquisition should offer 9 1 9 2 9 3 94 3D reconstruction and visualization in real time of volume in volume rendering technique VRT System should have 3D along with the required software and hardware for 3D reconstruction MPR amp MIP It should be possible to create 3D image of left atrium of heart It should be possible to overlay line fluro image on t
13. locations shall ordinarily prevail unless there is specific evidence information material to the contrary Notel The following points with regard to consumables should be noted while bidding for any of the schedules 1 Reusable consumables should last during the warranty period In case any additional reusable consumables are required during the warranty period those will be supplied free of charge by the supplier 3 The expectancy of the reusable consumable is expected to be of at least one year from the date of purchase of the same The reusable consumables will be procured at the prices accepted as per the contract Note2 Applicable for all the schedules 1 2 3 4 5 6 7 8 9 10 11 Any reference to brand of technology product in case it occurs anywhere in the technical specification is purely for indicative illustrative purposes and should be read as including its equivalent Unless specified otherwise in the Technical Specifications the product quality requirement in this ICB will be CE Conformit Europ ene or US FDA or BIS Unless specified otherwise in the Technical Specifications all offers should include UPS unit or battery backup of at least one hour as the case may be with each equipment Offered product catalogue to be attached in original 2 in nos with each bid Attach valid quality certification document s no self certifications admissible Quality Management System in con
14. resuscitation It should have rotating facility 3 X ray Generator 3 1 100 KW or more compatible with high resolution imaging 4 X ray Tube 4 1 X ray tube should be with fine focal spot small amp large with high cooling rate to ensure continuous operation capable of pulsed Amendment UNDP WBMSC 04 2014 Page 5 of 43 42 fluoroscopy on both focal spots The large focus power output should be 80KW or more The Pulse fluoroscopy should be offered with pulse rate of 10 frames sec to 30 frames sec The x ray tube should have anode heat storage capacity of at least 2 4 MHU or more to run continuously for 6 8 hours without shutting off Radiation protection 5 1 5 2 5 3 5 4 The system should have integrated computer controlled preferably automatic X ray beam filtering with copper filters of various size from 0 2mm to 0 9 mm Please list the special filters available The system should have positioning of collimator blades without radiation The system should have monitoring and display of X ray dose during the patient examination It should be possible to create a DICOM based dose report of the patient System should meet all National amp International safety standards amp comply with BARC amp AERB guidelines Digital Imaging System 6 1 6 2 6 3 6 4 6 5 6 6 6 7 6 8 6 9 6 10 6 11 6 12 A flat detector with diagonal size of at least 24 cm Digital syste
15. 14 Page 36 of 43 Bid no Name of the Firm 6 4 Performance Statement Form for the period of the last five years Date of Opening Order Order Description Value of Date of completion Remarks Was the placed by no amp amp quantity Order of Delivery indicating supplies of Full date of ordered As per Actual reasons of goods address of items Contract late satisfactory purchaser delivery if any Amendment VIII UNDP WBMSC 04 2014 Page 37 of 43 6 5 Annual Turnover Statement Form Name of Bidder 1 ANNUAL TURNOVER DATA For Supplier Turnover Details Financial Year 2012 13 2011 12 2010 11 2009 10 2008 09 Turnover from Selling of Goods only 2 ANNUAL TURNOVER DATA For Manufacturer Turnover Details Financial Year 2012 13 2011 12 2010 11 2009 10 2008 09 Turnover from Selling of Goods only Note The audited balance sheets for the last five years shall be submitted In case the balance sheet does not clearly show the turnover from selling of goods only a certificate from Chartered Accountant certifying turnover from selling of goods out of total turnover shall be submitted Amendment VIII UNDP WBMSC 04 2014 Page 38 of 43 6 6 Annual Production Statement Form Name of Bidder Schedule No ANNUAL PRODUCTION DATA For Manufacturer for last five years Pr
16. ATIONS AND RELATED SERVICES This section should demonstrate the Bidder s responsiveness to the specification by identifying the specific components proposed addressing the requirements as specified point by point providing a detailed description of the essential performance characteristics proposed and demonstrating how the proposed bid meets or exceeds the specifications 2 1 Scope of Supply Please provide a detailed description of the goods to be supplied indicating clearly how they comply with the technical specifications required by the ITB see below table describe how the organisation firm will supply the goods and any related services keeping in mind the appropriateness to local conditions and project environment Description Specific Quality Certificate Export Item ation of Goods Source Country Qty Licences etc indicate all No Manufacturer of Origin that applies and if attached A supporting document with full details may be annexed to this section 2 2 Technical Quality Assurance Mechanisms The bid shall also include details of the Bidder s internal technical and quality assurance review mechanisms all the appropriate quality certificates export licenses and other documents attesting to the superiority of the quality of the goods and technologies to be supplied 2 3 Reporting and Monitoring Please provide a brief description of the mechanisms proposed for this project for reporting to t
17. C 04 2014 Page 41 of 43 4 Ventilator Digital CMC Charges for Year1 after completion of 2 years warranty CMC Charges for Year2 after completion of 2 years warranty CMC Charges for Year3 after completion of 2 years warranty CMC Charges for Year4 after completion of 2 years warranty CMC Charges for 5 after completion of 2 years warranty 5 TMT Digital CMC Charges for Year1 after completion of 2 years warranty CMC Charges for Year2 after completion of 2 years warranty CMC Charges for Year3 after completion of 2 years warranty CMC Charges for Year4 after completion of 2 years warranty PP P iP RP P RP CMC Charges for 5 after completion of 2 years warranty DDP Price final destination shall include all the cost incidental to delivery at final destination including all duties amp taxes to be paid DDP Price of the above equipment shall include Supply and Installation Commissioning and warranty for Equipment There shall be no exemption from any applicable tax or duty Entry tax 1 of cost of goods is applicable which will be reimbursed NOTE 1 Reusable consumables should last during the warranty period In case any additional reusable consumables are required during the warranty period those will be supplied free of charge by the supplier 3 The life expectancy of the reusable consumable is expected to b
18. Cath lab and each accessory should be USFDA CE and Indian regulatory body approved product B Electrical safety conforms to standards for electrical safety IEC 60601 1 general requirements C Manufacturer should have ISO certification for quality standards D Shall comply with AERB and BARC guidelines Documentation A User manual in English B Service manual in English C List of important spare parts and accessories with their part number and costing D Certificate of calibration and inspection from the factory E 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 F List of equipment available for providing calibration and routine maintenance support as per manufacturer documentation in service technical manual Amendment VIII UNDP WBMSC 04 2014 Page 11 of 43 26 User list and performance certificate of at least 5 Cath lab installation in the past 5 years from government institutions should be submitted along with the techno commercial bid Other requirements A B C Model should be latest generation Should have local service facility Comprehensive warranty of main cath lab system and third party items for 5 years and AMC CMC of the main cath lab system and third party items for next 5 years to be provided by the cath lab unit supplier
19. Support CPAP PS Continuous Positive Airway Pressure with Pressure Support DualPAP Two Levels of CPAP Pressure Support The mode had to allow BIPAP and APRV according to the ventilation adjustments Appropriate trolley should be provided Schedule 5 TMT Digital Specification for Stress Test System Computerized Treadmill Test Digital System module based Should be 12 lead display HR BP display Split Screen For Max ST T changes amp arrthymia of specific lead Analysis of ST HR changes simultaneously with BP and arrthymia Display ST HR relation graph Annual maintenance contract Data retrieval after stopping stress test Low profile cushioned desk standard for patient comfort amp safety Prominent standard emergency stop button User weight capacity 150kg Cushioned amp reversible running desk Drive System Should be heavy duty 2 2HP AC inverter drive 208 240V 50 60Hz dedicated 15 amp services 110V 50 60Hz dedicated 20 amp services optional SO DOR SON R ae m O Speed Range Should be zero start 0 5 12mph 0 8 19kmh Self calibrating Elevation Range Amendment UNDP WBMSC 04 2014 Page 22 of 43 Should be 0 21 Self calibrating 12 Self aligning running belt 13 Exceptionally accurate self calibrating speed and elevation 14 12 standards are simultaneously recorded for 10 seconds Leads I amp are digitized with 2 x 8000 samples second for correct pacemaker detection w
20. WBMSC 04 2014 Page 1 of 43 10 B 9 5 Acceptable forms of Bid Security Guarantee See Section 8 for template XI Any Bank issued Check Demand Draft Cashier s Check Certified Check in favour of UNDP New Delhi 11 9 5 Validity of Bid Security 90 days from the last day of Bid submission C 15 4 a Bid Security of unsuccessful Bidders shall be returned 15 17 Preferred Currency of Bid and XLocal Currency or any freely convertible C 17 2 Method for Currency conversion currency Reference date for determining UN Operational Exchange Rate Bid Opening Date Section 3a Schedule of Requirements and Technical Specifications Section Related Services hereby replaced as Annexure below of this Amendment Under Special Terms and Conditions for Goods Clause GT amp C 23 Payment Terms is amended Section 7 Price Schedule Form is amended All other terms and conditions of the bid document except as amended herein above remain unaltered United Nations Development Programme 55 Lodhi Estate New Delhi 110 003 Tel 91 11 2462 8877 Email procurement dsc undp org 1 Surety bonds or other instruments issued by non bank Financial Institutions are least preferred by UNDP Unless stated otherwise they shall be considered unacceptable to UNDP Amendment UNDP WBMSC 04 2014 Page 2 of 43 Annexure Section 3a Schedule of Require
21. al case studies and 100 patient data please specify CPU features Should have biophysical inputs ECG Should be capable of recording minimum of 5300 frames in a single loop so as to scan an entire length of a long artery with full editing capability Online color distinctions of plaque composition with percentage of different tissues Accessories e Reusable pull back device e Color printer e Phased array coronary IVUS catheters 8 nos e Peripheral IVUS catheter 10 Mhz 1 Amendment UNDP WBMSC 04 2014 Page 8 of 43 13 14 e Peripheral IVUS catheter 20 Mhz Ino Optional a In line display automatic border detection b Special s w for clear visualization of blood flow improved detection of blood flow dissections stent appositions c Should be upgradable to OCT Fractional Flow Reserve FFR machine with following technical specifications A Console to determine FFR with sensor based wire and able to accept arterial pressure from cath lab transducer system B Should be able to assess FFR and CFR with same equipment C Display both real time pressure and mean pressure value D Screen window should display real time FFR in both numerical and graphical form E Should have upgraded software to calculate in real time both FFR and CFR IMR with help of latest technology Doppler temperature based measurement F Should supply 10 numbers pressure wire with the equipment G
22. at will be put in place 2 9 Statement of Full Disclosure This is intended to disclose any potential conflict in accordance with the definition of conflict under Section 4 of this document if any 2 10 Other Any other comments or information regarding the bid and its implementation Amendment VIII UNDP WBMSC 04 2014 Page 32 of 43 SECTION 3 PERSONNEL 3 1 Management Structure Describe the overall management approach toward planning and implementing the contract Include an organization chart for the management of the contract if awarded 3 2 Staff Time Allocation Provide a spreadsheet will be included to show the activities of each personnel involved in the implementation of the contract Where the expertise of the personnel is critical to the success of the contract UNDP will not allow substitution of personnel whose qualifications had been reviewed and accepted during the bid evaluation If substitution of such a personnel is unavoidable substitution or replacement will be subject to the approval of UNDP No increase in costs will be considered as a result of any substitution 3 3 Qualifications of Key Personnel Provide the CVs for key personnel Team Leader Managerial and general staff that will be provided to support the implementation of this project CVs should demonstrate qualifications in area of expertise relevant to the Contract Please use the format below Name Role in C
23. ation testing amp commissioning Twenty 20 percent of the Contract Price of Goods received shall be paid within thirty 30 days of satisfactory installation amp commissioning of the Goods and completion of training of the concerned personnel on operation and maintenance the equipment upon submission of an invoice indicating the United Nations Development Programme UNDP on behalf of West Bengal Medical Services Corporation Ltd Govt of West Bengal the Purchase Order Contract number description of payment and total amount signed in original stamped or sealed with the company stamp seal supported by the Satisfactory Installation Training amp Commissioning Certificate Form issued by Consignee Associated Civil Construction 100 on completion of associated civil work and on submission of a completion certificate duly signed by WBMSC or an authorized representative of WBMSC Amendment VIII UNDP WBMSC 04 2014 Page 40 of 43 Section 7 Price Schedule Form The Bidder is required to prepare the Price Schedule as indicated in the Instruction to Bidders The Bidders are requested to provide the cost of the goods inclusive of all tax duty excluding entry tax for each Schedule quoted in the following format SCH No a BRIEF DESCRIPTION OF GOODS b QTY c MAKE MODEL NO amp COUNTRY OF ORIGIN d CURRENCY e UNIT PRICE DDP Incoterm 2010 FINAL DESTINATION all inc
24. d services shall commonly apply to all the goods in all the Schedules i INSPECTION OF THE GOODS All goods shall be subject to inspection and testing by UNDP or its designated representatives to the extent practicable at all times and places including the period of manufacture and in any event prior to final acceptance by UNDP If any inspection or test is made on the premises of Vendor or its supplier the Vendor without additional charge shall provide all reasonable facilities and assistance for the safety and convenience of the inspectors in the performance of their duties All inspection and tests on the premises of the Vendor or its supplier shall be performed in such a manner as not to unduly delay or disrupt the ordinary business activities of the Vendor or supplier Neither the carrying out of any inspections of the Goods nor any failure to undertake any such inspections shall relieve the Vendor of any of its warranties or the performance of any obligations under the Contract ii QUALITY CERTIFICATION Where ever appearing in the bid document the CE certificate shall be read as CE mark for conformit europ enne French for European conformity iii PACKING amp LABELLING Packing amp Labeling shall follow the standard norms for such equipment However details thereof shall be specified at the time of issue of contract to the successful bidder s Amendment VIII UNDP WBMSC 04 2014 Page 25 of 43 T
25. e of at least one year from the date of purchase of the same The reusable consumables will be procured at the prices accepted as per the contract 4 The price excluding CMC quoted in one schedule should be in one currency only 5 If CMC column is left blank then it will be assumed that the CMC is free of cost Amendment UNDP WBMSC 04 2014 Page 42 of 43 BIDDER S DISCOUNT FOR ACCELERATED PAYMENT of total firm price for each calendar day less than thirty 30 days BIDDER S SIGNATURE AND CONFIRMATION OF THE ITB PROVIDED THAT A PURCHASE ORDER IS ISSUED BY UNDP WITHIN THE REQUIRED BID VALIDITY PERIOD THE UNDERSIGNED HEREBY COMMITS SUBJECT TO THE TERMS OF SUCH PURCHASE ORDER TO FURNISH ANY OR ALL ITEMS AT THE PRICES OFFERED AND TO DELIVER SAME TO THE DESIGNATED POINT S WITHIN THE DELIVERY TIME STATED IN SCHEDULE OF REQUIREMENT Exact name and address of company COMPANY NAME AUTHORIZED SIGNATURE DATE ADDRESS NAME OF AUTHORIZED SIGNATORY TYPE OR PRINT PHONE NO FAX NO FUNCTIONAL TITLE OF SIGNATORY EMAIL ADDRESS OF CONTACT PERSON OTHER EMAIL ADDRESSES WEB SITE Amendment UNDP WBMSC 04 2014 Page 43 of 43
26. ea including chairs of Godrej Durian reputed make should be provided 26 Furniture and other items mentioned as of reputed make will need approval of the department 27 Defect liability The works shall be guaranteed for a minimum period of 5 years from the date of commissioning against any defective material workmanship The warranty and CMC of the air conditioners will form part of the main equipment The turnkey work including installation commissioning of all the turnkey items should be completed within 3 months 28 Certification to the effect that the work has been executed as per the specifications incorporated in the above document will be by the appropriate authority UPS Suitable online UPS with 30 min battery backup for complete Cath Lab including cine and fluoroscopy Emergency lighting should also be on UPS ACCESSORIES to be supplied A State of the art high pressure injector one B Ceiling suspended radiation protection one no as per international radiation protection system Table mounted radiation protection one no as per international radiation protection system Integrated two way communication system between control room and examination room E One laser network printer of high resolution at least 1200 dots per inch with minimum 128MB memory and 1200 dpi should also be offered for high quality image printing Environmental factors A The unit shall be capable of being
27. formity with ISO 9001 2008 where specified Product quality standard CE FDA BIS to be supported by authentic documents Warranty its scope and service facilities to be clearly indicated in the documents Company should have local service facility Bidders who don t have service facility in West Bengal will have to set up service centre in West Bengal and submit proper documentation in support of the same within 15 days of receipt of Award of Contract AOC The service provider should have the necessary equipment recommended by the manufacturer to carry out preventive maintenance test as per guidelines provided in the service maintenance manual One CD DVD of demonstration video must be attached with the submission of bid One CD DVD of demonstration video must be supplied with the equipment for end users Supplier should provide onsite training monitor effectiveness of training and take corrective actions once in a fortnight during the first two quarters after the installation of the equipment Amendment UNDP WBMSC 04 2014 Page 4 of 43 Technical Specifications Schedule 1 CINE ANGIOGRAPHY MACHINE Flat panel single plane Cardiac Cath Lab along with accessories Latest state of the art single plane floor ceiling mounted C arm G arm Cardiovascular Angiography system with flat detector technology digital imaging system for diagnostic procedures and interventional cardiovascular procedures valvuloplasty vascular An
28. giography online DSA and cardiovascular electrophysiology 1 C Arm G Arm Multi directional floor ceiling mounted 1 1 1 2 1 3 1 4 1 5 1 6 2 Table 2 1 2 2 2 3 24 All movements should be motorised with C arm angulations of minimum RAO LAO 105 deg 105 deg CRAN CAUD 45 deg At head end position with 20 deg sec or more speed for LAO RAO and 15 deg sec or more speed for CRAN CAUD The system for user defined 50 programmed position of the C arm Manual motorised parking of C Arm in case of catastrophe for resuscitating the patient Motorised peripheral position for peripheral and vascular intervention should be available it should be possible to position the C arm on the left side as well as on the right side of the patient The C arm should have auto collision protection with patient monitors and the table It should be possible to have head to toe coverage without patient repositioning Floating floor mounted with carbon fibre table top with easy patient transport capability Table length should be 280 cm or more with fluoroscopic coverage of at least 125 cm or more longitudinal travel should be 120 cm or more Accessories for table should include head fixing aids mattress radiolucent carbon fibre arm support cathetarisation arm support for radial angiography drip stand peripheral filer set Maximum patient weight 150Kgs or higher with additional weight for at least 100 Kgs during
29. he UNDP and partners including a reporting schedule 2 4 Subcontracting Explain whether any work would be subcontracted to whom how much percentage of the work the rationale for such and the roles of the proposed sub contractors Special attention should be given to providing a clear picture of the role of each entity and how everyone will function as a team 2 5 Risks Mitigation Measures Please describe the potential risks for the implementation of this project that may impact achievement and timely completion of expected results as well as their quality Describe measures that will be put in place to mitigate these risks 2 6 Implementation Timelines The Bidder shall submit a Gantt Chart or Project Schedule indicating the detailed sequence of activities that will be undertaken and their corresponding timing 2 7 Partnerships Optional Explain any partnerships with local international or other organizations that are planned for the implementation of the project Special attention should be given to providing a clear picture of the role of each entity and how everyone will function as a team Letters of commitment from partners and an indication of whether some or all have successfully worked together on other previous projects is encouraged 2 8 Anti Corruption Strategy Optional Define the anti corruption strategy that will be applied in this project to prevent the misuse of funds Describe the financial controls th
30. he equipment should have a sticker on it with the following details Procured by UNDP on behalf of WBMSC Ltd Vendor Name Machine Serial No Facility Asset No Warranty up to Last PMC on Next PMC due on CMC starts on CMC valid up to Approved CMC Rate per annum Complaint logging at Email Phone Service Engineer Email Contact Detail Phone Service Manager Email Contact Detail Phone iv WARRANTY Warranty shall always be for the period specified in Technical Specifications computed from the date of acceptance of the goods During warranty cost and responsibility of the transport shifting of the equipment in case so required for repair etc shall be entirely borne by the Supplier without any liability on the consignee In case of such shifting of equipment alternative working equipment shall be first made available to the consignee to avoid any disruption in the clinical work v MAINTENANCE a CMC shall be for 5 years following expiry of warranty or as specified in Technical Specifications b During CMC cost and responsibility of the transport shifting of the equipment in case so required for repair etc shall be entirely borne by the Supplier without any liability on the consignee In case of such shifting of equipment alternative working equipment shall be first made available to the consignee to avoid any disruption in the clinical work c Subject
31. hedule of Requirements and Technical Specifications describing the duties and responsibilities required of us in this ITB and the General Terms and Conditions of UNDP s Standard Contract for this ITB We agree to abide by this Bid for 90 days We undertake if our Bid is accepted to initiate the supply of goods and provision of related services not later than the date indicated in the Data Sheet We fully understand and recognize that UNDP is not bound to accept this Bid that we shall bear all costs associated with its preparation and submission and that UNDP will in no case be responsible or liable for those costs regardless of the conduct or outcome of the evaluation 3No deletion or modification may be made in this form Any such deletion or modification may lead to the rejection of the Bid Amendment UNDP WBMSC 04 2014 Page 27 of 43 We remain Yours sincerely Authorized Signature n full and initials Name and Title of Signatory Name of Firm Contact Details please mark this letter with your corporate seal if available Amendment VIII UNDP WBMSC 04 2014 Page 28 of 43 Section 5 Documents Establishing the Eligibility and Qualifications of the Bidder Bidder Information Form Date insert date as day month and yearJof Bid Submission ITB No insert number of bidding process Page of pages 1 Bidder s Legal Name insert Bidder s legal name 2 In case of
32. hile remaining leads a S R of 2000 s s 15 Super twist LCD display with VGA resolution PC keyboard 16 Quality Certification Valid CE US FDA 17 Warranty 2 years amp CMC 5 years NOTE for all the schedules above 1 Any reference to a specific brand product in case it occurs anywhere in the technical specification is purely for indicative illustrative purposes and should be read as including its equivalent 2 As part of the technical evaluation of bids functional demonstration of offered equipment model may be called but the result outcome thereof shall not be taken as the sole or conclusive evidence of qualification of the bid Further all expenses and risks related to such demonstration shall be borne by the bidder 3 Functional demonstration of the equipment is at the discretion of the Bid Evaluation Committee and its input shall be treated as supplementary corroborative in nature and will not be a substitute for technical evaluation of the document submitted along with the bid Amendment UNDP WBMSC 04 2014 Page 23 of 43 Section 3b Related Services Further to the Schedule of Requirements in the preceding Table Bidders are requested to take note of the following additional requirements conditions and related services pertaining to the fulfillment of the requirements check the condition that applies to this ITB delete the entire row if condition is not applicable to the goods being procured
33. his 3D image of left atrium for catheter guidance in EP procedure The facility should offer auto segmentation of ventricles vessels of the entire heart especially the left atrium with visualization of the pulmonary veins in automatically performed one step CATHLAB RECORDING SYSTEM 10 1 10 2 10 3 The following feature should be available in the recorder e 12 Lead ECG amplifier with floating input e Atleast 2 pressures with floating inputs e Time and amplitude measurement with electronic calipers e Laser printer with minimum 16 MB memory with minimum 1200 dpi The patient connection box should be easy to install at the patient table in the examination room 18 colour wave form monitor with programmable layout and digital monitoring readout Two Amendment UNDP WBMSC 04 2014 Page 7 of 43 10 4 10 5 10 6 11 State of art A B Eac i 1 iii iv v vi A 18 remote colour wave form monitor to be mounted in the examination room ECG cables and reusable pressure transducers 2 each Software should be provided for off line hemodynamic calculations such as cardiac output gradients and shunt estimations Intra aortic balloon pump IABP system Pneumatics drive system Compressor Counter pulsation rate 40 200 pulsations per minute In automatic mode of operation user should be in control of the deflation point In automatic mode advance software should automatica
34. lector Alarms for all measured amp monitored parameters Amendment UNDP WBMSC 04 2014 Page 20 of 43 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 29 26 1 Pressure Flow amp Volume curves Modes of Ventilation equipped with newer modes of ventilation a Assist Control b Volume Control c Pressure Control d Pressure Support e SIMV with pressure support Pressure and volume control f PEEP g Inverse ratio Ventilation h Non invasive ventilator BIPAP CPAP 1 Apnea Ventilation User selectable volume amp pressure control Should have built in safety alarms for Airway Pressure High amp Low Minute Volume High amp Low Power Failure Low Oxygen High Respiratory Rate Air Source in operable Should have inbuilt exhalation filter Air source Compressor should be of same company inbuilt mounted with ventilator assembly Should have compatibility with existing central pipe line in case of compressor Humidifier a Servo controlled heated Respiratory Humidifier b Temperature of delivered Gas on LED LCD display c Temperature should be adjustable d Jar should be autoclavable Quality Certification Valid CE US FDA Demonstration of quoted model is must preferable on site Nebulization assembly compatible with ventilator and circuit Flow sensor Should have life more than year Expiratory Unit Life should be more than 3 years Data st
35. lly adapt the timings for various rhythms and its variations without any user intervention Should be able to trigger on 7mm Hg of Pulse pressure when used in pressure trigger mode On screen indication of standby time and should give alarm after 15 30 minutes to draw user s attention on the system being on standby Should have Peripheral Vascular Doppler for detecting limb ischemia which is attached to the main equipment h system should be supplied with the following ECG cable with Refillable Helium cylinder compatible with the IABP system Quantity 3 nos Intra Aortic Balloon Catheter for Adults Size 40 cc Qty 2 nos Intra Aortic Balloon Catheter for Adults Size 30 cc Qty 2 nos Intra Aortic Balloon Catheter for Pediatrics Size 12 cc Qty 2 nos Intra Aortic Balloon Catheter for Pediatrics Size 10 cc Qty 2 nos Reusable Invasive Blood pressure transducer system with pressure flush device system Quantity 2 nos 12 State of art Intra Vascular Ultrasound IVUS machine with following technical specifications A B T m Q Should be windows based IVUS imaging system capable of accepting phased array transducer technology 20 MH2 Should be able to use a common catheter for coronary as well as few peripheral applications like Carotid Renal etc Should have DICOM storage to CD R and PACS network compatible Hard disk storage space should be sufficient to store at least 20 clinic
36. lusive f TOTAL PRICE DDP Incoterm 2010 FINAL DESTINATION all inclusive c x f Cine Angiography Machine Goods Civil component CMC Charges for Year1 after completion of 5 years warranty CMC Charges for Year2 after completion of 5 years warranty CMC Charges for Year3 after completion of 5 years warranty CMC Charges for Year4 after completion of 5 years warranty CMC Charges for 5 after completion of 5 years warranty Echocardiography amp Colour Doppler Machine CMC Charges for Year1 after completion of 2 years warranty CMC Charges for Year2 after completion of 2 years warranty CMC Charges for Year3 after completion of 2 years warranty CMC Charges for Year4 after completion of 2 years warranty CMC Charges for 5 after completion of 2 years warranty Holter Monitoring System CMC Charges for Year1 after completion of 2 years warranty CMC Charges for Year2 after completion of 2 years warranty CMC Charges for Year3 after completion of 2 years warranty CMC Charges for Year4 after completion of 2 years warranty CMC Charges for 5 after completion of 2 years warranty PIP IPP IPP PIP RP RP RP RP RP RP deletion or modification be made in this form Any such deletion or modification may lead to the rejection of the Bid Amendment UNDP WBMS
37. m amp other rooms and as per regulations of AERB Standby additional split air condition s of appropriate strength capacity tonnage to be fixed in the main equipment room Hygrometer 3 numbers to be provided In built or external De Humidifier in equipment console and examination rooms to be provided as per room layout Fire Protection Amendment VIII UNDP WBMSC 04 2014 Page 15 of 43 20 Non water based fire protection is to be integrated as per requirement Fire extinguishers of appropriate types conforming to ISI BIS mark should be fixed in different rooms as per requirement Heat detectors hooters photoelectric smoke detectors of ISI BIS mark shall be provided in all the rooms and corridors as per requirements In case the expiry date of fire extinguishers is before the completion of 5 years comprehensive warranty period extra set s of fire extinguishers will be supplied by the vendor till the completion of the 5 years comprehensive warranty period The vendor to also install the following 21 Audio visual music systems for patient waiting areas 22 Ultrasonic pest amp insect repellents to be provided and installed 23 Music and public address system for calling informing the patients in the waiting areas 24 Storage cupboards made of wood ply board to be fixed in different rooms as per requirement stated by department at time of installation 25 As per requirement furniture and fixtures for all the ar
38. m with acquisition and processing in 1024x1024 matrix at 25 30 fps with 10 12 14 bit digitization Image storage capacity of at least 50 000 images in 1024x1024 matrix at 10 12 14 bits on the main system disk System should have capability of ECG display on the live image monitor and archive the ECG display along with angio images on CD during the acquisition System should have on line amp off line validated coronary analysis and ventricle analysis program The software should have auto calibration facility for stenosis measurement with geometrical and densitometry calculations The analysis should be possible from table side in the examination room and from the control room The System should have full table side control operation with complete acquisition and post processing capabilities The System should have on line DSA capabilities in 1024x1024 matrix with acquisition frame rate of 0 5 frame sec to 7 5 frames sec The System should have facility for storage of fluoro loop scene of at least 10 seconds The system should be quoted with 3D modelling analysis of coronary arteries The latest complete software and hardware for visualizing stent with extra high resolution from table side control It should be possible to overlay live fluoro image on reference image on live monitor with fade in fade out Angle and distance measurement facility should be available It should have parallel line display cum medical grade monitor in
39. ments and Technical Specifications 1 List of Goods and Consignee wise Distribution Pe Description Quantity Bid Security 1 Cine Angiography 1 INR 12 00 000 USD Machine 19 500 5 1 INR 40 000 USD 650 Colour Doppler Machine Gandhi Memorial Holter Monitoring Hospital Kalyani 3 System 1 INR 20 000 USD 325 Nadia Govt of West Bengal 4 Ventilator Digital 1 INR 25 000 USD 400 5 TMT Digital 1 INR 20 000 USD 325 2 Delivery amp Completion Schedule For Schedules 2 to 5 i Delivery to Consignee see Consignee Distribution List above within 60 days from the date of issue of the Purchase Order Contract ii Installation Training amp Commissioning Satisfactory installation training amp commissioning as per the Consignee Distribution List see Consignee Distribution List above within 15 days from the respective dates of delivery of the goods one week extra will be given for site inspection For Schedule No 1 i Site Modification with interiors Within 60 days after handing over the site for modification to the successful bidder The complete turnkey work including installation commissioning of all turnkey items should be completed within 90 days from the date of issue of Purchase Order Contract Note While installation at the designated site location and commissioning will be the responsibility of the supplier basic readi
40. n operation and maintenance the equipment upon submission of an invoice indicating the United Nations Development Programme UNDP on behalf of West Bengal Medical Services Corporation Ltd Govt of West Bengal the Purchase Order Contract number description of payment and total amount signed in original stamped or sealed with the company stamp seal supported by the Satisfactory Installation Training amp Commissioning Certificate Form ID issued by the Consignee Payment of local currency portion shall be made in Indian Rupee within thirty 30 days of presentation of an invoice indicating the United Nations Development Programme UNDP on behalf of West Bengal Medical Services Corporation Ltd Govt of West Bengal the Purchase Order Contract number description of payment and total amount signed in original stamped or sealed with the company stamp seal supported by the satisfactory installation Certificate issued by the Consignee B Payment for Goods and Services supplied from within India Payment for Goods and Services supplied from within the country shall be made in Indian Rupee as follows i On Delivery to Consignee Eighty 80 percent of the Contract Price of the Goods delivered to the Consignee shall be paid within 30 days of submission of documents specified in GT amp C 22 along with Consignee Receipt Certificate Form I by direct bank transfer to the Supplier s nominated bank account ii On satisfactory install
41. ness of the site enabling such installation will be the responsibility of the consignee Terms of Delivery DDP final destination as per Consignee Distribution List provided in List of Goods also see note below Amendment UNDP WBMSC 04 2014 Page 3 of 43 NOTE a b d The responsibility of obtaining all required documents including Custom clearance if applicable Road Permits etc is of the Supplier Installation of Medical Equipment will be at the Medical Colleges as per the Consignee Distribution List Training on Medical Equipment at Medical Colleges as per the Consignee Distribution List however with the prior approval of the consignee s training for more than one centre can be organized together at one location The Consignee Receipt Certificate CRC will be issued to the Supplier within 72 hours of the delivery at the Consignee address Liquidated Damages LD will be calculated separately on 1 delay in the delivery of the Goods to the consignees and 2 delay in installation training amp commissioning attributable to the supplier and not for reasons not attributable to the Supplier With regard to charge of liquidated damages LD for delay in delivery of goods the onus of proof will be on the supplier for establishing that delays were not due to reasons attributable to him whereas in post delivery installation in case of delay assumption of non readiness of site at consignee
42. oduction Details Quantity Financial Year 2012 13 2011 12 2010 11 2009 10 2008 09 Production of specific Goods quoted in schedule Production of similar Goods Note In case the bidder is supplier the annual production data of the Manufacturer to be provided with documents validating the production capacity along with the bid Amendment VIII UNDP WBMSC 04 2014 Page 39 of 43 Special Terms and Conditions for Goods GT amp C 23 Payment Terms The method and conditions of payment to be made to the Supplier Payments will not be made to any other party under this Contract as applicable under A or B shall be as follows A Payment for Goods supplied from outside India Payment of foreign currency portion shall be made in the currency of the Contract Price in the following manner i On Delivery to Consignee Eighty 80 percent of the Contract Price of the Goods delivered to the Consignee shall be paid within thirty 30 days of submission of documents specified in GT amp C 22 along with Consignee Receipt Certificate Form D by direct bank transfer to the Supplier s nominated bank account ii satisfactory installation testing amp commissioning Twenty 20 percent of the Contract Price of Goods received shall be paid within thirty 30 days of satisfactory installation amp commissioning of the Goods and completion of training of the concerned personnel o
43. of sequential ablation of up to 4 electrodes e Compatibility with irrigation pump Accessories for Electrophysiology Laboratory System Essential 1 21 two high resolution slim LCD monitors 2 Laser jet printer 3 Cart with castor wheels The company should arrange for adequate training of the technician 15 Hemoximeter for measuring Hb and oxygen saturation during cardiac catheterization complete with all accessories like rinse solution calibration solution etc for at least one year 16 Defibrillator cum monitor Three of approved and reputed make Two of these for the intervention room and one for the recovery room One of them should have external pacing facility 17 ACT machine One number with one set cartridge 18 Suction apparatus mounted on stand One 19 Pulse Oxymeter portable One 20 Anesthesia Machine 21 Power Supply A Power input to be 220 240VAC single phase 400 440V 3 phase 50Hz as appropriate fitted with Indian plug B Reset table over current breaker shall be fitted for protection C Online UPS of suitable rating conforming to shall be supplied for the entire Cath lab system including X ray generation D The power requirements involve laying a 125 KVA cable from the substation to the Cath lab and making a Bus Bar and a power distribution board and this would be done by the supplier as a turnkey project under the supervision of the suppo
44. of the Goods and to subsequently negotiate and sign the Contract We hereby extend our full guarantee and warranty in accordance with the General Terms Conditions for Goods with respect to the Goods offered by the above firm Signed insert signature s of authorized representative s of the Manufacturer Name insert complete name s of authorized representative s of the Manufacturer Title insert title Dated on day of i insert date of signing Amendment UNDP WBMSC 04 2014 Page 35 of 43 6 3 No Adverse Action Confirmation Form This is to certify that delete unwanted option a No adverse action has been taken against the Bidder insert Bidder s name and the manufacturers insert manufacturer s names whose products are being offered by the Bidder against this Invitation to Bid in the last 5 Five years b The following instances of previous past performance have resulted in adverse actions taken against the Bidder insert Bidder s name and the manufacturers insert manufacturer s names whose products are being offered by the Bidder in the last 5 Five years Such adverse actions included indicate date and reasons for adverse actions and result of adverse actions i e suspension or cancellation of manufacturing license by regulatory authorities product recalls blacklisting debarment from bidding etc Signature Name Designation with stamp Date Amendment VIII UNDP WBMSC 04 20
45. ontract Implementation Nationality Contact information Countries of Relevant Work Experience Language Skills Education and other Qualifications Summary of Experience Highlight experience in the region and on similar projects Relevant Experience From most recent Period From Name of activity Project funding Job Title and Activities organisation if applicable undertaken Description of actual role performed e g June 2010 January 2011 Etc Etc References minimum of 3 Name Designation Organization Contact Information Address Phone Email etc Declaration confirm my intention to serve in the stated position and present availability to serve for the term of the proposed contract also understand that any wilful misstatement described above may lead to my disqualification before or during my engagement Signature of the Nominated Team Leader Member Date Signed Amendment VIII UNDP WBMSC 04 2014 Page 33 of 43 6 1 Technical Specification Form Comparative Data Table Bidders must complete the right column of the table and the compliance confirmation statement as included in Section 3a Schedule of Requirements Technical Specifications Schedule Nos 1 5 Technical Specifications offered 15 product offered technically UNDP s minimum Technical compliant Requirements Please provide details of Comply
46. orage facility for at least 24 hrs Internal rechargeable battery at least 60 min backup for complete system including ventilator Should be autoclavable and reusable flow sensors and should be covered under watranty CMC for 5 years and Cost of consumables spares Warranty 2 years from the date of installation Standard Accessories along with a Patient breathing circuit of silicone for Adult amp Paediatric reusable b Non invasive ventilator mask reusable for adult 3 sizes and paediatric according to age 4set each ET tube cuff pressure monitor 2 and HME filter 10 d Should have reusable autoclavable flow sensors having long life The battery backup system should be an independent unit that energizes all the hardware and incorporates in intelligent charging system that keeps long lasting battery in addition to Amendment UNDP WBMSC 04 2014 Page 21 of 43 providing all the information on its status The software incorporated should be extremely reliable and intelligent to provide in first place safety and effective treatment to the patients To achieve this goal it monitors all the main parameters like pressure flow volume inspiratory time expiratory time electrical energy battery state and gases inlet pressure V SIMV PS Synchronized Intermittent Mandatory Ventilation Volume with Pressure Support 51 PS Synchronized Intermitent Mandatory Ventilation Pressure with Pressure
47. ormation It should feature a full range of capabilities including 2D imaging in fundamental and harmonic modes M mode High frame rate color flow imaging color Doppler velocity mode pulsed wave spectral Doppler mode continuous wave spectral Doppler mode color Doppler energy CDE mode Power Amplitude Doppler Vascular imaging Contrast agent imaging ECG trace comprehensive measurements and calculations The system should have minimum 15 flat panel display screen It should provide clinical requirements like adult and pediatric trasthorasic echo TTE trans oesophageal echo TEE vascular ultrasound intra cardiac echo ICE DICOM network output option advanced triggering option Intima Media Thickness IMT application The system should offer exhaustive measurements and calculations in 2D M mode color Doppler PW and CW spectral Doppler modes basic measurements and report calculations comprehensive patient calculations report on screen mini reports complete or configured patient report cardiac package carotid package arterial package venous package The system should provide following Transducers 2 4 MHz wideband phased array adult Trans thoracic 3 7 MHz wideband phased array pediatric trans thoracic 5 7 MHz wideband linear array vascular 2 4 MHz wideband curved array abdominal 3 6 MHz wideband phased array adult trans esophageal micro pin less MP connector and intracardiac probe 8F ultrasound
48. ortium or Registration of JV Consortium if registered case of Government corporation Government owned controlled entity documents establishing legal and financial autonomy and compliance with commercial law The Bidder shall fill in this Form in accordance with the instructions Apart from providing additional information no alterations to its format shall be permitted and no substitutions shall be accepted Amendment VIII UNDP WBMSC 04 2014 Page 29 of 43 Joint Venture Partner Information Form if Registered Date insert date as day month and year of Bid Submission ITB No insert number of bidding process Page of pages 1 Bidder s Legal Name insert Bidder s legal name 2 JV s Party legal name insert JV s Party legal name 3 JV s Party Country of Registration insert JV s Party country of registration D Year of Registration insert Party s year of registration 5 Countries of Operation 6 No of staff in each Country 7 Years of Operation in each Country 8 Legal Address es in Country ies of Registration Operation insert Party s legal address in country of registration 9 Value and Description of Top three 3 Biggest Contract for the past five 5 years 10 Latest Credit Rating if any Click here to enter text 1 Brief description of litigation history disputes arbitration claims etc indicating current status and ou
49. rity at their own cost Civil work In the civil work following works are to be undertaken Modifications renovations in the existing rooms will be done by the vendor as shown in the layout plan after approval by the Atomic Energy Regulatory Board AERB The walls of whole Cath lab complex should be finished acrylic plastic emulsion and should be finished with tiles of Kajaria Johnson Naveen up to five feet height The flooring in the Cath lab complex should be as per AERB regulations Flooring in all rooms and corridor shall be of vitrified tiles of 60x60 cm size or other close appropriate size of reputed make like Kajaria Johnson Naveen Whole area of Cath lb complex as in the layout plan approved by AERB shall be finished with fire resistant zypcian false ceiling material used should be of ISI BIS mark All the doors should be provided with necessary fittings with hydraulic type door closures DORMA reputed make and with mortised locks of Godrej reputed make Main door of the Cath lab complex in the corridor shall be in glass aluminium with adequate thickness of glass with wood work wherever required Lead glass window of adequate size will be fixed as per AERB guidelines in the console room Proper signage both external and internal Amendment VIII UNDP WBMSC 04 2014 Page 13 of 43 q en hcath lab or procedure Layout plan for proposed cath lab with facility rooms
50. rt staff e g PWD Elect Amendment VIII UNDP WBMSC 04 2014 Page 10 of 43 22 23 24 25 SITE MODIFICATION a The necessary site modifications with interiors will have to be done by the supplier b Six steel cupboards to store linen catheter storage consumables medicines should be provided c Facility for storage of CDs amp DVDs and Cath lab hard wires to be provided d Whole Cath lab complex should be centrally air conditioned e Other minor issues like voltage fluctuations cooling pest control and rodent control is to be taken care of by the cath lab supplier f Site lay out plan to be discussed with department and lay out plan_ copy approved by department to be used g Supplier has to state the schedule for site modification and installation of cath lab system and all accessories h Approximate area available for cath lab complex where installation of two cath lab systems will be done is 2400 sq ft Warranty a Comprehensive warranty for 5 years for the complete system and third party item including x ray tube IVUS FFR machine IABP electrophysiology system intra aortic balloon pump IABP system and other supplied accessories like ACT machine high pressure injector hemoximeter anaesthesia machine etc steps to be taken to maintain 95 uptake time of the equipment failing which penalty clause would be imposed Standards Safety and Training A
51. stored continuously in ambient temperature of 0 50 deg C and relative humidity of 15 90 B Should meet general requirements of safety for electromagnetic compatibility Amendment UNDP WBMSC 04 2014 Page 16 of 43 1 The chosen supplier would be asked to undertake a turnkey project wherein necessary civil work modifications like False ceiling wall tiling anti static flooring and finish works should be provided by them under the supervision of the support staff e g CPWD Civil Electrical etc 2 The supplier would also provide the scrub area and the catheter wash area 3 The supplier also would provide the necessary furniture like tables computer chairs cupboards catheter hang wall mounts etc 1 Appropriate air conditioning would be provided by the supplier and maintained throughout the warranty period of the cathlab 2 The entire cathlab including the air conditioning should be connected to the generator of the hospital Proper shielding should have to be done by the supplier to minimize radiation leakage as per AERB and BARC regulations Amendment UNDP WBMSC 04 2014 Page 17 of 43 Schedule 2 Echocardiography amp Colour Doppler Machine Echocardiography amp Colour Doppler machine one portable echocardiography machine with following specifications A B The system should have latest digital beam former technology with minimum 15 000 or more digital programmable channels for digital beam f
52. tcomes if already resolved Click here to enter text 13 JV s Party Authorized Representative Information Name insert name of JV s Party authorized representative Address insert address of JV s Party authorized representative Telephone Fax numbers insert telephone fax numbers of JV s Party authorized representative Email Address insert email address of JV s Party authorized representative 14 Attached are copies of original documents of check the box es of the attached original documents KAI eligibility document requirements listed in the Data Sheet LArticles of Incorporation or Registration of firm named in 2 Oln case of government owned entity documents establishing legal and financial autonomy and compliance with commercial law The Bidder shall fill in this Form in accordance with the instructions Apart from providing additional information No alterations to its format shall be permitted and no substitutions shall be accepted Amendment VIII UNDP WBMSC 04 2014 Page 30 of 43 Section 6 Technical Bid Form INSERT TITLE OF THE ITB Name of Bidding Organization Firm Country of Registration Name of Contact Person for this Bid Address Phone Fax Email SECTION 1 EXPERTISE OF FIRM ORGANISATION This section should fully explain the Bidder s resources in terms of personnel and facilities necessar
53. tification Valid CE US FDA Warranty 2 years amp CMC 5 years Schedule 4 Ventilator Digital Specification of ICU Ventilator Respiratory Ventilator Digital Should have facility for Invasive and Non Invasive ventilation Microprocessor Control Suitable for Pediatric and adult ventilation Electromagnetically Compatible Hinged arm holder for holding the circuit Should have inbuilt EtcO2 facility with one set of peadiatric and adult accessories Monitor to display wave form amp monitored to value in a 10 or more screen oh Facility to Measure and display a Status indicator for ventilator mode b Battery indication c Pressure Vs time volume Vs time flow Vs time 3 curves waveforms simultaneously d Alarm setting 7 Automatic compliance and leakage compensation for circuit and ET Tube 8 Should have following settings a Tidal volume Minimum at least 50m1 Maximum up to 2000ml b Inspiratory Pressure up to 80 cm of H20 c Respiratory rate 4 to 80 bpm d Apnea back up rate e CPAP PEEP f Pressure support g FiO h Pause Time i Pressure amp or flow Trigger j Inspiratory flow up to 120 Lpm 9 Monitoring and Display of the following Parameters a Airway Pressure Peak amp Mean b Tidal volume Expired c Minute volume Expired d Respiratory mechanics e Spontaneous Minute Volume f Total Frequency g FiO dynamic h Intrinsic PEEP i Plateau Pressure j Resistance amp Compliance k Use se
54. to b above CMC services shall be provided at the site of the equipment within the prescribed response time Amendment VIII UNDP WBMSC 04 2014 Page 26 of 43 Section 4 Bid Submission Form This should be written in the Letterhead of the Bidder Except for indicated fields no changes may be made in this template Insert Location Insert Date To United Nations Development Programme 55 Lodhi Estate New Delhi 110 003 Dear Sir Madam We the undersigned hereby offer to supply the goods and related services required for ITB UNDP WBMSC 04 2014 in accordance with your Invitation to Bid dated Insert bid date We are hereby submitting our Bid which includes the Technical Bid and Price Schedule We hereby declare that a All the information and statements made in this Bid are true and we accept that any misrepresentation contained in it may lead to our disqualification b We are currently not on the removed or suspended vendor list of the UN or other such lists of other UN agencies nor are we associated with any company or individual appearing on the 1267 1989 list of the UN Security Council c We have no outstanding bankruptcy or pending litigation or any legal action that could impair our operation as a going concern and d We do not employ nor anticipate employing any person who is or was recently employed by the UN or UNDP We confirm that we have read understood and hereby fully accept the Sc
55. y for the performance of this requirement 1 1 Brief Description of Bidder as an Entity Provide a brief description of the organization firm submitting the Bid its legal mandates authorized business activities the year and country of incorporation and approximate annual budget etc Include reference to reputation or any history of litigation and arbitration in which the organisation firm has been involved that could adversely affect or impact the delivery of goods and or performance of related services indicating the status result of such litigation arbitration 1 2 Financial Capacity Based on the latest Audited Financial Statement Income Statement and Balance Sheet describe the financial capacity liquidity stand by credit lines etc of the bidder to engage into the contract Include any indication of credit rating industry rating etc 1 3 Track Record and Experiences Provide the following information regarding corporate experience within at least the last five 5 years which are related or relevant to those required for this Contract Name of Client Contract Period of Types of Status or Date References project Value activity activities Completed Contact Details undertaken Name Phone Email F echnical Bids not submitted in this format may be rejected Amendment UNDP WBMSC 04 2014 Page 31 of 43 SECTION 2 SCOPE OF SUPPLY TECHNICAL SPECIFIC

Download Pdf Manuals

image

Related Search

Related Contents

BAS-46 Bout ique  | Manuel d`aide  GV-Video Server  West Nile Virus RT-PCR Detection Kit - Protocol  Manuel d`installation et d`instructions  Cables Direct USB2-013K USB cable  医薬品インタビューフォーム  Instruction Manual FM-2024  User manual    

Copyright © All rights reserved.
Failed to retrieve file