Home
directorate of health services state drug management unit (sdmu)
Contents
1. Name of the Consignee Rh Name of the Consignee SR Name of the Consignee SI No Name of the Consignee C D M O Angul 10 C D M O Ganjam 19 C D M O Koraput 28 C D M O Sambalpur Dist Angul Odisha At P O Berhampur Dist Koraput Odisha Dist Sambalpur Odisha Tel Fax 06764 232507 Dist Ganjam Odisha Tel Fax 06852 Tel Fax 0663 2401843 Tel Fax 0680 2225383 250242 C D M O Boudh 11 C D M O Gajapati 20 C D M O Kendrapada 29 C D M O Sundergarh Dist Boudh Odisha At P O Paralakhenmundi Dist Kendrapada Odisha Dist Sundergarh Odisha Tel Fax 06841 222478 Dist Gajapati Odisha Tel Fax 06727 232171 Tel Fax 06622 272201 Tel Fax 068015 222205 222222 C D M O Balasore 12 C D M O Jajpur 2 C D M O Malkangiri 30 C D M O Sonepur Dist Balasore Odisha Dist Jajpur Odisha Dist Malkangiri Odisha Dist Sonepur Odisha Tel Fax 06782 Tel Fax 06728 222597 Tel Fax 06861 230277 Tel Fax 06654 220209 261959 262011 C D M O Baragarh 13 C D M O Jagatsinghpur 22 C D M O Mayurbhanj 31 Rourkela Dist Baragarh Odisha Dist Jagatsinghpur Odisha At P O Baripada Dist Sundergarh Tel Fax 06646 232804 Tel Fax 06724 220064 Dist Mayurbhanj Odisha Tel Fax 06792 252671 C D M O Bhadrak 14 C D M O Jharsuguda 23 C D M O Nuapada 32 Capital Hospital Bhubaneswar Dist Bhadrak Odisha Dist Jharsuguda Odisha Dist Nuapada
2. TENDER FORMATS TENDER ENQUIRY NO SDMU 2014 15 EQUIP DEIC 012 PRICE BID COVER B NOTE 1 Use Format P2 for Category I Items 2 Use Format P3 for Category II amp III Items OFFICE OF THE DIRECTOR OF HEALTH SERVICES ODISHA BHUBANESWAR 751001 43 1 To be furnished in the Commercial Bid PRICE BID SUBMISSION FORM On the letterhead of the organization Location Date To The Joint Director State Drug Management Unit In front of Ram Mandir Convent Square Bhubaneswar 751 001 Odisha Re Tender Enquiry No SDMU 2014 15 EQUIP DEIC 012 Dear Sir We the undersigned do hereby offer to Supply the DEIC equipment s in accordance with your Tender referenced above and our Technical Bid We hereby declare that if awarded the contract our Commercial bid shall be valid for one year subject to the modifications resulting from Contract negotiations you may subsequently carry out with us to accept our proposal We understand you are not bound to accept any Proposal you receive Yours sincerely Authorized Signatory n full and initials Name and Title of Signatory Organization Seal 44 To be submitted in Cover B Price Bid FORMAT P2 For Category Items Whether depot inside Odisha i e VAT paid to Government of Odisha Yes No If Yes Depot Address Name of the Item s Make amp Total Cost of CST
3. SI Name of the Item with Category EMDs to be Submitted Rs Category I 1 OAE 1 80 000 2 Pure tone audiometer with tuning fork set 1 60 000 3 Portable Tympanometry instruments 1 95 000 Indirect Opthalmoscope with 20 28 amp 30 D lens Scleral 4 depressor wire vectis and Eye speculum Alfonso infant 35 000 wire speculum 5 Dental Chair amp Unit 1 50 000 6 X ray unit Dental 50 000 Category Il 1 Electrical Stimulator 15 000 2 Double headed Stethoscope 1 000 3 REEL test 3rd Edition 1 000 4 ELMS Booklet 1 000 5 EPT 1 000 6 Developmental Assessment for Indian Infants DASSI 7 000 7 Vineland Adaptive Behavior Scales 2 000 8 Sanguine form Board for Intelligence 1 000 9 Bayley lll Screening Test Complete Kit Includes Manual Stim Book Picture Book Record Forms 25 7 000 Packs 10 Nimhans Battery 5 000 11 LD Dyslexia 3 000 Dyslexia Early Screening Test DEST i 12 Childhood Behavioral Checklist CBCL 1 000 13 Cerebral Palsy and Neuro motor impairment INCLEN 1 000 INDT NMI 14 INCLEN Appropriateness Criteria Autism Spectrum 1 000 Disorder INAC ASD 15 ADHD Attention Deficit Hyper activity INCLEN 1 000 16 LADDER 10 000 17 Cerebral Palsy Chair 10 000 18 Rocking Chair Rocking horse with mirror on the wall 5 000 19 CP Walker 10 000 20 Pediatric
4. Odisha Tel Fax 06784 251866 Tel Fax 06645 273104 Tel Fax 06678 223346 C D M O Bolangir 15 C D M O Kalahandi 24 C D M O Nayagarh Dist Bolangir Odisha At P O Bhawanipatna Dist Nayagarh Odisha Tel Fax 06652 232243 Dist Kalahandi Odisha Tel Fax 06753 252189 Tel Fax 06670 233761 C D M O Cuttack 16 C D M O Kandhamal 25 C D M O Nabarangpur Dist Cuttack Odisha Phulbani Dist Kandhamal Dist Nabarangpur Odisha Tel Fax 0671 2301007 Odisha Tel Fax 06858 222057 Tel Fax 06842 253249 C D M O Deogarh 17 C D M O Keonjhar 26 C D M O Puri Dist Deogarh Odisha Dist Keonjhar Odisha Dist Puri Odisha Tel Fax 06641 226428 Tel Fax 06766 255525 Tel Fax 06752 222124 C D M O Dhenkanal 18 C D M O Khurda 27 C D M O Rayagada Dist Dhenkanal Odisha Dist Khurda Odisha Dist Rayagada Odisha Tel Fax 06762 226423 Tel Fax 06755 221419 Tel Fax 06856 222603 32 Section VI Formats of the tender 33 5 TENDER ENQUIRY NO SDMU 2014 15 EQUIP DEIC 012 TECHNICAL BID COVER A OFFICE OF THE DIRECTOR OF HEALTH SERVICES ODISHA BHUBANESWAR 751001 34 CHECK LIST To be submitted in Cover A Technical Bid Note The documents have to be arranged serially as per the order mentioned in the check list All the documents furnished should be page numbered and signed by the authorized si
5. Part B Commercial Bid PART A TECHNICAL BID The Technical BID should consist of the following documents Tender document cost of Rs 2 100 Rs 2 000 5 VAT in the shape of Demand Draft in favor of Joint Director State Drug Management Unit payable at Bhubaneswar Earnest Money Deposit EMD depending upon the item s quoted the shape of Demand Draft in favor of Joint Director State Drug Management Unit payable at Bhubaneswar Detail item wise EMDs to be submitted is mentioned in the table mentioned below Technical Bid Submission Form Format T1 Profile of the Firm Format T2 Photocopy of the registration certificate of the firm company Photocopy of the VAT CST registration certificate Photocopy of PAN Details of EMDs submitted Format T3 Annual Turnover Statement certified by the Chartered Accountant Format T4 Photocopies of audited annual statement of the last three years and the turnover figure should be highlighted there Manufacturers Authorization Certificate in case of authorized distributor importer for Category I amp II Items only Format T5 Details of Technical Specification of the products offered Format T6 Photocopy of the ISO certificate of manufacturer as per technical specification Photocopy of the CE USFDA ISI certificates of the product the model quoted for as per the technical specification Technical brocheures Leaflets of the product offered 5 e Past Experien
6. VAT amp Entry In Case of Model the Item Unit Tax ET VAT pl Price with if any amp above Mention CMC amp the item price whether VAT Turnkey mentioned in 3 is payable to Exclusive of Mention whether Govt of CST VAT amp and ET Odisha calibration charges ET the of tax amp it s Yes No value in Rs Cost in Rs both in words amp figures 1 2 3 4 5 6234 445 7 8 1 year after warranty CST 96 2 year after warranty or 3 E after warranty Odisha VAT Entry Tax 96 If any Note Use separate Price Formats for each item quoted and sealed them in separate envelops All these envelops should be sealed in another outer envelop and super scribed as Price Bid CST VAT amp ET which will be chargeable on amp above the price mentioned in column 3 should be mentioned separately in column 7 above Accordingly the CST VAT is to be quoted in Column 7 above The cost of turnkey shall include all installation cost including materials required for installation amp commissioning In case of turnkey the details of materials are to be mentioned In case the VAT is payable to Govt of Odisha pl furnish a copy of the Odisha VAT registration certificate Signature of the Bidder Name Date Place Seal Note Rates should be quoted both in figures amp words and if there is any discrepancy the quoted rates in words will be taken for evalua
7. Year Turnover in Rs 1 2010 2011 2 2011 2012 3 2012 2013 Or 2013 14 If audited Date Signature of Auditor Place Chartered Accountant Name in Capital Seal Membership No Registration No of Firm Note a To be issued in the letter head of the Auditor Chartered Accountant mentioning the Membership no b This turnover statement should also be supported by copies of audited annual statement of the last three years and the turnover figure should be highlighted there 39 Format T5 To be furnished with the Technical bid in case the bidder is the authorized distributor Importer of the manufacturer MANUFACTURER S AUTHORISATION FORMAT In case the bidder wishes to bid for more than one item pl furnish the related manufacturer s authorization format serially for easier tender evaluation Required for Category I amp II Items only Not required for Category III Items To The Joint Director State Drug Management Unit In front of Ram Mandir Square Bhubaneswar 1 Odisha Ref Tender No Dated for J Dear Sir We are the manufacturers of name of equipment s and have the manufacturing factory at 1 Messrs name and address of the agent is our authorized distributor Importer for sale and service of name of e
8. be received by State Drug Management Unit SDMU Bhubaneswar at the address specified above at clause 6 2 till Late Tenders Any Tender received by SDMU after the deadline for submission of Tenders as per Clause 7 above shall be returned unopened 7 SECTIONII TERMS AND CONDITIONS Mode of Procurement This is a Rate contract Tender the rate of which will be valid for a period of one year from the date of approval of rate contract However the approx quantity requirement is mentioned in the Schedule of Requirement Section Ill The State Drug Management Unit shall invite tender centrally amp evaluate the same After finalization approval of the supplier amp the rate purchase order may be placed by the State Drug Management Unit Directorates District Headquarter Hospitals Medical Colleges depending upon the fund placement Scope This scope of work covers supply of the DEIC Equipment as per technical specification as mentioned at Section Ill at the consignee locations as mentioned at Section IV and providing services for comprehensive onsite warranty Earnest Money Deposit EMD in shape of Demand Draft as per the requirement mentioned in Section l depending on the item s quoted in favour of Joint Director State Drug Management Unit payable at Bhubaneswar is to be furnished by the tenderer along with the technical bid Unsuccessful tenderer s EMD will be discharged returned as promptly as possible but no
9. button e The system should be used for TONE Audiometery and Speech Audiometery e The machine should have all necessary air bone and masking features like Air conduction HL UCL Aided Bone conduction e The machine should have all necessary Speech audiometry features like Live Voice CD MP3 SRT Word Recognition UCL e Facilities for special investigations SISI Tone decay ABLB speech scoring along with SDcard Pendrive CD tape connector facility Facilities for tinnitus matching and aided audiograms Separate Bone conductor with Head band Should have Automatic Speech Scoring SISI Scoring 2 Channel Master Hearing Aid Comfortable soft adjustable ear phones with head band Patient response button Microphone and speaker for two way communication e Standard Accessories to be supplied with the machine Bone conduction receiver Patent response switch 2 GB SD Memory Card microphone e Audiogram forms Loudspeaker Monitor phone Monitor headset Carrying case 16 Power supply e Should work on 220 240V AC as well as rechargeable batteries e Mains adaptor to be supplied TUNIC FORK SET e Should be made up of stainless steel with desired frequency e Frequency should be marked on the instrument e Should be supplied 3 tunic forks of 3 different frequencies like 128 Hz 256Hz 512 Hz 3 IMPEDANCE AUDIOMETER TYMPANOMETER Description of Function e Diagnostic Audiometer is used
10. off switch It should give medical grade Air which is absolutely oil free It should be CE certified Certificate should be submitted in technical bid Power supply e Should work on 220 240V AC as well as rechargeable batteries e Mains adaptor to be supplied 6 Intra oral X ray Machine Description of Function A method for X ray imaging of mouth with intra oral imaging method comprising placing at least one image sensor inside the mouth radiating from outside of the mouth with X ray source receiving X ray radiation to form image Product Eligibility Criteria e Should be US FDA CE Notified approved for the quoted model e Manufacturer should be ISO certified for quality standards e Should have AERB approval for the quoted model Technical Specification e System complete with X Ray generator and cassettes is required and it should be floor mount only Mounting Options mobile Arm scissor arm Timer integrated to the unit digital Timer Settings Manual time settings and or digital mode Accessories Synchronization link with RVG system collimators long cone Controlled microprocessor unit Power supply 1 e Should work on 220 240V AC e Mains adaptor to be supplied Category II ELECTRICAL STIMULATOR Description of Function The device is used to stimulate sensory and motor nerves facilitate muscle contraction re educate muscle improve circulation prevent stretch adhesions hypert
11. should prevent entry of oral fluids and other materials Power of 8 10 watt with head size of 8 10mm with push button A set 6nos different burs to be provided The turbine should be CE Notified marked Certificate should be submitted in technical bid 2 Electric Micro motor with autoclavable hand piece Brush less Electric driven Micro motor made up of Titanium with a rotation of 25 000 rpm variable with digital display of speed The hand piece made of titanium and the contra angles made up of titanium The Bearings should be made of Ceramic material Clean Head System to prevent entry of oral fluids and other materials e The micro motor amp hand piece should be CE notified marked Certificate should be submitted in technical bid 3 Ultrasonic Scalar e Should operate on continues mode e Power output should be 8 10 watt Weight less than 110gm e Should be CE Notified 4 Light Cure Unit Operating Light Specifications 20 e Should get ON and OFF with No touch system for maintaining proper sterilization while working e Color temperature of the light should be around 4000K e Light should allow Vertical Horizontal and Axial amp Diagonal Movements for proper Focusing Oil Free Air Compressor Medical Grade e Jt should have Air moisture filter e It should have Non retraction valve It should have Pressure gauge It should have Air tank capacity of 30 40 Ltr It should have Auto cut
12. supplier shall further warrant 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 in the conditions prevailing in India 13 2 This comprehensive on site warranty Category wise shall be as follows Category I Two years comprehensive warranty from the date installation CMC for three years after two years warranty shall have to be quoted as mentioned in the price schedule for category I Category Il One year comprehensive warranty from the date of supply Category Ill One year comprehensive warranty from the date of supply 10 13 3 In case of any unsatisfactory performance of equipment s or any claim arising out of this warranty the purchaser consignee shall promptly notify the same in writing or over phone or by fax to the supplier 13 4 Upon receipt of such notice communication the supplier shall within 48 hours on a 24 hrs X 7 days X 365 days basis rectify or replace the defective goods or parts thereof free of cost at the ultimate destination 13 5 If the supplier having been notified fails to rectify or replace the defective goods or 14 15 15 1 152 16 17 parts thereof within 48 hours on a 24 hrs X 7 days X 365 days basis the purchaser may proceed to take such remedial action s as deemed fit by the purchaser at the risk and
13. than 7 seven days from the date of complaint beyond which a penalty will be applicable as per Rule The principals or their agents are required to submit a certificate that they have satisfactory service arrangements and fully trained staff available to support the uptime guarantee Spare Part Spare Equipment The successful tenderer will stock adequate spare part spare equipment to provide services during the warranty period so that the equipment can be repaired replaced within 48 hours Inspection The purchaser or it s authorized representative may inspect the equipment on a random basis after it s supply to verify that the same is as per the technical specification 11 18 19 20 21 Training amp User Manual The supplier will provide hands on training to the designated staff of the consignee in his own cost for operating handling of the equipment at the time of supply of the equipment The supplier firm will provide the user manual warranty card to the consignee at the time of supply PENALTIES If the successful tenderer fails to deposit the required performance security within the time specified or withdraws his tender after acceptance of his tender owing to any other reasons or unable to undertake the contract his contract will be cancelled and the earnest money deposit performance security deposit shall stand forfeited by the purchaser Violating the tender terms and conditions amp non s
14. 0 120 gm The tube should be made of Latex free rubber e t should confirm to IS 3391 standards Accessories spares and consumables Diaphragms Far tips Binurals rims 3 REEL 3 RECEPTIVE EXPRESSIVE EMERGENT LANGUAGE TEST 3RD EDITION It is used as an assessment and planning instrument in Early Childhood Intervention programs It Measures development in both expressive and receptive language The Receptive Expressive Emergent Language Test Third Edition represents a checklist of language milestones The results of the included caregiver interview provide the basis for discovering language impairments or other disabilities that affect language development in very young children It should include Examiners Manual 2 2 25 profile examiners record Booklets 3 Complete test KIT 4 ELMS BOOKLET 5 LINGUISTIC PROFILE TEST 6 DEVELOPMENT ASSESSMENT FOR INDIAN INFANTS DASSI Age range 0 2 years It use completely indigenous material It shall be used for evaluation of body control locomotive Manipulation Cognition Memory Social interaction Language Development amp Manual Dexterity Major application on assessment of mental amp motor development and diagnosis of location of delayed development The DASSI scale shall be composed of the following item as a single KIT The kit materials are as follows 1 Ball Red Tennis ball of 3 diameter of RED colour 1no 2 Box Square with two lids one with hole mad
15. 6 17 WEDGE Made of wood Size should be appropriate to 2 6years 8 degree wedge of size 38cm X 37cm X 5 cm WXHXD ROCKING CHAIR Childs Plank Bottom Rocking Chair Made of Pine wood with good quality polish Dimensions Height 41 Width 24 Depth 25 Approximate 2 TRAMPOLINE Compact round trampoline shape round light jumpers Dimensions diameter of the mat 2 5m surface area of the mat 4 9 meter square Minimum lateral installation clearance 5 5m 25mm galvanised steel frame Maximum user weight 90kg Structural load capacity 380kg Height of the mat above ground 0 8 m height of the Flexi net above 5 m total height 2 3m 5 6 legs 20 25 springs The product should be CE approved The manufacturer should be ISO certified BEAN BAG Durable Easy to Carry and Washable Fits Anywhere Filled with white Ones Can Be Refilled Height 40 width 28 Length 28 Base Circumference 90 5 Colour Chocolate brown Black RED Can be mould to more than 5 shapes to sit on it Can Carries approx 100 120 KG s of weight easily Dual layer stitching for extra strength Made of artificial leather Manufacturer should be ISO certified PEG BOARD Made of White Plywood and Food grade Abs Plastic Laminated square board having 10 holes to hold smoothly finished solid plastic pegs in five different bright colors Skill Hand Eye Co ordination 31 SECTION V CONSIGNEE LIST Door Delivery
16. Category Il 1 Electrical Stimulator 32 Yes 2 Double headed Stethoscope 32 Yes 3 REEL test 3rd Edition 32 Yes 4 ELMS Booklet 32 Yes 5 LPT 32 Yes 6 Developmental Assessment for Indian Infants 32 Yes DASSI 7 Vineland Adaptive Behavior Scales 32 Yes 8 Sanguine form Board for Intelligence 32 Yes 9 Bayley lll Screening Test Complete Kit 32 Yes Includes Manual Stim Book Picture Book Record Forms 25 Packs 10 Nimhans Battery 32 Yes 11 LD Dyslexia 32 Yes Dyslexia Early Screening Test DEST 12 Childhood Behavioral Checklist CBCL 32 Yes 13 Cerebral Palsy and Neuro motor impairment 32 Yes INCLEN INDT NMI 14 INCLEN Appropriateness Criteria Autism 32 Yes Spectrum Disorder INAC ASD 15 ADHD Attention Deficit Hyper activity INCLEN 32 Yes 16 LADDER 32 17 Cerebral Palsy Chair 32 18 Rocking Chair Rocking horse with mirror on the 32 wall 19 CP Walker 32 20 Pediatrics Static cycle 32 Category III 1 Snellen s Chart Box type 32 Yes 2 Distance vision test Leas single symbols book 32 Yes 3 Near Vision test with Lea symbol Lea playing 32 Yes card set and Near vision Line test 4 Lea Puzzle 32 Yes 5 Lea Gratings 32 Yes 13 6 Therapy Mat Floor Mat 32 7 Ice pack 32 8 Activity Table Modified wheel Chair 32 9 Walker rollator 32 10 Physio Ball thera bund 32 11 Medicine Ball 32 12 Rubber Mat Mattres 10 10 32 13 Therapeutic Ball Set Each available size 32 14 Wed
17. Criteria Should be US FDA CE 93 42 EEC approved for the quoted model Manufacturer should be ISO certified for quality standards Shall meet IEC 60601 1 2 2001 General Requirements of Safety for Electromagnetic Compatibility or should comply with 89 366 EEC EMC directive Technical Specification Binocular Indirect Ophthalmoscope with precision viewing upto 1 0 mm pupil size Spot size 3 integrated spot size small spot medium spot and large spot Vertical adjustment 4 Integrated flip up adjustment optics which can be flipped and locked at 4 different angle Settings between 00 to 600 Aperture and filter adjustment levers can be locked to the desired position required Locking apertures and filter adjustment Safety clutch protect mechanism from the forced adjustment while in the lock position Halogen LED Bulb Large amp small depressors Carrying case 20D 28D amp 30D lens Power Unit Should be provided with Rechargeable Li ion battery charger with LED indicator Desk Top cum charger 21 The charger should be compatible with voltage system of AC 220 240 Volts Other Accessories to be supplied SCLERAL DEPRESSOR 1 No Lens loop style tip for excellent for depressing pediatric sclera Flat serrated handle Polished finish Overall length 80mm 3 2 inches EYE SPECULUM 1 No Overall length 80mm 3 1inches Close 15mm wire blades Locking titanium mechanism for spread of blades 5 Dental C
18. DIRECTORATE OF HEALTH SERVICES STATE DRUG MANAGEMENT UNIT SDMU IN FRONT OF RAM MANDIR CONVENT SQUARE BHUBANESWAR 1 TENDER DOCUMENT TENDER ENQUIRY NO SDMU 2014 15 EQUIP DEIC 012 TENDER FOR SUPPLY OF DISTRICT EARLY INTERVENTION CENTER DEIC EQUIPMENT Period of availability of tender document Dt 26 11 2014 to 22 12 2014 till 4 PM in website http 203 193 146 66 hfw SDMU tender html Date of Pre Bid Conference Dt 3 12 2014 12 30 PM Last Date amp time for Submission of Tender Dt 23 12 2014 up to 3 PM Date amp time for Submission of Sample Dt 24 12 2014 up to 4 PM Address of Submission of Tender Document The Joint Director amp Sample State Drug Management Unit In front of Ram Mandir Convent Square Bhubaneswar 751 001 Odisha Date of opening of the Technical Bid Dt 23 12 2014 at 3 30 PM Cover A The tender document contains total 46 pages DIRECTORATE OF HEALTH SERVICES STATE DRUG MANAGEMENT UNIT SDMU IN FRONT OF RAM MANDIR CONVENT SQUARE BHUBANESWAR 1 SUPPLY OF DEIC EQUIPMENT Sealed tenders as per the terms and conditions contained in this Tender document are invited from eligible bidders Manufacturer Importer Authorized distributor for supply of DEIC Equipment the details of which are specified at Schedule of Requirement amp Technical Specifications Section Ill of the tender document This Tender document contains the following Section Instructions and inf
19. ION TEST LEA SYMBOLS PLAYING CARDS These specially designed playing cards to make easy to measure near visual acuity in young children while teaching concepts of similar different big small bigger smaller The 4 packs contain 16 cards each with symbols of varying sizes 16M and 10M 6 3M and 4M 2 5M and 1 6M 1M and 0 63M It includes training cards and instructions The paper cards measure 1 6 x 2 75 4 cm x 7 cm 28 LEA PUZZLE The LEA 3 D Puzzle is designed for supporting the development of the concept of same first with colors with black and white concrete forms that are prerequisites for the measurement of recognition acuity with the LEA Symbols tests at an early age During the play you can also observe eye hand coordination and awareness of directions which are often problems for children with brain damage even mild brain damage Package includes the booklet Assessing Vision Development Through Picture and Shapes and instructions Tray is 6 75 x 6 75 17 2 cm x 17 2 cm The 4 symbol puzzle pieces are approximately 2 x 2 5 1 cm x 5 1 cm each LEA GRATINGS A Preferential Looking Test LEA GRATINGS are for preferential looking test situations with infants or children and adults with disabilities to determine detection acuity Grating levels printed on each handle are 0 25 0 5 1 0 2 0 4 0 and 8 0 cpcm cycles per centimeter of surface It should Includes instructions and storage case 4 padd
20. TYPE The frame of box is made of special high strength aluminium alloy The Four corners of box has to be connected with good quality steel plate and the surface shall be decorated with ABS plastic plate The visual chart plate is adopted with import polymethyl methacrylate plate which should not be faded with time There should be storage space for the charts on back side of the cabinet The unit should be provided with standard letter charts for screening of Low and Distance vision The charts should be made of plastic Should have printed eleven lines of block letters The first line consists of one very large letter Wall Mounted Non reflective material Matte Finish Durable Plastic Size 22 x 11 Traditional Snellen Eye Chart using the English Alphabet Illiterate Snellen Eye Chart using different directions facing Es Should be made of high contrast letters on washable polystyrene DISTANCE VISION TEST LEA SINGLE SYMBOL BOOK 10 FEET 3 METERS The Single Symbol Book is ideal for people who cannot perform when tested with a line test This book can help determine the best resolution of the visual pathway in a child adult with amblyopia or impaired vision Single optotype line sizes range from 20 200 to 20 8 6 60 to 6 2 4 equivalent 0 10 to 2 50 It should Includes isolating mask response key training cards and instructions Provided with 13 offset pages for easy flipping 5 x 5 12 7 cm x 12 7 cm NEAR VIS
21. al bid shall be intimated to the technically qualified tenderers Amendment of Invitation In case of any discrepancy between the Press Advertisement other detailed provisions of the tender document and the updated version on the web up to 15 12 2014 till 5 00 PM the web version will prevail At any time prior to 15 12 2014 the authority reserves the right to add modify delete any portion of this document by issuance of an addendum corrigendum which would be published on the web site http 203 193 146 66 hfw SDMU tender html and will be binding on the tenderers Period of Validity of Rate Contract For the purpose of placing the order the rate contract shall remain valid for one year from the date of approval 5 Formats and Signing of Tenders 5 1 The Tender shall be neatly typed and shall be signed by an authorized signatory ies on behalf of the Firm All pages of the Tender except for un amended printed literature shall be initialed by the person or persons signing the Tender 6 5 2 The Tender shall contain no interlineations erasures or overwriting In order to correct error made by the Firm all corrections shall be done amp initialed by the authorized signatory after striking out the original words figures completely 6 Sealing and Marking of Tenders 6 1 6 2 6 3 6 4 6 5 6 6 The Tenderer shall seal amp mark the Tender as follows The Tenderer shall seal amp mark various parts of the t
22. ce in supply of quoted items during the last three years Format T7 e Copy of purchase orders as mentioned in Format 7 e Copy of Tender document duly Signed with seal by the Tenderer on each page PART B PRICE BID The Price Bid should consist of the following documents Price Bid Submission Form on the letterhead of the firm Format P1 Price Formats Format P2 P3 In case the VAT is payable to Govt of Odisha pl furnish a copy of the OVAT registration certificate General Information 1 Last date and time for submission of Tenders On or before 3 PM 23 12 2014 and Samples on or before Schedule of Tender Opening The tenders received by the SDMU within the deadline for submission of tenders will be opened at the office address mentioned at clause 6 2 The Technical bids Cover A shall be opened in the presence of the tenderer their duly authorized representatives who choose to attend the tender opening at 3 30 PM on 23 12 2014 In the event of the specified date of Tender opening being declared a holiday for the Purchaser the Tenders shall be opened at the appointed time and location on the next working day The Commercial bids Cover B of only those tenderers who meet the eligibility criteria after the assessment of it s technical bid will be opened in the presence of the tenderer their duly authorized representatives who choose to attend the bid opening The date of opening of the commerci
23. copy of the Registration Certificate of the Firm company ISO Certificate of the Manufacturer Furnish copy of the ISO certificate of the Manufacturers Photocopy of the CE USFDA ISI Certificate of the Manufacturer for items as mentioned in technical specification Furnish the relevant certificate of the Manufacturers Leaflets Product Brochures Furnish the detail technical Leaflets Product Brochures of the quoted product Model VAT CST certificate furnish copy of the VAT CST clearance certificate Income Tax No PAN furnish copy of the PAN Name of the authorized service centers in Odisha Eastern Region if any with name address telephone no email id etc Authorized Signatory n full and initials Name and Title of Signatory Organization Seal 37 Format T3 To be furnished in the Technical Bid DETAILS OF EMD s SUBMITTED The bidders have to furnish EMDs as per the Category of Equipment they are interested for 51 Name of Category Name Item EMD Amount Rs TOTAL Rs Signature of the Tenderer Date Official Seal 38 Format T4 To be furnished with the Technical bid ANNUAL TURN OVER STATEMENT The Annual Turnover for the last three financial years of M s are given below and certified that the statement is true and correct SI No
24. d work required for installation amp commissioning of the equipment The cost for turnkey if any all cost related to installation amp Commissioning for the Category 1 Equipments shall be quoted separately as mentioned in the price schedule format P2 for Category Items Evaluation and comparison of tenders The tenders will be evaluated as per the terms and conditions The price bids of those bidders shall be opened whose technical bid are found to be responsive amp the samples only for items as mentioned in the schedule of requirement submitted are as per technical specification The eligible and technically qualified firm quoting the lowest evaluated price will be selected on the basis of the rates offered The rates of the item quoted by the tenderer who qualify technically will be evaluated after taking the following points into consideration a The quoted rate should include excise customs duty transportation insurance packing amp forwarding or any other incidental charges b In case of bidders who have quoted CST firms not registered under Odisha VAT CST as mentioned in the Cover B Price Bid by the tenderer shall be added to the quoted rate for price evaluation In case of bidders who have quoted OVAT firms registered under Odisha VAT OVAT as mentioned in Price Bid by the tenderer shall be excluded for price evaluation Entry Tax will not be considered for price evaluation d As per th
25. e Govt of Odisha Finance Deptt Order No 13290 F dt 02 04 2013 in comparing the cost of an article if purchased from within the State with the price of similar article if purchased from outside the State the amount of Odisha Sales Tax OST now VAT shall be deducted from the total cost since it accrues back as revenue to the State If after such deduction the cost of articles to be purchased within the State is not more than the cost of including Central Sales Tax transport and other charges of similar articles from outside the State it would be economical to purchase articles within the State Purchase Order The Purchaser shall be issued to the lowest evaluated responsive bidder Validity of the Rate contract Rate contract to be finalized shall be valid for a period of one year from the date of approval 10 11 12 13 13 1 Performance Security Within 7 days from the receipt of the letter of award purchase order the successful tenderer should submit a performance security in the shape of DD BG from any Nationalized Scheduled Bank and valid for 2 months beyond the warranty period of an amount equal to 10 of the purchase order contract value for Category Items amp 5 of the purchase order contract value for category Il amp Ill items The performance security should be made in favour of the Joint Director State Drug Management Unit payable at Bhubaneswar The proceeds of the Performance Security sha
26. e of non toxic plastic material 3 Cubes Red 10nos Square cubes of size linch made of PVC plastic 4 Rattle Baby rattle should be non toxic Made from food grade plastic material specially designed for baby s fun and development Minimum dimension Length 12 cm and 6 5 cm width 5 Square Beeds B 1no 6 Torch Red Small bright LED torch It should operate on 6V 9V battery The battery should be free of mercury and cadmium 7 Chair Diwan Toy chair made of PVC plastic small size 1no 23 8 Bell Bell made of brass Minimum length 8 5cm and minimum weight 70 gm Should be child friendly 9 Pencil Yellow Full 10 Ring with string Red A plastic compact ring of red colour The diameter of the ring should be of 3 internal and 3 5 Outer Approx The Ring should be supplied with a cotton thread of 1 5 11 Spoons 2 Spoon of length 16cm approx made of stainless steel There should not be any sharp edges The maximum spoon length and width should be 5 cm and 3 5 cm Approx 12 Toy car sliding The toy car shall be made of hard plastic with four wheels The toy car shall be connected to a rope for pulling the same by a child Minimum length and width of the car should be 18 20cm and 9 10cm Approx respectively List of Material Kept in Small Box Doll with head cut off Light switch Shock proof plastic ON OFF electric switch 1no Scissors not Sharp Blunt Scissor mad
27. e of stainless Steel Pellet Tablets with diameter 8 mm Approx Small animal Toy made of rubber material of Non toxic in nature Toy Watch Plastic dial with rubber band It should have all symbols like original watch Measuring Tape Pocket measuring tape with inch centimetre and Ft calibrated of 0 5 Meter Box Cylindrical plastic Box Plastic Round Box 10 Colour Sticks 2 11 Toy Cup 12 Chalk Stick gt Loose Materials Big wheeled toy Board for 6 pegs and 6 pegs Board with 3 shapes in a line with 3 fitting pieces BSCL Board with 3 shapes in two line with 3 fitting pieces BSOL Board with two shapes Repeated with 9 pieces BTSR Cups 3 Doll which can be seated Doll Squeezing 9 Plate 10 Stick For Manipulation tn Ke Material Kept in Polythene Bag Incomplete watch 5 card Mirror Paper Pad Picture Book Picture cards 2 Napkin Manual Answer sheets 2 Basic Work Up Book 24 7 VINELAND LAND ADAPTIVE BEHAVIOUR SCALE A scale to measure the adaptive behaviour for personal and social skill Examiners manual 10 survey interview forms 10 parent rating forms 10 survey forms report format poU 8 SANGUINE FORM BOARD FOR INTELLIGENCE The Sanguine Form Board Test is based on the single factor theory of intelligence measures speed and accu
28. ender as follows 8 b e Technical bid in one envelope super scribed with words Technical Bid for Supply of DEIC Equipment Price bid in one envelope super scribed with words Price Bid for Supply of Supply of DEIC Equipment All two envelopes Technical and Price Bids shall be sealed in a covering envelope super scribed with words Tender for Bid for Supply of DEIC Equipment and Tender Enquiry No amp Do not open before 3 30 PM on m Sample for those items mentioned sealed properly amp marked as Sample shall be submitted by 4 PM on 19 12 2014 Every envelope and forwarding letter of various parts of the tender shall be addressed to The Joint Director State Drug Management Unit SDMU In front of Ram Mandir Convent Square Bhubaneswar 751 001 Odisha The name of the firm company should be mentioned in the bottom left portion of each envelop Tenders sent through Telex Telegrams Fax Email shall not be acceptable The envelopes are not sealed as per para below and marked as required above the SDMU shall assume no responsibility for the tender s misplacement or premature opening The envelope shall be sealed by signing across all joints amp pasting good quality transparent adhesive tape on top of such joints amp signatures The envelope shall be properly sealed and carry the name and address of the firm company Deadline For Submission of Tenders with Samples Tenders will
29. epresentations contained in it may lead to our disqualification Our proposal shall be valid for a period of one year for award of contact subject to the modifications resulting from Contract negotiations you may subsequently carry out with us to accept our tender We undertake to carry out the work as per the terms and conditions of this tender document We hereby declare that my firm company has not been debarred black listed by any Government Semi Government organizations further certify that am the competent authority in my firm company authorized to make this declaration We hereby agree that the Tender Inviting Authority can forfeit the Earnest Money Deposit and or Performance Security Deposit and blacklist me us for a period of 3 years if any information furnished by us proved to be false at the time of inspection verification and not complying with the Tender terms amp conditions We understand you are not bound to accept any bid you receive Yours sincerely Authorized Signatory n full and initials Name and Title of Signatory Name of Organization Address Organization Seal 36 Format 2 To be furnished in the Technical Bid Profile of the Firm On the letterhead of the Organization Name of the Firm Company Office Address Name of the Chief Executive and authorized signatory Telephone Nos Landline Mobile Fax Email id Date of Establishment furnish
30. expense of the supplier and without prejudice to other contractual rights and remedies which the purchaser may have against the supplier UP TIME GUARANTEE The Supplier s shall provide guarantee 9596 uptime during comprehensive warranty period i e for one or two years depending on the category of equipment from the date of installation amp commissioning Any uptime less than the specified period above will be compensated by the Supplier s by extending the warranty period The consignee shall maintain a logbook in the format provided by the Supplier s which will indicate usage of the equipment every day and for calculation of up time DOWNTIME PENALTY CLAUSE During the Guarantee warranty period desired uptime of 9596 of 365 days will be ensured 24 hour If downtime exceeds 596 penalty in the form of extended warranty double the number of days for which the equipment goes out of service will be applied The supplier must undertake to supply all spares for optimal upkeep of the equipment for TEN YEARS after installation If accessories other attachment of the system are procured from the third party then the supplier must produce cost of the accessory other attachment and the CMC from the third party separately along with the main offer and the third party will have to sign the CMC with the purchaser if required for equipments wherever CMC is required In no case equipment should remain in non working condition for more
31. g Four legs should be provided by rubber PVC shoe to avoid slipping on floor Should be of heavy duty to tolerate weight of 100kg PHYSIO BALL Should have sizes like 65cm 75cm 85cm Should be made from long lasting durable amp anti brust material Should be strong amp sturdy enough to bear the weight of an adult male Should have spikey sensory points for better stimulation during exercise MEDICINE BALL Should be made from high quality rubber material Should be two tone colored round shape for easy feeling for patients Should have weight range from 1kg to 3kg Should be made from robust material for long durability RUBBER MAT MATTRESS Should be made of soft polyurethane foam of 1 inch thickness with polyvinyl coating Size 10ft L x 10ft W Should not collect sweat odour or dirt and should be easily wiped amp cleaned by damp cloth Should have non sticky amp non skidding surface Should provide cover bag for safe keeping THERAPEUTIC BALL SET Should be pleasant to touch and should return back to original shape after each squeeze Should be made up non latex polymer for full range of motion Should be round in shape of 2 inch diameter Should be of 5no each of different colour Should be cleaned with plain or detergent water Should be microwaved or freezed for hot amp cold therapy Each therapy ball should be colour coded to indicate different resistance level 30 13 14 15 1
32. ge 32 CP assessment Kit Musical Toys Drawing 32 Yes 15 Boards Crayons Pleistocene Rods and Beads Colored Blocks Post office box amp Peg Board 16 Trampoline Small Size 32 17 Bean Bag 32 The quantity requirements against each item mentioned above are approximate only The quantity requirement may increase or decrease depending on the requirement during the rate contract period 14 1 SECTION IV Technical Specification Category I OTO ACOUSTIC EMISSION SCREENER OAE Product Eligibility Criteria Should be US FDA or CE Notified body approved product Manufacturer should be ISO certified for quality standards Shall meet the safety standard as per IEC 60601 Technical Specifications Should be hand held and portable for screening Transient Evoked Otoacoustic Emissions TEOAE should be upto 3 5 KHz and Distortion Product Otoacoustic Emissions DPOAE upto 4KHz Probe tips shall be assorted type Stimulus Intensity Range DPOAE 40 dB SPL to 70 dB SPL e TEOAE 83 dB SPL peak equivalent 3 dB Should be fully automated and require no interpretation Should have 3 DP amp 2TE Protocols with user customize protocols Should have Printer facility wired wireless type Should have LCD display Facility to enter patient information Should have power on self test and probe calibration functions Calibration cavities should be provided with the instruments for onsite calibration Probe tip of a minimum size
33. gnatory of the firm company with company firm seal Documents for the equipment quoted should be attached serially for ease of scrutiny DOCUM ENTS SUBMITTED OR NOT Please put in the respective box If provided SI Details mention or not page No s TECHNICAL BID 1 Earnest Money Deposit s Yes No 2 Tender Paper cost in shape of BD Yes No 3 Format T1 duly signed by the authorized signatory with seal Yes No 4 Format T2 duly signed by the authorized signatory with seal Yes No 5 Format T3 duly signed by the authorized signatory with seal Yes No 6 Photocopy of the Registration certificate of the firm Bidder Yes No 7 Photocopy of the VAT CST registration certificate Yes No 8 Photocopy of PAN Yes No 9 Photocopy of the ISO Certificate of the Manufacturer for items as mentioned Yes No in technical specification 10 Photocopy of the CE USFDA ISI Certificate of the Manufacturer for items Yes No as mentioned in technical specification 11 Format T4 Annual Turnover Statement for preceding 3 years signed by Yes No Auditor CA duly signed by the authorized signatory with seal 12 Photocopies of audited annual statement of the last three years and the Yes No turnover figure should be highlighted there 13 Format T5 Manufacturing Authorization from the Manufacturer duly Yes No signed by the author
34. hair and Unit Description of Function The dental chair and unit is required for dental examination and surgery Product Eligibility Criteria e Should be US FDA CE approved for the quoted model e Manufacturer should be ISO certified for quality standards e Shall meet IEC 60601 General Requirements of Electrical Safety amp for Electromagnetic compatibility Technical Specifications The Complete unit should be consist of Micro motor Air Rotor Air motor Ultrasonic Scalar medical grade oil free compressor and Motorized suction Dental Chair Specifications e Corrosion free construction and durable scratch resistant epoxy paint finish e Should have seamless ultra thin upholstery to facilitate easy cleaning disinfecting e Double articulating headrest for comfortable support Should have flip head rest to be used on patients on wheelchairs Should have footswitch with multifunction which should provide with all chair movements adjustable and Programmable position movement of return to zero and emergency stop The hand rests should be fully adjustable and should rotate out of the way of the patient when he steps off Dental Unit Specifications Should be attached to the chair with delivery system to accommodate up to following 5 modules with hanging cord 1 Fibre optic Air Rotor with autoclavable hand piece e Made up of titanium with scratch resistance surface for proper holding e The head system
35. hould have adjustable head rest Should have detachable arm rest with padded cushion covering Should have seat height adjustment with cushion Should have seat angle adjustment with safety belt facility Should have elevating foot rest Should have neck support for neck arrest patient Should have side support with cushion pad Should be attached with activity tray with height adjustment Should have 2 big caster wheel at back of minimum 10 inch diameter with PU covering at rim for smooth movement Front two wheels should be of minimum 5 inch diameter with PU covering at rim for smooth movement CP WALKER Product Quality Requirements Should be CE ISI approved product Manufacturer should be ISO 9001 certified for quality standards Manufacturer should have ISO 18001 certification for Occupational Health amp Safety Assessment Series OHSAS Technical Specification Should have tubular frame with epoxy powder coating Top rectangular ring should have soft padded coating for hip support Rectangular ring should be fitted with adjustable saddle gear to fix the patient in upright position Height of ring should be adjustable from 18 inch to 26 inch Should be provided with gripped handle with height adjustment Should be fitted with 4 no of rubber castor wheel of minimum 2inch diameter Dimension of frame should be width 20 inch amp height 20 inch PAEDIATRIC STATIC CYCLE 27 Category III SNELLENS CHART BOX
36. ical Specifications Should be made up of rectangular CRC frame with epoxy powder coating Should have facility of arm rest with height adjustment Should have 2 inch cushion top seat with high quality rexin cover Should have back rest adjustment with angle range of 5 to 90 degree with locking facility The torque unit should have two lever arms with one adjustable weight and other one providing fixed contact with patient Should have facility of changing the angle between two arms for providing maximum resistance at any point in the range Should have height adjustment facility for torque unit with locking facility Load range should be with maximum 6kg Should provide 6 no of rubber weights each of 1kg LADDER Should be made from high grade wooden material Should have feature of knee support Size 72inchx30inch Should be sturdy well finished amp polished CEREBRAL PALSY CHAIR Product Quality Requirements Should be CE ISI approved product Manufacturer should be ISO 9001 certified for quality standards 26 19 20 Manufacturer should have ISO 18001 certification for Occupational Health amp Safety Assessment Series OHSAS Technical Specification Body should be made from cylindrical aluminium frame metal parts should be epoxy powder coated for rust free surface CP chair should have high back rest with reclining facility Should have locking facility for reclining positions Back rest s
37. isha pl furnish a copy of the OVAT registration certificate Authorized Signatory n full and initials Name and Title of Signatory Date 46 Organization Seal
38. ized signatory with seal For Category I amp II Items only 14 Format T6 Details of technical specification of the offered product duly Yes No signed by the authorized signatory with seal 15 Technical Brochures Leaflets of the offered product Yes No 16 Format T7 Performance Statement of the bidder towards supply of Yes No similar items during the last three years 17 Photocopies of purchase order in support of the information provided in Yes No Format T7 18 Copy of original downloaded Tender and schedules duly signed by the Yes No authorized signatory 19 Cover B Price Bid with price schedule in Separate Envelop Yes No 35 Format T1 To be furnished in the Technical TECHNICAL TENDER SUBMISSION FORM On the letterhead of the Organization Location Date To The Joint Director State Drug Management Unit In front of Ram Mandir Convent Square Bhubaneswar 751 001 Odisha Re Tender Enquiry No SDMU 2014 15 EQUIP DEIC 012 Dear Sir We the undersigned do hereby offer to Supply the DEIC Equipment mention the name of the item s We are submitting our bids which include this Technical Bid and a Commercial Bid sealed under a separate envelope We accept all the tender terms amp conditions of the tender under reference We hereby declare that all the information and statements made in this bid are true and accept that any of our misr
39. les 8 20 cm in diameter The material should be made of plastic of good shining with easy cleaning THERAPY MAT FLOOR MAT Should be made of rubberized polyurethane foam of 4cm thickness with polyvinyl coating cover Polyurethane foam density should be 40 or more Size 6ft L x 3ft W Should not collect sweat odour or dirt and should be easily wiped amp cleaned with a damp cloth Should have non sticky amp non skidding surface Should provide cover bag for safe keeping amp handling ICE PACK COLD PACK Material should be Nylon or PVC Dimension should be 30 cm L x 12 cm W 1046 Should have soft and non toxic gel material to retain cold inside the cold pack Should retain the coolness for a period not less than 45 minutes The ice pack gel should be soft amp flexible even after freezing at below 20 C Should be ready to use in less than 15 minutes of freezing Should be reusable amp frost free Should provide elastic wrap in cover with velcro to tie at affected area 29 10 11 12 MODIFIED WHEEL CHAIR Modified chairs wooden with cushion covered with Rexene Child sits in a modified chair with a cut out tray in front The chair has castors for easy transportation WALKER Should be light weight amp foldable with four legs Should be made from aluminium pipe with metal finish coating Should have height adjustment facility by locking PVC foam should be provided for hand grippin
40. ll be payable to SDMU as compensation for any loss resulting from the firm Company s failure to fulfill the obligations under the scope of work and terms amp conditions of the Purchase Order Delivery The supply of the equipment shall be completed in all respect within 45 days for Category I Items and within 30 days for Category Il amp Ill Items from the date of issue of purchase order The detail consignee list door delivery is mentioned at Section V of the tender document Delay in Supply The time schedule for completion of the supply as mentioned in Clause 10 above is very important and the supplier must take utmost care to complete the work within the time specified in clause 10 If the supply is delayed for any reason for which the SDMU or the authorities in charge of the concerned site are not responsible a penalty 0 596 of the purchase order contract value will be deducted from the payment to the supplier for each week or a part thereof of delay subject to maximum 4 of the purchase order contract value Payment Terms 10096 payment will be released after supply of full quantity as per purchase order and duly submission of performance security against submission of bill alongwith duly signed stock entry certificates from the consignee Warranty The supplier shall warrant comprehensively that the equipments supplied under the contract is new unused and incorporate all recent improvements in design and materials The
41. of 3mm for Pre matures Neonates Should have facility for Data Transfer to P C Should be high noise immunity for operation Should have Data Management Software Should have memory to store minimum 100 screening results Battery shall be rechargeable type and supplied with a suitable charger having at least 100test backup Should supply thermal paper rolls 10 nos and suitable carry case along with the unit Supply the OAE probes for Neonate to Adult application Pre mature neonate tips 150 Infant probe tip 75 Child adult probe tip 25 Power Supply Unit should function with 200 240V AC 50 60 Hz input power supply 15 2 PURE TONE AUDIOMETER with Tunic Fork Set Description of Function e Diagnostic Audiometer is used to determine the type degree and configuration of hearing loss e System complete with all accessories should be quoted Product Eligibility Criteria e Should be US FDA or CE Notified body approved product e Manufacturer should be ISO certified for quality standards e Shall meet the safety standard as per IEC 60601 Technical Specifications e The Audiometer test frequencies from 125 to 8000 Hz with noise free change over between frequencies e The machine should be used for pure tone speech and free field audiometric testing e LCD display of test frequencies and intensity of test tone e Displays hearing loss levels in decibels from 0 to 1 10db with add on decibel level of 10db with separate select
42. ormation for submission of Tender Section Il Terms and Conditions Section Ill Schedule of requirement Section IV Technical Specification Section V Consignee List Section VI Formats of the Tender The deadline for submission of Tender is 23 12 2014 3 PM The date amp time for submission of Sample for items as mentioned in the schedule of requirement Section IV is The State Drugs Management Unit SDMU reserves the right to accept and or reject any or all the tenders without assigning any cause or reason thereof No claim in whatsoever form from any firms for such decision of SDMU shall be entertained Director of Health Services O Section Instructions and information for submission of Tenders Tenderers as per the eligibility criteria are required to submit their tenders in sealed envelops as per the instructions given at Clause 5 FORMATS AND SIGNING OF TENDERS and Clause 6 SEALING AND MARKING OF TENDERS and must submit before the deadline given at Clause 7 DEADLINE FOR SUBMISSION OF TENDERS of this Section The sealed envelope s containing the Tender s must be delivered at the address mentioned in the covering letter within the Last date and time for submission of Tenders On or before EMD to be submitted The tenderer may quote for any or all the items of the respective Category by submitting separate EMDs as mentioned below
43. quipment s 2 We also extend our Comprehensive warranty as per technical specification also full back up support for CMC after the warranty period as required by the purchaser of the item mentioned in the tender under reference 3 We undertake that we have adequate infrastructure and spare part support to carry out the warranty and AMC CMC services and do accept to provide uptime guarantee of 95 as per tender terms amp condition Yours faithfully Signature with date name and designation For and on behalf of Messrs Name amp address of the manufacturers Seal Note 1 This letter should be on the letterhead of the manufacturer and should be signed by a person having the power of attorney to legally bind the manufacturer 2 Original letter shall be attached to the technical bid 40 Format T6 To be furnished with the Technical bid Technical Compliance Statement DETAILS OF TECHNICAL SPECIFICATION OF THE PRODUCT S OFFERED BY THE BIDDER In case the bidder wishes to bid for more than one item pl furnish the related product catalogues serially for easier tender evaluation SI Item Name Make Model Country Detail Specification of the Page no of the Page no where the No Name of product s offered Catalogue Leaflet CE USFDA ISI ISO Origin Describe the detail where Para wise Certificate of the specification of the produc
44. racy It includes Gesell figures where in the child is asked to copy ten geometrical figures to evaluate visuo motor ability Test materials consist of ten differently shaped wooden blocks and a large form board with recessed corresponding shapes Provided with manual and 100 response sheet 9 BAYLEY III SCREENING It is used for early intervention for delay development e Manual e Stim Book e Picture Book e Record Forms 25 Packs 10 NIMHANS Battery 6 9 years age group 11 LD Dyslexia DEST2 age 4 5 6 5 yrs for screening of attainment and ability The Item should include Examiners manual Cards And sample Permission Letter Score keys Screening Kit e Forward Digit span CD e Sound order CD e Crosi Frog e Bead and cord e Blindfold e Balance tester Supply with Scoring software with manual and 50 score sheet All the items should be packed in a single carry bag 25 12 13 14 15 16 17 18 CBCL Childhood Behavioural Checklist 0 2years Cerebral Palsy and Neuro motor impairment INCLEN INDT NMI INCLEN appropriateness criteria Autism Spectrum Disorder INAC ASD ADHD Attention Deficit hyperactivity INCLEN QUADRICEPS TABLE Product Eligibility Criteria Should be CE ISI approved product Manufacturer should be ISO 9001 certified for quality standards Manufacturer should have ISO 18001 certification for Occupational Health amp Safety Assessment Series OHSAS Techn
45. rophy muscle prevent contractures and to test muscle for enervation Product Eligibility Criteria Should be USFDA CE notified approved product Manufacturer should be ISO certified for quality standards Technical Specifications Should be microprocessor based device Should have treatment mode like iontophorasis Plane Galvanic Interrupted Galvanic Plane Faradic Surged Faradic Tens amp Tens Burst Should have pulse frequency from 1 to 100Hz Should have rectangular pulse rate Should have pulse duration 0 1 to 200ms or more On time Adjustable 2 to 90 seconds 1 step Off time Adjustable 2 to 90 seconds 1 sec step Should have LCD display for set parameters Should operate in room temp Like 10 to 40 degree C with 10 to 8096 humidity Power Supply Should work with 230V 10 AC 50Hz power supply fitted with indian plug DOUBLE HEADED STETHOSCOPE For listening the lung and heart sounds with four ear tips with dual diaphragms Extra soft replaceable and pivot able ear tips for perfect sealing at the ear canal Should have double tube from diaphragm Designed with Precision flat double chest piece made of stainless steel of 40mm 45mm adult 30mm 35mm High quality membrane for precise acoustics with non chill rims for improved adaptation on the skin and for excellent sound transmission Length should be 27 to 29 paediatric with preferable colour black 22 Bell 23 mm Weight 10
46. s Static cycle 5 000 Category Ill 1 Snellen s Chart Box type 2 Distance vision test Leas single symbols book 3 Near Vision test with Lea symbol Lea playing card set and Near vision Line test 4 Lea Puzzle 5 Lea Gratings 6 Therapy Mat Floor Mat 7 Ice pack 8 Activity Table Modified wheel Chair 9 Walker rollator 10 000 10 Physio Ball thera bund 11 Medicine Ball 12 Rubber Mat Mattres 10X10ft 13 Therapeutic Ball Set Each available size 14 Wedge CP assessment Kit Musical Toys Drawing Boards 15 Crayons Pleistocene Rods and Beads Colored Blocks Post office box amp Peg Board 16 Trampoline Small Size 17 Bean Bag Note For category Ill items the tenderer may quote for any or all the items by submitting the required EMD of Rs 10 000 All items shall be evaluated separately Eligible Tenderer 1 2 In order to be eligible the tenderer Shall be a manufacturer OR Importer Authorized distributor of the manufacturer Shall have import license In case of importer Shall have the turnover as mentioned below Category Items Shall have Annual Average turnover of minimum Rs 5 Crore or more during the financial years 2010 11 2011 12 amp 2012 13 or 2013 14 if audited for the manufacturer Importer amp Rs 2Crore or more during the financial years 2010 11 2011 12 amp 2012 13 or 2013 14 if audited for the distributors In case of distributor Category 1 Items they will also have to furnish the
47. t compliance product offered as offered Para wise information as per per technical compliance to the technical technical specification is specification asked for specification is furnished available 1 2 3 4 Use Separate sheets if the space provided is not sufficient Leaflets Technical Brocheures of the product offered for each item quoted must be attached in support of the information provided above It is mandatory to mention the page no s in the format as mentioned above Authorized Signatory n full and initials Name and Title of Signatory Organization Seal 41 Name of the Item Format T 7 To be furnished with the Technical bid Performance Statement for su ly of Quoted Items Item wise for the quoted items Order placed by full address of Purchaser Name of the Equipment Order No and date Quantity of ordered equipment Value of Purchase order Rs Date of completion of the delivery Remarks indicating reasons for late delivery if any Has the equipment been satisfactorily functioning Attach a certificate from the Purchaser Con signee if any Note Please furnish the purchase order Contract copies of the supplies executed in support of the information mentioned above Authorized Signatory n full and initials Name and Title of Signatory Organization Seal 42
48. t later than 21 days after issue of purchase order with the successful tenderer No interest will be paid on EMD The EMD may be forfeited a if a Tenderer withdraws its tender during the period of validity of the tender b in case of a successful tenderer if the tenderer fails i to execute the work order or ii to furnish performance security in accordance with clause 9 of this section Sample Tenderer must submit the sample to justify the specification amp quality for the items as mentioned in the Schedule of Requirement Section Ill on the date of submission of Bid Price The unit price with all accessories and warranty which includes excise duty customs duty packing insurance forwarding transportation to the consignee places but excluding VAT CST ET quoted should be in Rupees and in the price schedule format P2 P3 amp P4 mentioned in the tender All taxes VAT CST ET should be clearly stated separately as mentioned in the price schedule 8 TURNKEY Installation Cost for Category Equipment only Complete installation amp commissioning are to be done by the supplier for Category I Items only inclusive of civil work base mounting grouting on the existing floor of the room of installation electrical work electrical wiring from the existing supply point inside the room where the equipment shall be installed to the point of actual installation alongwith electrical accessories and all other relate
49. tion 45 FORMAT FOR CATEGORY ll amp III ITEMS To be furnished in the Price Bid On the letterhead of the organization PRICE SCHEDULE Whether depot inside Odisha i e VAT paid to Government of Odisha Yes No If Yes Depot Address Name of the Make amp Model Unit Price of the Equipment with all CST VAT amp Entry Tax ET In Case of VAT pl Mention Equipment accessories as mentioned in the technical if any on amp above the basic whether VAT is payable to specification which includes excise duty unit price mentioned in 2 Govt of Odisha customs duty packing insurance forwarding Yes No transportation to the consignee places with Mention whether CST or VAT comprehensive one year onsite warranty as and ET the of tax amp it s mentioned in technical specification but value in Rs excludes VAT sales tax entry tax Cost in Rs both in words amp figures 1 2 3 4 5 CST 96 or Odisha VAT Entry Tax If any Note Use separate Price Formats for each item quoted and sealed them in separate envelops All these envelops should be sealed in another outer envelop and super scribed as Price Bid CSTNAT amp ET which will be chargeable on amp above the price mentioned in column 3 should be mentioned separately in column 4 above Accordingly the CST VAT is to be quoted in Column 4 above In case the VAT is payable to Govt of Od
50. to determine the type degree and configuration of hearing loss e System complete with all accessories should be quoted Product Eligibility Criteria e Should be US FDA or CE Notified body approved product e Manufacturer should be ISO certified for quality standards e Shall be meeting safety standard as per 60601 1 Technical Specifications It should be desktop device with handheld probe for middle ear screening tests with PC interfaced e Multifrequency Probe Frequency 226Hz 1000Hz Pressure Range 200 to 400 daPa Volume Range 0 1 ml to 6 0 ml Accuracy 5 to 10 daPa Test Time 3 Seconds Reflex Mode Test Frequencies 500 1000 2000 4000 Hz 296 Test Method IPSI Lateral Contralateral Noise Band WN HP LP Intensities IPSI Lateral 70 to 110 dbHz Intensities Contra Lateral 70 to 120 dbHz with TDH 39 Intensity Setting Automatic or Manual Eustachian Tube Function Intact and Perforated mode Pressure Range 300 to 400 daPa Test IPSI Lateral Reflex Test with AGC Reflex Delay Test Programme Reflex Test selectable Memory Test Result of both ears Probe Light weight adjustable Hand Held With Built in control light amp switch Printer Silent Thermal Printer with paper printer facility Display Graphic LCD PC Interface USB Cable e Automatic self calibration Power Supply Mains 100 240 Volts 50 60 Hz 25 VA 17 4 Indirect Ophthalmoscope with Accessories Product Eligibility
51. turnover of the manufacturer Importer as mentioned above in addition to their own turnover as per Format T4 supported by annual audited statement Category II Items Shall have Annual Average turnover of minimum Rs 1 Crore or more during the financial years 2010 11 2011 12 amp 2012 13 or 2013 14 if audited for the manufacturer Importer amp Rs 50 Lakhs or more during the financial years 2010 11 2011 12 amp 2012 13 or 2013 14 if audited for the distributor as per Format T4 supported by annual audited statement 3 Category Ill Items Shall have Annual Average turnover of minimum Rs 50 Lakhs or more during the financial years 2010 11 2011 12 amp 2012 13 or 2013 14 if audited for manufacturer Importer distributor as per Format T4 supported by annual audited statement e n case of authorized distributor Importer shall have manufacturer s authorization as per format at Format T5 for category amp Il Items only e Furnish EMDs as mentioned in the table above amp tender document cost of Rs 2 100 e Shall have PAN e Shall have VAT CST registration certificate e Should submit the Sample of the equipment for only the items mentioned in the schedule of requirement Section III e Should submit the certificates ISO USFDA CE ISI etc as mentioned in the technical specification FORMAT OF THE TENDER The tender should be submitted in English and be set out in two main parts Part A Technical Bid
52. upply supply which is not as per technical specification will disqualify the firm to participate in the tender for a period of 3 three years from the date of issue of letter and the EMD amp performance security deposit submitted by the firm will be forfeited and no further purchase order will be placed to that firm for that item Arbitration SDMU and the supplier shall make every effort to resolve amicably by direct negotiation any disagreement or dispute arising between them under or in connection with the work assigned In case of their failure to resolve the matter will be referred to Director of Health Services DHS Odisha whose decision will be final and binding on both parties The arbitration proceedings shall be held in Bhubaneswar Odisha Disputes amp Legal Jurisdiction All legal disputes are subject to the jurisdiction of Bhubaneswar courts or High Court of Odisha 12 SECTION 11 Schedule of Requirement amp Sample Submission SI Name of the Item Quantity Nos Samples 1 No Approx to be submitted Category 32 1 OAE 32 2 Pure tone audiometer with tuning fork set 32 3 Portable Tympanometry instruments 32 Indirect Opthalmoscope with 20 28 amp 30 D lens 32 4 Scleral depressor wire vectis and Eye speculum Alfonso infant wire speculum 5 Dental Chair amp Unit 32 6 X ray unit Dental
Download Pdf Manuals
Related Search
Related Contents
User Manual SoftGrip™ Multikanalpipetten Benutzerhandbuch Unavailability Analysis of Digital Engineered Safety Feature IBM 128GB SATA 1.8" MLC By Credo Infotech HLS-V Vega Router Installation Manual Issue 2 Revision 1 - AV-iQ Kaz FHT1000US digital body thermometer EFG 110-115 - Jungheinrich Copyright © All rights reserved.
Failed to retrieve file