ebook img

Tender for Microbiology Department at AIIMS, Jodhpur PDF

19 Pages·2013·0.57 MB·English
by  
Save to my drive
Quick download
Download
Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.

Preview Tender for Microbiology Department at AIIMS, Jodhpur

Tender For Equipments required for Department of Microbiology At All India Institute of Medical Sciences, Jodhpur NIT Issue Date : September 02, 2013 Pre-Bid Meeting : Sep 09, 2013 at 02:00 PM. Last Date of Submission : Sep 23, 2013 at 03:00 PM. All India Institute of Medical Sciences, Jodhpur Basni Phase - II, Jodhpur – 342005, Rajasthan Telephone: 0291- 2740532, email: [email protected] www.aiimsjodhpur.edu.in Tender – Equipments for Microbiology Laboratory All India Institute of Medical Sciences (AIIMS), Jodhpur, Rajasthan, an apex healthcare institute being established by Parliament of India under aegis of Ministry of Health & Family Welfare, Government of India, invites sealed tenders for supply & installation of the following items at the institute. You are requested to quote your best offer along with the complete details of specifications, terms & conditions. ANNEXURE ‘A’ NIT No. EMD S.No. Item Description Quantity (in Rs.) 1. Admin/General/124/2013- Automated system for blood AIIMS.JDH culture with identification & 1 80,000 antibiotic susceptibility 2. Admin/General/125/2013- Automated Mycobacterial culture AIIMS.JDH and sensitivity system with 1 41,000 software 3. Admin/General/126/2013- Laboratory refrigerator 3 7,200 AIIMS.JDH 4. Admin/General/127/2013- BOD incubator 1 5,700 AIIMS.JDH 5. Admin/General/128/2013- Bacteriological incubator 3 9,000 AIIMS.JDH 6. Admin/General/129/2013- CO2 incubator 1 8,400 AIIMS.JDH 7. Admin/General/130/2013- Water Bath 2 2,800 AIIMS.JDH 8. Admin/General/131/2013- Automatic air sampler 1 3,000 AIIMS.JDH 9. Admin/General/132/2013- Autoclave (vertical) 1 5,000 AIIMS.JDH 10. Admin/General/133/2013- Hot air oven 2 6,000 AIIMS.JDH 11. Admin/General/134/2013- Analytical Balance 200 gm 1 4,000 AIIMS.JDH 12. Admin/General/135/2013- Table top refrigerated centrifuge 1 16,000 AIIMS.JDH 13. Admin/General/136/2013- Microprocessor controlled Table 1 4,000 AIIMS.JDH top centrifuge 14. Admin/General/137/2013- Specification for Research 3 60,000 AIIMS.JDH Microscope for Faculty 15. Admin/General/138/2013- Specification for Fluorescence 1 30,000 AIIMS.JDH microscope (Refer Specifications Details as per Annexure-‘B’) Quotation should be sealed and superscribed with tender number and address to: “Administrative Officer All India Institute of Medical Sciences, Jodhpur Basni, Phase-II Jodhpur-342005, Rajasthan”. The sealed quotations should reach the Institute, latest by September 23, 2013 at 03:00 PM and it will be opened on same day at 03:30 PM in the Project Cell, Resident Complex, AIIMS, Jodhpur of the Institute in the presence of the bidder(s) or their authorized representative(s), who will present at the scheduled date and time. AIIMS-Jodhpur Page 2 Tender – Equipments for Microbiology Laboratory Terms & Conditions: 1. Earnest Money Deposit: The bidder shall be required to submit refundable amount as Earnest Money Deposit (EMD) and a non-refundable tender fee of Rs. 1000.00 for each NIT by way of demand drafts only as mentioned in Annexure ‘A’. The demand drafts shall be drawn in favour of “All India Institute of Medical Sciences, Jodhpur”. The demand drafts for earnest money deposit must be enclosed in the envelope containing the technical bid. The EMD of the successful bidder shall be returned after the successful completion of contract / order and for unsuccessful bidder(s) it would be returned after award of the contract. Bid(s) received without demand drafts of EMD shall be liable for rejection. The firms who are registered with National Small Industries Corporation (NSIC) / OR Small Scale Industrial (SSI) are exempted to submit the EMD (Copy of registration must be provided along with). 2. Preparation and Submission of Tender : The tender should be submitted in two parts i.e. Technical Bid and Financial Bid. The Technical Bid and the Financial Bid should be sealed by the bidder in two separate covers "Technical Bid for Tender for Supply of ........." and "Financial Bid for Tender for Supply of ......... ". Both Sealed Envelopes should be kept in a main/ bigger envelope superscribed as “Tender for Supply of ......... “ 3. Rate: Rates should be quoted in Indian Rupees (INR) on DOOR Delivery Basis at AIIMS, Jodhpur, Rajasthan, Inclusive of all the Charges, with break-ups as:  Basic Cost.  VAT /CST as applicable.  Total Cost (F.O.R at AIIMS Jodhpur). 4. Validity: The quoted rates must be valid for a period for 120 days from the date of closing of the tender. The overall offer for the assignment and bidder(s) quoted price shall remain unchanged during the period of validity. If the bidder quoted the validity shorter than the required period, the same will be treated as unresponsive and it may be rejected. In case the tenderer withdraws, modifies or change his offer during the validity period, bid is liable to be rejected and the earnest money deposit shall be forfeited without assigning any reason thereof. The tenderer should also be ready to extend the validity, if required, without changing any terms, conditions etc. of their original tender. 5. Delivery & Installation: All the goods ordered shall be delivered & installed within 30 days from the date of issue of purchase order. All the aspects of safe delivery, installation and commissioning shall be the exclusive responsibility of the supplier. If the supplier fails to delivered, installation and commissioning of the goods on or before the stipulated date, then a penalty at the rate of 2% per week of the total order value shall be levied subject to maximum of 10% of the total order value. The successful tenderer will also provide required training for supplied items at AIIMS, Jodhpur. The goods should be manufactured after adoption of latest technology. 6. Guarantee / Warrantee Period: For the equipment value upto Rs. 5 Lakh The Tenderers must quote for 2 years comprehensive warranty (Including all Spares, Accessories and Labour) from the date of completion of the satisfactory installation. The warranty charges shall not be quoted separately otherwise the offer shall be summarily AIIMS-Jodhpur Page 3 Tender – Equipments for Microbiology Laboratory rejected. Also the bidders are requested to submit their quote (Rates) for subsequent 3 years Comprehensive Maintenance Contract (CMC) (Including All Spares, Accessories and Labour). Failure to comply this condition will entail the rejection of the bids. The price comparison shall be taking into account on basic price and post warranty CMC. Guarantee / Warrantee Period: For the equipment value above Rs. 5 Lakh The Tenderers must quote for 5 years comprehensive warranty (Including all Spares, Accessories and Labour) from the date of completion of the satisfactory installation. The warranty charges shall not be quoted separately otherwise the offer shall be summarily rejected. Also the bidders are requested to submit their quote (Rates) for subsequent 5 years Comprehensive Maintenance Contract (CMC) (Including All Spares, Accessories and Labour). Failure to comply this condition will entail the rejection of the bids. The price comparison shall be taking into account on basic price and post warranty CMC. 7. Signing of tender : The tenderer should sign and affix his firm’s stamp at each page of the tender and all its annexure as the acceptance of the offer made by tenderer will be deemed as a contract and no separate formal contract will be drawn. NO PAGE SHOULD BE REMOVED/ DETACHED FROM THIS NOTICE INVITING TENDER. 8. Opening of Tender: The tenderer is at liberty to present either him or authorize not more than one representative to be present at the opening of the tender. The representative present at the opening of the tender on behalf of the tenderer should bring with him a letter of authority from the tenderer and proof of identification. 9. Sample : i. AIIMS Jodhpur reserves the right to ask the tenderers for submitting the sample of each item for which rates have been quoted, Technically Qualified Bidders may be asked to submit samples along with their quoted items nos. and their firm name without indicating any prices before opening of Financial Bid to AIIMS, Jodhpur for Inspection. ii. The sample must confirm to specification given in Chapter-VI of the tender form. iii. Failure to submit sample on specified date & time will result in rejection of the tender. 10. Quantity : The quantity of item given in the tender is tentative, which may be increased or decreased as per the institute’s requirement. 11. Uptime guarantee: The firm should provide uptime guarantee of 95%. 12. Downtime penalty Clause: a) During the comprehensive warranty period, the guarantee uptime of 95% of 365 days will be ensured. In case the down time exceeds the 5% limit penalty of extension of guaranty period by two days for each additional day of down time will be enforced. The vendor must undertake to supply all spares for optimal upkeep of the equipment for at least FIVE YEARS after handling over the unit to the Institute. If accessories / other attachment of the system are procured from the third party, then the vendor must produce cost of 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 Institute if required. b) The principals or their authorized service providers are required to submit a certificate that they have satisfactory service arrangements and fully trained staff available to support the uptime guarantee. AIIMS-Jodhpur Page 4 Tender – Equipments for Microbiology Laboratory 13. Performance Security: The supplier shall require to submit the performance security in the form of irrevocable Bank Guarantee (BG) / or Fixed Deposit Receipt (FDR) issued by any Nationalised Bank for an amount equal to the 10% of the order value and should be kept valid for a period of 60 days beyond completion of all the contractual obligation including CMC period. 14. Right of acceptance: AIIMS, Jodhpur reserve the right to accept or reject any or all tenders /quotations without assigning any reason there of and also does not bind itself to accept the lowest quotation or any tender. Any failure on the part of the tenderer to observe the prescribed procedure and any attempt to canvass for the work will prejudice the tenderer’s quotation or any tender. 15. Payment Term:  90% payment of the total order value shall be released after the successful installation/ commissioning of the ordered goods against the submission of the test report.  Balance 10% of the order value shall be released after the submission of the performance security. 15. Right to call upon information regarding status of work: The AIIMS, Jodhpur will have the right to call upon information regarding status of work/ job at any point of time. 16. Arbitration: If any difference arises concerning this agreement, its interpretation on payment to be made thereunder, the same shall be settled out by mutual consultation and negotiation. If attempts for conciliation do not yield any result within a period of 30 days, either of the parties may make a request to the other party for submission of the dispute for decision by an Arbitral Tribunal containing Sole Arbitrator to be appointed by the Secretary, Department of Legal Affairs. Such requests shall be accompanied with a panel of names of three persons to act as the sole arbitrator. In case of such arbitrator refusing, unwilling or becoming incapable to act or his mandate having been terminated under law, another arbitrator shall be appointed in the same manner from among the panel of three persons to be submitted by the claimant. The provision of Arbitration and Conciliation Act, 1990 and the rule framed there under and in force shall be applicable to such proceedings.Bidder shall submit a copy of the tender document and addenda thereto, if any, with each page of this document should be signed and stamped to confirm the acceptance of the entire terms & conditions as mentioned in the tender enquiry document. 17. Bidder shall submit a copy of the tender document and addenda thereto, if any, with each page of this document should be signed and stamped to confirm the acceptance of the entire terms & conditions as mentioned in the tender enquiry document. 18. Signed & stamped compliance sheet of the technical specification of the goods with technical printed literature must be enclosed with the bid. 19. After due evaluation of the bid(s) Institute will award the contract to the lowest evaluated responsive tenderer. 20. Conditional bid will be treated as unresponsive and it may be rejected. 21. The Institute reserves the right to accept in part or in full or reject any or more quotation(s) without assigning any reasons or cancel the tendering process and reject all quotations at any time prior to award of contract, without incurring any liability, whatsoever to the affected bidder or bidder(s). AIIMS-Jodhpur Page 5 Tender – Equipments for Microbiology Laboratory 22. Applicable Law:  The contract shall be governed by the laws and procedures established by Govt. of India, within the framework of applicable legislation and enactment made from time to time concerning such Commercial dealings / processing.  Any disputes are subject to exclusive jurisdiction of Competent Court and Forum in Jodhpur, Rajasthan, India only.  The Arbitration shall be held in accordance with the provisions of the Arbitration and Conciliation Act, 1996 and the venue of arbitration shall be at Jodhpur. The decision of the Arbitrator shall be final and binding on both the partied.  Force Majeure: Any delay due to Force Majeure will not be attributable to the supplier. "PRE –BID Meeting" with the intending bidders shall be held on 9th Sep 2013 from 02:00 P.M. onwards at AIIMS, Jodhpur. AIIMS-Jodhpur Page 6 Tender – Equipments for Microbiology Laboratory ANNEXURE ‘B’ TECHNICAL SPECIFICATIONS Automated System for Blood Culture with identification and antibiotic susceptibly:  Fully automated modular System capable of culture of blood and body fluids for bacteria, mycobacterium, yeast etc  Capacity ≥ 360 bottle positions & modular system (including blood culture & TB culture)  Should be a non radiometric assay system.  System should have specific algorithms for detection of growing micro organisms and should be capable of continuous monitoring of all samples for growth of micro organisms.  Every cell (bottle position) should have its own optics and detection device.  System should be capable of analyzing delayed entry specimens along with routine samples in case of blood culture  System should be having continuous agitation and incubation facility to provide optimal growth of microorganisms.  The bottled media should be capable of neutralizing the effect of antibiotic.  The culture bottles should be made of plastic.  System should be capable of processing both adult and paediatric samples.  The system should be capable of culture for mycobacterium from respiratory, non respiratory & blood specimens.  System should have interface for lab information system.  The system should be supplemented with automated bacterial identification and antibiotic susceptibility testing system for all types bacteria ( aerobes & anaerobes ) yeast etc  The system should be totally automated for sample standardization, loading, incubating and reading the results.  It should be used for identification and antimicrobial susceptibility of clinically significant bacteria and yeast (ID / AST).  Analytical parameters: Identification up to species level, Direct growth based (up to MIC level)  Testing base: Should be on disposable sealed bar coded card / panel (ready to use) with pre filled reagents. There should be no need to add any additional reagents after incubation  Type of panels: It should have different panels (ID & AST separately) to save cost. Should make use of non-radiometric measurements with no manual intervention  Panels for: ID & AST of Gram negative, Gram positive and Yeast.  ID panels for Anaerobes, ESBL confirmation, MRSA Confirmation, Neisseria & Haemophilus.  Panel capacity: The system should have capacity of processing more than 50 samples at a time.  Expert System: The software should have an expert system permitting appropriate intervention for organisms with unusual resistance pattern  Sample dispensing: System should not require any manual dispensing of Inoculum to avoid human error, it should be done automatically.  Additional reagents: System to be compatible with cost effective test cards to avoid any extra costs of additional reagents.  Incubator : On board incubation chamber.  Testing time: Ideally be on the same day (between 5 -10 hrs), which reduces time to result.  Printer: External printer for direct report print outs.  Bar Code: The system should have bar code scanning facility to identify each panel type AIIMS-Jodhpur Page 7 Tender – Equipments for Microbiology Laboratory  Software: Should be Windows based, user friendly with touch screen key pad.  The data from the system should be automatically transferred to the host computer where data processing can be done and reports can be generated  The software should identify and interpret results as per NCCLS guidelines  Source of supply- Indigenous/Imported. AUTOMATED MYCOBACTERIUM CULTURE AND SENSITIVITY SYSTEM WITH SOFTWARE  Rapid and fully automated system capable to culture and identify mycobacteria along with drug susceptibility testing.  System should have, inbuilt calibration check, touch screen monitor. Should be able to monitor the growth of mycobacteria continuously in each cell.  System should be capable of exporting data to the data management system for long- term storage, and should have the facility to analyze delayed specimens with the routine bottles.  Capacity ≥ 360 bottles.  Should include data management system and software to analyze and store the data.  Easy to use software for patient information, entry and storage. Long term data storage facility, tracing patient by name, barcode, I.D. Hospital registration number.  Should have inbuilt incubator with facility for decontamination.  All consumables required for installation and standardization of system to be given free of cost.  The unit shall be capable of operating continuously in ambient temperature of 10 -400 C and relative humidity of 15-90%.  Power input to be 220-240VAC, 50Hz fitted with Indian plug.  Resettable overcurrent breaker shall be fitted for protection.  Suitable voltage corrector/stabilizer.  Suitable UPS with maintenance free batteries for minimum one-hour back-up should be supplied with the system.  Should be compliant to ISO 13485: Quality systems - Medical devices - Particular requirements for the application of ISO 9001 or equivalent standard applicable to manufacturers and service providers that perform their own design activities.  Comprehensive training for lab staff and support services till familiarity with the system.  Electrical safety conforms to standards for electrical safety IEC-60601 / IS-13450 /CE certification or equivalent standards.  Should be FDA or European CE or equivalent standard approved product.  Certificate of calibration and inspection from factory.  Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page/Para number of original catalogue.  List of Equipments available for providing calibration and routine maintenance support as per manufacturer documentation in service / technical manual. List of important spare parts and accessories with their part number and costing. AIIMS-Jodhpur Page 8 Tender – Equipments for Microbiology Laboratory LABORATORY REFRIGERATOR  Capacity 280-400 Liters.  Temperature 2-8oC  Preferably roller mounted  Adjustable shelves  Battery backup  Durable rust free exterior  Durable unbreakable interior  Control panel with temperature alarm, on/off switch and digital thermometer,  Interior lighting, Drip tray and defrosting arrangement.  Adequate circulation of air to ensure even cooling by DUCT system  Door with lock. Inside of door provided with racks. Door hinges and latches should be chromium plated.  Electronic automatic temperature control,  Operable at 220 V, 50 Hz.  Compressor unit to be hermetically sealed with guarantee for at least five years.  Three years warranty, 5 yrs comprehensive AMC should be available with service centers in close proximity  Should have all the accessories required for the functioning of the equipment.  CE / ISI mark or other equivalent quality certification.  All electrical peripherals required for smooth functioning e.g. voltage stabilizer provided with the equipment  There should be provision for demonstration before final approval of equipment. BOD INCUBATOR  Double walled construction, inner chamber stain less steel, inner glass/ transparent door  Facility for adjustable shelves to convenient heights, 10 removable shelves of stainless steel/ anodized aluminium to be supplied.  Interior lighting facility, insulated door fitted with heavy hinges handles locking, mechanical door lock.  Temperature range 0o to 80oC with accuracy 0.5oC high quality, environment friendly refrigerant.  Independent temperature measuring through PT 100 sensor with indicator LCD display  Recovery time short, precise regulation of temperature and acoustic alarm.  Digital safety thermostat (class 3)  Adjustable ventilation rate 10 – 100% thin form air circulation.  Size of inner chamber approximately 50x60x50 cm.  All consumables required for installation and standardization of system to be given free of cost.  The unit shall be capable of operating continuously in ambient temperature of 10 -45oC and relative humidity of 15-95%. Power Supply:  Power input to be 220-240VAC, 50Hz fitted with plug compatible with local electrical socket.  Resettable over current breaker shall be fitted for protection  Suitable Stabilizer/CVT  Suitable UPS with maintenance free batteries for minimum one-hour back-up should be supplied with the system. AIIMS-Jodhpur Page 9 Tender – Equipments for Microbiology Laboratory Standards and Safety:-  Comprehensive onsite training for lab staff and support services till familiarity with the system.  Should be FDA or European CE approved or equivalent standard product.  Should be compliant to ISO 13485:/ ISO 9001Quality systems or equivalent. Documentation:  Certificate of calibration and inspection from factory.  User/Technical/Maintenance manuals to be supplied  Attach original manufacturer’s product catalogue and specification sheet. Photocopy/ computer print will not be accepted.  All technical data to be supported with original product data sheet. Please quote page number on compliance sheet as well as on technical bid corresponding to technical specifications. BACTERIOLOGICAL INCUBATOR  Size of inner chamber: 100-150 liters capacity.  Double walled construction with complete inner chamber made of highly polished stainless steel  Outer chamber should be of steel sheet finished with powder coated point  Insulation to maintain desired temperature  Inner chamber should be fabricated with ribs for adjusting shelves to convenient height and 3 shelves to be supplied  Shelves should be made of polished stainless steel sheet as per chamber  Doors to be insulated and fitted with heavy hinges and should have double glass window  Temperature should be thermostatically controlled with range from 20-80˚ C. Air ventilators to be provided on both side  The equipment should be provide with control panel having a thermostat control knob, on-off switch, pilot lamp and timer, digital indicator  Should be supplied with power card and plug suitable to operate on 220 V, single phase, 50 Hz, AC supply Should be US FDA/ European CE certified. CO INCUBATOR 2  Steam jacket with internal capacity: 120 L (Approx)  Minimum of 4 adjustable shelves with separate air tight doors should be available.  Interior chamber: Stainless steel for easy cleaning and decontamination  Stable temperature control, excellent uniformity, and rapid recovery with no overshoot. Fan less convection circulation to provide chamber homogeneity, eliminate vibration & reduce sample evaporation.  HEPA Filters (99.98% efficient) at the inlet to minimize contamination.  Timer: 1 min. to 100 hours; Temperature range: +5° C to 80°C; Temp Accuracy +/-0.50C of required temp, with inbuilt Temperature Sensor. AIIMS-Jodhpur Page 10

Description:
Sep 9, 2013 required period, the same will be treated as unresponsive and it may be rejected. In case the .. Sterilizer should be provided with steam generator. ➢ Spring . Swing-out Rotor accommodating 6 X 50/15 ml Falcon Tubes Max speed up to 4,000 hand low drive control with left hand for t
See more

The list of books you might like

Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.