Tender for Supply, Delivery, Installation and Maintenance of ...

170
Tender no: J-II/239/19/07 1 Government of India Ministry of External Affairs Tender for Supply, Delivery, Installation and Maintenance of Medical Equipment at Indira Gandhi Institute of Child Health, Kabul, Afghanistan Development Partnership Administration Ministry of External Affairs Jawaharlal Nehru Bhawan, Janpath, New Delhi, INDIA

Transcript of Tender for Supply, Delivery, Installation and Maintenance of ...

Tender no: J-II/239/19/07

1

Government of India

Ministry of External Affairs

Tender

for

Supply, Delivery, Installation and Maintenance

of Medical Equipment at Indira Gandhi Institute

of Child Health, Kabul, Afghanistan

Development Partnership Administration

Ministry of External Affairs

Jawaharlal Nehru Bhawan, Janpath,

New Delhi, INDIA

Tender no: J-II/239/19/07

2

Ministry of External Affairs

(Development Partnership Administration-III)

Subject: Tender for Procurement, Supply, Delivery, Installation and

Maintenance of Medical Equipment for Indira Gandhi Institute of Child Health,

Kabul.

Table of Contents

Tender Notice ....................................................................................................... 11

SECTION I: Invitation for Bids (IFB) ........................................................................ 11

1. General ................................................................................................................................................ 11

2. Contact Information ....................................................................................................................... 11

3. Submission, Sealing and Marking of Proposals ................................................................... 11

4. Late Bids ............................................................................................................................................. 13

5. Important Dates .............................................................................................................................. 13

Section II: Instruction to Bidders (ITB) .................................................................... 14

1. General Definitions ......................................................................................................................... 14

2. Location for Supply, Installation, Commissioning, Training & Warranty Services . 14

3. Release of payment: ...................................................................................................................... 15

4. Eligibility Criteria ............................................................................................................................. 17

5. Cost and availability of tender documents ............................................................................ 18

6. Opening of Proposals and bids ................................................................................................... 18

7. Amendment of Tender Documents ........................................................................................... 19

8. Language of Bid ............................................................................................................................... 19

9. Transit Insurance: ........................................................................................................................... 19

10. Bid Security ....................................................................................................................................... 19

11. Validity of bids .................................................................................................................................. 20

12. Evaluation of Bids ............................................................................................................................ 20

13. Award of Contract ........................................................................................................................... 20

14. Purchaser’s Right to Vary Quantities at time of Award .................................................... 21

15. Purchaser’s Right to Accept or Reject any or all Bids ....................................................... 21

16. Corrupt or Fraudulent Practices ................................................................................................. 21

17. Interpretation of the clauses in the Tender Document/Contract Document ............ 21

SECTION III: GENERAL CONDITIONS OF CONTRACTS (GCC) ..................................... 22

1. Scope of Work .................................................................................................................................. 22

Tender no: J-II/239/19/07

3

2. Price ...................................................................................................................................................... 22

3. Comprehensive Annual Maintenance Contract (CMC) ...................................................... 22

4. Delivery Timelines ........................................................................................................................... 23

5. Penalty for delayed services ....................................................................................................... 23

6. Jurisdiction ......................................................................................................................................... 23

7. Force Majeure ................................................................................................................................... 24

8. Termination and Suspension ...................................................................................................... 24

9. Arbitration .......................................................................................................................................... 24

Annexure I .................................................................................................................................................. 25

List of Requirements ............................................................................................................................... 25

Annexure II ................................................................................................................................................. 36

Technical Specifications ......................................................................................................................... 36

A. Operation Theatre Equipment ........................................................................ 36

A.1. Hydraulic OT Table .......................................................................................................................... 36

A.2. Ceiling OT Light (Twin LED) ........................................................................................................ 37

A.3. Portable OT Light ............................................................................................................................. 38

A.4. Ceiling Pendant ................................................................................................................................ 39

A.5. Electro cautery ................................................................................................................................. 39

B. Operation Theatre Instruments ...................................................................... 39

B.1. Surgical Set Complete (Adult) .................................................................................................... 39

B.2. Surgical Set Complete (Paediatric) .......................................................................................... 41

B.3. Laparotomy Instrument Set ........................................................................................................ 42

B.4. Speculum Set Sims + Cusco ....................................................................................................... 43

B.5. Tracheostomy Instrument Set ................................................................................................... 44

B.6. Laparoscope Set .............................................................................................................................. 44

B.7. Operating Microscope .................................................................................................................... 45

C. CSSD .......................................................................................................... 47

C.1. Sluicing Table .................................................................................................................................... 47

C.2. Sterile Packing Table ...................................................................................................................... 47

C.3. Autoclave instrument High Pressure (Double Door) .......................................................... 47

C.4. Autoclave Sundries High Pressurizes (Double Door) ......................................................... 48

C.5. Flash sterilizer (OR Unit) .............................................................................................................. 48

C.6. Sterile Storage Mesh units ........................................................................................................... 49

C.7. Sterilizing Drums S.S Big ............................................................................................................. 49

C.8. Sterilizing Drums S.S Medium .................................................................................................... 49

Tender no: J-II/239/19/07

4

C.9. Sterilizing Drums S.S Small ........................................................................................................ 49

C.10. ETO Sterilizer ............................................................................................................................. 49

C.11. Washer cum Disinfector Unit ............................................................................................... 50

C.12. Drying Heating Cabinet .......................................................................................................... 50

C.13. Basket Distribution Trolley .................................................................................................... 51

C.14. Ultrasonic Washer .................................................................................................................... 51

D. ICU............................................................................................................. 51

D.1. Infant Radiant Warmer ................................................................................................................. 51

D.2. Anaesthesia Machine with Ventilator ....................................................................................... 52

D.3. Multi-Para monitor .......................................................................................................................... 53

D.4. Infusion Syringe pumps ................................................................................................................ 54

D.5. Weighing machine ........................................................................................................................... 54

D.6. Ventilator ............................................................................................................................................ 55

D.7. Neonatal Photo Therapy unit ...................................................................................................... 56

D.8. Neonatal/paediatric Ventilator (Suitable for use on Neonates and Paediatrics)..... 57

D.9. Apnea Monitor................................................................................................................................... 59

D.10. Defibrillator ................................................................................................................................. 59

D.11. Suction Machine ........................................................................................................................ 60

D.12. ECG machine .............................................................................................................................. 60

D.13. ABG analyzer .............................................................................................................................. 62

D.14. Defibrillator with monitor (AED) ......................................................................................... 62

E. Emergency ..................................................................................................... 64

E.1. Ceiling Infusion System with Infusion Syringe Pump ....................................................... 64

E.2. Dressing Instrument Set .............................................................................................................. 66

E.3. Portable Sterilizer ............................................................................................................................ 66

E.4. Dressing Drums ............................................................................................................................... 66

E.5. Nebulizer ............................................................................................................................................. 67

E.6. Examination Kit ................................................................................................................................ 67

F. Blood Bank ..................................................................................................... 67

F.1. Blood Bank refrigerator ................................................................................................................. 67

F.2. Oven (Hot Air) .................................................................................................................................. 68

F.3. Platelet Incubator ............................................................................................................................ 68

F.4. Elisa Reader/Washer ...................................................................................................................... 69

F.5. Cell Separator for Aphaeresis ..................................................................................................... 70

F.6. Di electric Tube Sealer .................................................................................................................. 70

Tender no: J-II/239/19/07

5

F.7. Deep Freezer (-80°C.) ................................................................................................................... 70

F.8. Deep Freezer (-40°C) .................................................................................................................... 71

F.9. Blood Transport Box (Insulated) ............................................................................................... 71

F.10. Blood collection monitor ........................................................................................................ 71

F.11. Blood Donor Chair .................................................................................................................... 72

F.12. Blood Weighing Scale with Monitor ................................................................................... 72

F.13. Cross Matching and Blood grouping System with ID System (Gel Technique) 72

F.14. Plasma Thawing System (Water Bath) ............................................................................ 73

F.15. Plasma Extractor ....................................................................................................................... 73

F.16. Platelet Incubator with Agitator .......................................................................................... 73

F.17. Test Tube Centrifuge ............................................................................................................... 74

F.18. Cryo Centrifuge -Blood Bag .................................................................................................. 74

F.19. Double Weighing Balance ...................................................................................................... 74

F.20. Reagent Storage Cabinet /Refrigerator ........................................................................... 74

G. Laboratory ................................................................................................... 75

G.1. Biochemistry& Haematology ....................................................................................................... 75

G.1.1. Blood Gas and Electrolyte Analyzer............................................................................... 75

G.1.2. Osmo-meter ........................................................................................................................... 76

G.1.3. Micropipettes (of assorted sizes).................................................................................... 76

G.1.4. Dispensers (of assorted sizes) ........................................................................................ 76

G.1.5. pH Meter .................................................................................................................................. 76

G.1.6. BOD Incubator ....................................................................................................................... 77

G.1.7. Electrophoresis - complete set ........................................................................................ 78

G.1.8. Cabinet for 5000 slides ...................................................................................................... 78

G.1.9. Coagulometer (semi-automatic 4 channels) .............................................................. 78

G.1.10. Syringe Needle destroyer .................................................................................................. 79

G.1.11. ESR Vacationers .................................................................................................................... 79

G.1.12. Electronic Balance of 0.1mg accuracy/capicity200mg ........................................... 79

G.1.13. Hematology Analyzer (8 parameter) ............................................................................ 79

G.1.14. Biochemistry semi auto analyzer ................................................................................... 80

G.1.15. Hematology Analyzer - Blood Cell Counter (5 part Differential) ........................ 80

G.1.16. Haemocytometers with red and white pipettes ........................................................ 81

G.1.17. Urine analyser ........................................................................................................................ 81

G.2. Microbiology....................................................................................................................................... 81

G.2.1. Centrifuges (Electric Rotofix) ........................................................................................... 81

Tender no: J-II/239/19/07

6

G.2.2. Binocular Microscopes with inbuilt illumination ........................................................ 82

G.2.3. Hot air oven (100-300°C) ................................................................................................. 83

G.2.4. Freezer 1 -20°C (12cu.ft) with stabilizers .................................................................. 83

G.2.5. Roto-mix Mixer ...................................................................................................................... 83

G.2.6. Water baths 37 °C with Racks ........................................................................................ 83

G.2.7. Water baths 56 °C with Racks ........................................................................................ 84

G.2.8. Incubators 37 °C (250 lt) .................................................................................................. 84

G.2.9. Laminar Flow Cabinet (Microbiology) ........................................................................... 85

G.2.10. Automated Microbiology System .................................................................................... 86

G.2.11. Myco-bacterial cultural system ....................................................................................... 86

G.2.12. Hotplate Electric .................................................................................................................... 86

G.2.13. Sterilizing Drums (32-40cm diameter) ........................................................................ 87

G.2.14. Desiccators Large & Small ................................................................................................ 87

G.2.15. Water Distilling Apparatus (Metallic) Double-(3lt/hr) distillation/ RO plant .. 87

G.2.16. Elisa Reader and Washer (Microbiology) ..................................................................... 87

G.2.17. Rapid Culture System ......................................................................................................... 88

G.2.18. Automated Chemistry Analyzer ...................................................................................... 88

G.2.19. Automated Immunoassay Analyzer .............................................................................. 89

G.2.20. VDRL Rotator .......................................................................................................................... 89

G.2.21. Deep Freezer -20 C .............................................................................................................. 89

G.2.22. Sterile Hood (Bio safety cabinet class II) ................................................................... 90

G.2.23. Autoclave Vertical Type ...................................................................................................... 91

G.2.24. Floatation Bath ...................................................................................................................... 93

G.3. Histopathology .................................................................................................................................. 93

G.3.1. Tissue embedding system ................................................................................................. 93

G.3.2. Automatic tissue processor ............................................................................................... 94

G.3.3. Open tip cryostat .................................................................................................................. 94

G.3.4. Rotary Microtome(Semi-Automatic) ............................................................................. 95

G.3.5. Cyto-centrifuge ...................................................................................................................... 95

G.3.6. Automatic slide strainer ..................................................................................................... 95

G.3.7. Backup microtome(Manual) ............................................................................................. 95

G.3.8. Balance for grossing room ................................................................................................ 96

G.3.9. Instrument tray for grossing ............................................................................................ 96

G.3.10. Slide trays ............................................................................................................................... 96

G.3.11. Grossing Station ................................................................................................................... 96

Tender no: J-II/239/19/07

7

H. Imaging ...................................................................................................... 96

H.1. Ultrasound Machine with Color Doppler ................................................................................. 96

H.2. Ultrasound .......................................................................................................................................... 97

H.3. 2D Echo/Doppler.............................................................................................................................. 99

H.4. X-Ray View Box (Six Films) ....................................................................................................... 100

H.5. X-Ray View Box Double Screen ............................................................................................... 100

I. CT scan – 64 Slice .......................................................................................... 101

J. Digital X-Ray 300 mA, Digital X-Ray Processor and C-Arm................................... 103

J.1. Digital X-Ray 300 mA .................................................................................................................. 103

J.2. Digital X-Ray Processer ............................................................................................................... 104

J.3. C-Arm ................................................................................................................................................. 105

K. Diagnostics ................................................................................................. 109

K.1. EMG/NCV .......................................................................................................................................... 109

K.2. EEG ..................................................................................................................................................... 111

K.3. ENG ..................................................................................................................................................... 113

K.4. Bronchoscope .................................................................................................................................. 113

K.5. Gastroscope ..................................................................................................................................... 114

K.6. Cystoscope ....................................................................................................................................... 114

K.7. Colonoscope .................................................................................................................................... 114

K.8. Arthroscope ..................................................................................................................................... 115

K.9. Pure Tone Audiometer ................................................................................................................. 115

K.10. Brain Stem Evoked Audiometry (BERA) ........................................................................ 116

K.11. Complete ENT set ................................................................................................................... 117

K.12. ECG Machine............................................................................................................................. 117

S. Physiotherapy ............................................................................................. 118

L.1. EMG Biofeedback ........................................................................................................................... 118

L.2. Nebulizer ........................................................................................................................................... 119

L.3. Short wave diathermy (500 Watt).......................................................................................... 119

L.4. Pulse wave Diathermy 500 Watt ............................................................................................. 120

L.5. Ultrasound therapy unit .............................................................................................................. 120

L.6. Traction Unit .................................................................................................................................... 120

L.7. LASER Therapy ............................................................................................................................... 120

L.8. Wax Bath .......................................................................................................................................... 121

L.9. Muscle Stimulator .......................................................................................................................... 121

L.10. Sanding Unit ............................................................................................................................. 121

Tender no: J-II/239/19/07

8

L.11. Vestibular Board ..................................................................................................................... 122

L.12. Multi-Activities work station ............................................................................................... 122

L.13. Inclined Mat .............................................................................................................................. 122

L.14. Stand in Table/Tilt Table...................................................................................................... 122

M. Dental ........................................................................................................ 122

M.1. Dental Chair ..................................................................................................................................... 122

M.2. Dental Chair with X-ray .............................................................................................................. 123

N. Dermatology ............................................................................................... 124

N.1. UV Chamber .................................................................................................................................... 124

N.2. CO2Laser ........................................................................................................................................... 125

O. Ophthalmology ........................................................................................... 125

O.1. Slit Lamp Microscope ................................................................................................................... 125

O.2. Tono penmeter ............................................................................................................................... 126

O.3. Lid retractor ..................................................................................................................................... 126

O.4. Refractor ........................................................................................................................................... 126

O.5. Set Retractor ................................................................................................................................... 126

O.6. Set Cataract ..................................................................................................................................... 127

O.7. Direct Ophthalmoscope ............................................................................................................... 129

O.8. Indirect Ophthalmoscope ........................................................................................................... 129

O.9. Retinoscope ..................................................................................................................................... 129

O.10. Snellen acuity Chart- Drum & screen ............................................................................. 129

O.11. Near vision Chart – Jaeger vision test ........................................................................... 129

O.12. Color Vision testing equipment – ..................................................................................... 129

O.13. Streak Retinoscope ................................................................................................................ 129

O.14. Surgical Eye Microscope ...................................................................................................... 129

P. Building Facility .............................................................................................. 131

P.1. Fabricated Operation Theatre ................................................................................................... 131

P.2. HVAC .................................................................................................................................................. 134

P.3. Gas manifold System (MGPS) .................................................................................................. 145

P.4. Patient Calling System ................................................................................................................ 147

P.5. EPABX ................................................................................................................................................ 148

P.6. Stretchers ......................................................................................................................................... 149

P.7. Wheel Chairs ................................................................................................................................... 149

Q. Furniture .................................................................................................... 149

Q.1. Emergency Cart ............................................................................................................................. 149

Tender no: J-II/239/19/07

9

Q.2. Instrument Trolley ........................................................................................................................ 150

Q.3. Dressing Trolley ............................................................................................................................. 150

Q.4. Storage Cupboard medical ........................................................................................................ 150

Q.5. Wide Body Foot Step .................................................................................................................... 150

Q.6. Stretchers (Pediatric) ................................................................................................................... 151

Q.7. Scrub Table ...................................................................................................................................... 151

Q.8. Semi-Fowler..................................................................................................................................... 151

Q.9. Fowler Beds ..................................................................................................................................... 152

Q.10. Crash Cart fully equipped .................................................................................................... 152

Q.11. Over Bed Food Tray ............................................................................................................... 153

Q.12. Bed Side Cabinet .................................................................................................................... 153

Q.13. Medication Cart ....................................................................................................................... 154

Q.14. Ceiling Curtain Cubical System ......................................................................................... 154

Q.15. Wall Mounted Bed Head Panel ........................................................................................... 154

Q.16. Hydraulic Patient Trolley ...................................................................................................... 154

Q.17. Dressing Trolley ...................................................................................................................... 155

Q.18. Recording cabinets for blocks for about 2500 block ................................................. 155

Q.19. Couch for USG/Echo .............................................................................................................. 155

Annexure III ............................................................................................................................................. 156

Statement of Applicant......................................................................................................................... 156

Annexure IV .............................................................................................................................................. 157

Price Schedule for Equipment ............................................................................................................ 157

Annexure V ............................................................................................................................................... 158

Equipment Requiring CMC .................................................................................................................. 158

Annexure VI .............................................................................................................................................. 159

Group wise Bid Security to be deposited ...................................................................................... 159

Annexure VII ............................................................................................................................................ 160

PROFORMA OF BANK GAURANTEE FOR BID SECURITY .......................................................... 160

Annexure VIII .......................................................................................................................................... 163

BID FORM .................................................................................................................................................. 163

Annexure IX .............................................................................................................................................. 164

FACILITY LAYOUT ................................................................................................................................... 164

Annexure X ............................................................................................................................................... 170

MANUFACTURER’S AUTHORIZATION FORM ................................................................................. 170

Tender no: J-II/239/19/07

10

Acronyms used in the tender document:

MEA: Ministry of External Affairs

GoI: Government of India

OSPL: Octavo Solutions Private Limited

IGICH: Indira Gandhi Institute of Child Health

ITB: Instruction to Bidders

IFB: Invitation for Bidders

CMC: Comprehensive Maintenance Contract

PAO: Pay & Accounts Officer

DPA: Development Partnership Administration

PO: Purchase Order

BG: Bank Guarantee

Tender no: J-II/239/19/07

11

Ministry of External Affairs

(Development Partnership Administration-III)

Tender Notice

Subject: Tender for Supply, Delivery, Installation and Maintenance of Medical Equipment for Indira Gandhi Institute of Child Health, Kabul

(Tender No. - J-II/239/19/07)

Ministry of External Affairs on behalf of the President of India invites sealed proposals from eligible and qualified Bidders for supply, installation,

commissioning & maintenance of Medical equipment at Indira Gandhi Institute of Child Health (IGICH), Kabul, Afghanistan. Eligible bidders are requested to

submit their proposal(s) along with complete technical details & commercial

proposals as per “List of Requirements” given in Annexure-I and Technical Specifications given in Annexure-II.

SECTION I: Invitation for Bids (IFB)

1. General

The Principal/Manufacturer or their Authorised agents or dealers can

participate in this tendering process. The Equipment to be procured are broadly clubbed into various Groups ranging from Group-A to Group-Q.

Separate and independent proposal is required to be submitted for each Group of medical equipment. However, it is mandatory for bidders to

quote for all medical equipment of a Group for which is the proposal is being submitted. Proposals having quoted for partial list of medical

equipment in any group shall be summarily rejected. Further, the bidders can bid for as many Groups as long as they fulfil the eligibility criteria

as mentioned in Clause 4 under Section-II of this tender document.

2. Contact Information

Proposal(s) and subsequent Correspondence(s) should be sent to the

address given below:

SO (DPA-III)

Room No. 3119, B Block, Ministry of External Affairs,

Jawaharlal Nehru Bhawan 23-D, Janpath-110011

3. Submission, Sealing and Marking of Proposals

(i) Separate and independent proposals are to be submitted for each Group of medical equipment. Each proposal should

have separate Bid Security, Tender Document Fee (if

Tender no: J-II/239/19/07

12

downloaded from Website) and other documents required to be submitted as per EMD requirement and other eligibility conditions

defined in the tender document. For example, if a bidder is applying for Group A, Group B and Group C, then three separate

and independent proposals are to be submitted i.e. one proposal for each Group.

(ii) Each Proposal is to be submitted on “Two Bid System” comprising of “Technical Bid” and “Financial Bid” both of which should be

submitted in sealed cover separately and then put together in

another sealed cover. The outer envelope should bear the name of the Project and the Group of medical equipment like “Tender

for Supply, Delivery, Installation and Maintenance of Medical Equipment at Indira Gandhi Institute of Child Health, Kabul-

GROUP X” (X is the name of the Group of medical equipment bidder is applying for). One complete set of Bids is to be

submitted to SO(DPA III), Room No 3119, B Block, Jawaharlal Nehru Bhawan, 23-D, Janpath, New Delhi. The Proposals and

Technical Bids thereof will be opened Group-wise as per the time schedule given in the tender document and Financial Bids of the

technically qualified bidders will be opened Group-wise on a later date after due intimation. Bidders or its duly authorized

representative may attend the proposal and technical-bid opening process.

(iii) Technical Bid of the Proposal should be a complete document

bound as a volume separately. The document should be page numbered, duly signed with seal and appropriately flagged and

contain the list of contents with page numbers. Any deficiency in documentation may result in rejection of the offer.

(iv) All pages of the Technical & Financial bid should be duly signed with seal by duly authorized representative of the bidder.

(v) The “Technical Bid” shall contain Tender Fee (if downloaded from website), Bid Security and all other technical details/documents

in support of the offer.

(vi) Group-wise Bid Security amount has been defined in Annexure VI

of the tender document.

(vii) There will be no mention of prices anywhere in the Technical Bid.

However a copy of the “Price Schedule” without price must also be provided with the Technical Bid.

(viii) The bidder should clearly mention the following information on

the face of all the envelopes:

Tender No.

Tender name

Name of the Group of the medical equipment

Contents of the envelope

Bidder’s name and contact details

Tender no: J-II/239/19/07

13

(ix) The following documents must also be submitted in the technical bid of the proposal:

a) The bidder must sign each page of this tender document, and submit the complete document without detaching any page

with their offer. Also, the bidder must attach a certificate conveying acceptance of all the terms and conditions of the

tender document. The certificate and signed tender document are to be submitted with the Technical Bid.

b) All documents related with Partnership Deed / Articles of

Memorandum of Association or Proprietorship Deed as the case may be attached.

c) Certificate of Incorporation of the firm (if the bidder is a Company).

d) Power of Attorney/General Power of Attorney or proper authorisation to the person empowered by the firm to sign the

documents on its behalf. Three specimen signatures duly attested and two latest photographs of the person authorised

to sign, execute and act in respect of this tender should be included.

e) Turnover certificate of the firm certified by the auditor/CA/CS indicating the turnover in area of medical equipment

procurement related works must be attached. f) VAT/Service Tax Registration number and attested copy of

Registration Certificates.

g) Details of desirable past experience of the bidder as defined under clause 4 under Section-II of the tender document with

supporting documents. h) Manufacturer Authorization certificate(s) for all medical

equipment in the Group for which the Proposal has been submitted.(Refer Annexure X)

i) Any other information, documentary evidence in support of suitability of the offer.

j) Vendors to give details Brochures, Manuals, etc and Traceability criteria of the materials to be used, in support to

the Technical Specifications k) Photocopy of the "Price Schedule" along with Terms &

Conditions with prices hidden. l) Duly filled and signed Statement of Applicant (Annexure-III)

m) Duly filled and signed Bid-Form (Annexure-VIII)

n) Demand Draft of Rs. 2000/- (Rs. Two Thousand Only) against tender document fee (in case of download from website) in

favour of “Pay and Accounts Officer, Ministry of External Affairs” payable at New Delhi.

4. Late Bids

Any Bid received by MEA after the deadline for submission of Bids prescribed in this Bid document, will be rejected.

5. Important Dates

Sale of tender: upto 1600 hrs on 06-03-2014

Tender no: J-II/239/19/07

14

Pre-bid meeting: at 1500 hrs on 17-02-2014 Deadline for submission: upto 1300 hrs on 07-03-2014

Opening Date of Technical Bid: at 1500 hrs on 07-03-2014

**End of Section-I**

Section II: Instruction to Bidders (ITB)

1. General Definitions

a. “Services” means services ancillary to the supply of equipment i.e. such as transportation and insurance, and any other incidental

services; b. “The purchaser” means the organisation purchasing the equipment i.e.

Ministry of External Affairs, Govt. of India. c. “The supplier” means the individual or firm supplying the equipment

and services under contract; d. “The Contract” (or “this contract”) means a legally binding written

agreement entered into between the Purchaser and Supplier, as recorded in the Contract Form signed by the parties, including all

attachments and appendices thereto all documents incorporated by reference therein and includes the Instructions to Bidder (ITB).

e. “Consignee” means where the equipment are requested to be delivered at the destination, i.e. President, Indira Gandhi Institute of Child

Health, Kabul, Afghanistan(IGICH)

f. The “Consultant” means the Agency i.e. Octavo Solutions Private Limited (OSPL), New Delhi which will work on behalf of MEA to

supervise, monitor and assist the process of tendering, procurement, installation, commissioning and maintenance of the medical equipment.

2. Location for Supply, Installation, Commissioning, Training &

Warranty Services

Location for Supply: It is the responsibility of the bidder to ensure

supply at Indira Gandhi Institute of Child Health, Kabul, Afghanistan and also to ensure installation and satisfactory commissioning and

relevant training of the supplied equipment at specified locations of Indira Gandhi Institute of Child Health, Kabul, Afghanistan.

Warranty Services:

2.1 Products to be offered as per “LIST OF REQUIREMENTS’ shall

be warranted for a period of ONE YEAR from the date of successful installation and handover to the IGICH authorities.

However, the list of equipment wherein CMC /extended warranty is required as Annexed in Annexure V, bidders are

expected to consider the same. 2.2 The Supplier shall be responsible to replace the material free of

cost at site in whole or in part if found defective in any respect after receipt at site or during normal & proper usage or

Tender no: J-II/239/19/07

15

storage/maintenance for which the Purchaser shall give prompt written notice. Such replacements shall be effected by the

Supplier within a reasonable time actually required to do so which in no case shall be more than 20 days.

2.3 The above provisions shall also equally apply to the material replaced by the Supplier under this Clause, in case the same is

again found to be defective after its replacement. 2.4 If the Supplier fails to act with requisite promptness and

thereby entails avoidable loss to the purchaser/consignee, it

shall be liable to suitable action as deemed fit during the operative Warranty period.

3. Release of payment: CMC is required for some medical equipment (refer Annexure-V).

Therefore, separate payment terms would be applicable for the following kind of

medical equipment:

(A) For the equipment NOT COVERED under CMC (B) For the equipment COVERED under CMC

3.1 Payment terms for the equipment NOT COVERED under CMC The price quoted by bidder under column E and F of the price

schedule on Annexure-IV, should be lump-sum price which includes

cost of medical equipment, cost of Warranty, all taxes, etc. Payment shall be released to the bidder, on the basis of lump-sum price, in the

following manner:

3.1.1 On Dispatch: 70% of the quoted value shall be paid on the issue of Dispatch Clearance Certificate by MEA subsequent to

submission of Proof of dispatch to MEA. The following documents would be required to be submitted for issuing Dispatch clearance

certificate by MEA: i. Country of Origin Certificate

ii. Quality & Quantity Certificate iii. Packing List

iv. Internal and Factory Inspection Report v. Warranty Certificate

vi. Insurance certificate valid up to installation &

commissioning of equipment at site vii. Invoice

viii. Certificate by ISO certified third party inspection agencies

3.1.2 On installation, commissioning/training: 20% of the

quoted value shall be paid on submission of proof of successful installation, training & handover of relevant documents such as:

Tender no: J-II/239/19/07

16

i. Satisfactory installation certificate from the President, Indira Gandhi Institute of Child Health, Kabul

ii. Training Certificate/Records duly signed & sealed by President, Indira Gandhi Institute of Child Health, Kabul

iii. Warranty Certificate

3.1.3 On completion of warranty period: 10 % of the quoted value shall be paid after completion of warranty period i.e. 1 year from

the date of installation, on submission of Satisfactory Installation &

Commissioning Certificate duly signed by the President, IGICH, Kabul as a proof of successful warranty service provided for the mentioned

equipment.

3.2 For the equipment COVERED under CMC

The price quoted by bidder under column E and F of the price schedule on Annexure-IV, should be lump-sum price which includes

cost of medical equipment, cost of Warranty/CMC, all taxes, etc. Payment shall be released to the bidder, on the basis of lump-sum

price, in the following manner:

3.2.1 On Dispatch: 70% of the quoted value shall be paid on issue of dispatch clearance by MEA subsequent to submission of Proof of

dispatch by the bidder to MEA. The following documents would be

required to be submitted by the bidder for issuing Dispatch clearance certificate by MEA:

i. Country of Origin Certificate ii. Quality % Quantity Certificate

iii. Packing List iv. Internal and Factory Inspection Report

v. Warranty Certificate vi. Insurance certificate valid upto installation & commissioning

of equipment at site vii. Invoice

viii. Certificate by ISO certified third party inspection agencies

3.2.2 On installation, commissioning/training: 10 % of the quoted value shall be paid on submission of proof of successful installation,

training & handover of relevant documents such as:

i. Satisfactory installation certificate from the President, Indira

Gandhi Institute of Child Health, Kabul ii. Training Certificate/Records duly signed & sealed by

President, Indira Gandhi Institute of Child Health, Kabul iii. Warranty Certificate

3.2.3 On completion of 1st CMC: 10 % of the quoted value shall be

paid after 1st CMC (in 1st year of CMC) on submission of Satisfactory Installation & Commissioning Certificate duly signed by the President,

IGICH, Kabul as a proof of successful CMC conducted for the mentioned

Tender no: J-II/239/19/07

17

equipment.

3.2.4 On completion 4th CMC: 10 % of the quoted value shall be paid after 4th CMC (in 2nd year of CMC) on submission of Satisfactory

Installation & Commissioning Certificate duly signed by the President, IGICH, Kabul as a proof of successful CMC conducted for the mentioned

equipment.

3.3 Payment Procedure:

3.3.1 Where there is a statutory requirement for tax deduction at source, such deduction towards income tax and other tax as

applicable will be made from the bills payable to the Supplier at rates as notified from time to time.

3.3.2 The supplier shall send its claim for payment in writing, when

contractually due, along with relevant documents etc., duly signed with date, to the purchaser.

3.3.3 While claiming payment, the supplier is also to certify in the bill

that the payment being claimed is strictly in terms of the PO and all the obligations on the part of the supplier for claiming that payment

has been fulfilled as required under the terms & conditions.

3.3.4 Terms & Conditions not covered in the tender document shall be

mentioned during the Procurement Order (PO). Though such conditions will be general but will be binding to the bidders.

3.3.5 Exemption on Custom Duty charges will be provided to the

bidders

4. Eligibility Criteria The bidder:

4.1.1 Should be a registered Indian firm or company. 4.1.2 Should be an Original Equipment Manufacturer (OEM) or

Authorized Dealer for all the medical equipment in the Group for which the Proposal is being submitted.

4.1.3 Should have supplied and installed in the last 3 years from the date of tender opening at least 40% of the required quantity

in 1 order or 25% of the required quantity in 2 orders each of

the similar equipment meeting major specification parameters which is functioning satisfactorily. (The bidder shall provide

their past major supplies year wise. The copies of supply orders for supply of similar items along with end users

certificate for satisfactory performance shall be enclosed along with Technical specifications.)

4.1.4 Since the separate and independent proposals are to be submitted for different Groups, minimum average annual

turnover of the bidder, during last three financial years, would be different for different Groups. Group-wise requirement of

minimum average annual turnover, during last three financial

Tender no: J-II/239/19/07

18

years, is defined below in Table-1. The bidder shall submit financial statement of the company for last three years.

Table -1

Group name Minimum average turnover requirement

(previous three financial years)

Group – A 10 Lakhs

Group – B 15 Lakhs

Group – C 10 Lakhs

Group – D 35 Lakhs

Group – E 3 Lakhs

Group – F 25 Lakhs

Group – G.1 10 Lakhs

Group – G.2 30 Lakhs

Group – G.3 8 Lakhs

Group - H 7 Lakhs

Group - I 2 Crore

Group - J 15 Lakhs

Group - K 20 Lakhs

Group - L 7 Lakhs

Group – M 2 Lakhs

Group – N 3 Lakhs

Group – O 8 Lakhs

Group – P 1.5 Crore

Group - Q 25 akhs

4.1.5 Should not be blacklisted by any state or central government entity or Hospital.

5. Cost and availability of tender documents

Interested Bidders may submit their proposal(s) as per the tender Document which can be obtained from SO(DPA-III), Room No 3119,

Jawaharlal Nehru Bhawan, 23-D, Janpath, New Delhi, India on payment of INR Rs. 2000/- (Rupees Two thousand only) upto 1600 Hrs on

06/03/2014 between 1000 hrs and 1600 hrs on any working day. The payment will be accepted in the form of crossed demand draft in favour of

"Pay and Accounts Officer, Ministry of External Affairs"; drawn on any scheduled bank, payable at New Delhi. The Tender document can also be

downloaded from MEA website http://www.mea.gov.in or Central

Procurement Portal http://eprocure.gov.in, i n which case the tender fee of Rs.2000/- (non- refundable) as stated above, must be submitted with the

bid through Demand Draft. Separate tender fee is required for each proposal.

6. Opening of Proposals and bids

a) The purchaser will open the Technical bid, in presence of Bidder’s representatives who choose to attend, on the due date and time.

The Bidder’s representatives who are present shall sign a register evidencing their attendance.

Tender no: J-II/239/19/07

19

b) The Bidders' representatives shall furnish letter of Authority from their principals to attend the Bid opening.

c) Financial Bids of bidders whose Technical Proposal are found Technically suitable and comply with the tender documents will only

be opened on a date to be intimated later to those bidders.

7. Amendment of Tender Documents 7.1.1 At any time prior to the deadline for the submission of the

proposals, MEA may, for any reason, whether at its own

initiative or in response to clarification requited by the prospective bidder modify the tender document by

amendments. 7.1.2 The amendment will be notified on the website-

www.mea.gov.in. 7.1.3 In order to afford prospective bidders reasonable time to take

the amendment in account in preparing their proposals, MEA may, at its discretion, extend the deadline for the submission of

the proposals.

8. Language of Bid The proposals prepared by the Bidder and all correspondence and

documents relating to the proposal(s) exchanged by the bidder and MEA/OSPL, shall be written in English language, provided that any printed

literature furnished by the Bidder may be written in another language so

long as it is accompanied by an English translation of its pertinent passages in which case, for purposes of interpretation of the Bid, the

English translation shall govern.

9. Transit Insurance: Rates quoted being door delivery basis, the Supplier shall be fully

responsible till full material is received in good condition at consignee’s site. As such the Supplier shall despatch the material duly insured (for

110% value of goods) & expenses on this account shall be borne by the Supplier.

10. Bid Security

10.1 Bidder shall furnish along with its tender, the Bid Security for an amount as shown in the ‘GROUP WISE – BID SECURITY’ as per

Annexure-VI.

10.2 The Bid Security can be furnished in the form of Account Payee Demand Draft (DD) or Bank Guarantee (BG).

10.3 The DD shall be drawn on any Scheduled / Nationalised Bank in India, in favour of “Pay and Accounts Officer, Ministry of External Affairs,

payable at New Delhi”. 10.4 Proposals received without requisite Bid Security shall be rejected out

rightly. 10.5 In case of submission of Bid Security in the form of Demand Draft, Bid

Security of unsuccessful tenderer will be returned to them without any interest not later than thirty days after finalization of the resultant

contract. Bid Security of successful tenderer will be returned without

Tender no: J-II/239/19/07

20

any interest, after completion of warranty/CMC period. 10.6 In case of submission of Bid Security in the form of Bank Guarantee

(BG), BG of unsuccessful tenderer will be released not later than thirty days after finalization of the tender. However, successful bidders

will have to extend the validity period of BG by 18 months or 42 months depending upon warranty/CMC period.

11. Validity of bids

The Rates should be valid for 180 days from the date of submission of the

proposal(s).

12. Evaluation of Bids Bids having complete documents as mentioned in Clause 4 (Eligibility

criteria) under Section II and the Bid security shall only be considered for Technical evaluation.

12.1 Technical Evaluation shall be based on:

12.1.1 Responsiveness of the bidder on account of furnishing the documents mentioned in eligibility criteria.

12.1.2 Satisfactory installation certificate from the previous clients

12.1.3 Work completion certificate 12.1.4 Client details(Name, Contact details)

12.1.5 Other evidences of Supply & Installation of similar

equipment inside and outside the country 12.1.6 Methods proposed for transportation, warranty & CMC

12.1.7 Matching up the specification as mentioned in the tender document

12.2 Financial Evaluation 12.2.1 Only the bidders who would qualify in Technical Evaluation shall

be informed for opening of Financial Proposal 12.2.2 Separate and independent proposals would be evaluated for each

Group of medical equipment 12.2.3 Total composite price of all the medical equipment in respective

Group would be the criteria to determine the Lowest (L-1) bidder and the work would be awarded to the L-1 bidder.

12.2.4 Proposals having quoted for partial list of medical equipment

in a Group shall be summarily rejected.

13. Award of Contract 13.1 MEA will award the Procurement Order to the successful bidder

whose bid has been determined to be techno-commercially acceptable and lowest, provided further that the bidder is

determined to be qualified to perform the assignment. 13.2 Terms & Conditions not covered in the PO but part of the tender

document shall be binding on the bidders. 13.3 MEA will notify the successful bidder by e-mail/registered post/FAX.

Tender no: J-II/239/19/07

21

14. Purchaser’s Right to Vary Quantities at time of Award

The Purchaser reserves the right at the time of award of contract to increase/decrease the total quantity of Goods and services for which bids

have been invited by up to 25% of their value (rounded to the next whole number).

15. Purchaser’s Right to Accept or Reject any or all Bids

The Purchaser reserves the right to accept or reject any Bid and annul the

Bidding process and reject all Bids at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or Bidders or

any obligation to inform the affected Bidder or Bidders of the grounds of the purchaser's action. The purchaser is not bound to accept the lowest or

any bid.

16. Corrupt or Fraudulent Practices

16.1 It is required by all concerned namely Consignee /Tenderers

/Suppliers etc to observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this

policy, the Purchaser:- b) Defines, for the purposes of this purposes of this provision,

the terms set forth below as follows: i) “corrupt practice” means the offering, giving, receiving or

soliciting of anything of value to influence the action of a

public official in the procurement process or in contract execution; and

ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the

execution of a contract to the detriment of the Purchaser, and includes collusive practice among Tenderers (prior to

or after Tender submission) designed to establish Tender prices at artificial non-competitive levels and to deprive

the Purchaser of the benefits of free and open competition.

c) Will reject a proposal for award if it determines that the

Tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in

question;

d) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract by the purchaser if

it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in

executing the contract.

17. Interpretation of the clauses in the Tender Document/Contract Document

17.1 Unless specifically mentioned to the contrary in their offer itself, it will be assumed that all terms and conditions

Tender no: J-II/239/19/07

22

mentioned in this enquiry are acceptable to the tenderer. 17.2 Any clarifications intending towards understanding the clauses

shall be addressed in Pre-bid meeting. 17.3 The tender quotation of the Supplier not in conformity with the

above conditions is liable to be rejected. 17.4 Ministry of External Affairs reserves the right to reject or

accept any or all tender(s) without assigning any reason or to place the order for part or full quantity.

**End of Section-II**

SECTION III: GENERAL CONDITIONS OF CONTRACTS (GCC)

1. Scope of Work

Supply, Installation, Testing, Commissioning & maintenance of medical equipment at Indira Gandhi Institute of Child Health, Kabul,

Afghanistan.

2. Price a. The price quoted by bidder under column E and F of the price

schedule on Annexure-IV, should be lump-sum price which includes cost of medical equipment, cost of Warranty/CMC, all taxes, etc.

b. Prices quoted should be ‘Firm & final’ as per Price Schedule given in Annexure-IV.

c. Freight charges, local transportation, Excise duty, other levies should

be included in the quoted rates (taxes extra as applicable) d. Proposals having quoted for partial list of medical equipment shall be

summarily rejected. e. Bidders must take into consideration in it’s bid, costs to be incurred for

any additional work pertaining to civil, electrical, plumbing, sanitary, radiation protection as per govt regulation; furniture, servo stabilizers,

U.P.S etc. f. The price should be quoted along with taxes applicable on the date of

Tender Opening. The service taxes to be paid extra, if any, to be specifically stated. In the absence of any such stipulation the price will

be taken inclusive of such taxes and no claim for the same will be entertained late.

3. Comprehensive Annual Maintenance Contract (CMC)

a) The Equipment requiring Comprehensive Maintenance Contract (CMC) is mentioned as per Annexure –V.

b) Cost of Comprehensive Maintenance Contract (CMC) which

includes preventive maintenance including testing & calibration as per technical/ service /operational manual of the manufacturer,

labour and spares, after satisfactory completion. The price quoted shall remain firm and fixed during the CMC period.

c) The cost of CMC may be quoted along with taxes applicable on the

Tender no: J-II/239/19/07

23

date of Tender Opening. The service taxes to be paid extra, if any, to be specifically stated. In the absence of any such stipulation the

price will be taken inclusive of such taxes and no claim for the same will be entertained late.

d) There will be 95% uptime warranty during CMC period on 24 (hrs) X 7 (days) X 365 (days) basis, with penalty, to extend CMC period

by double the downtime period.

e) During CMC period, the supplier is required to visit consignee’s

site at least twice in a year commencing from the date of the successful completion of warranty period for preventive

maintenance of the goods. f) All software updates should be provided free of cost during CMC.

g) Failure of the above [(3.e) to (3.h)] by the supplier, may lead to

the forfeiture of the Bank Guarantee for Annual CMC

4. Delivery Timelines In the event of placement of Supply order, the bidder shall supply the

stores within 90 days of order and install and commission within 45 days of the receipt of stores at site.

5. Penalty for delayed services

5.1 In the event of placement of an order, if the Supplier fails to deliver,

install and commission the equipment in full or part thereof withi n the delivery period as stipulated in Clause 4.0 under Section III, the

Purchaser reserves the right to levy Liquidated damages @ 0.5 % (half percent) per week of the amount of the undelivered stores for

delay in supplies subject to maximum of 10% value of the supply Order.

5.2 Once the maximum is reached, the purchaser may consider termination of the contract and purchase the same from elsewhere,

at the risk and cost of the Supplier.

6. Jurisdiction 6.1 If dispute or difference of any kind shall arise between the

Purchaser/Consignee and the supplier in connection with or relating to the contract, the parties shall make every effort to

resolve the same amicably by mutual consultations

6.2 If the parties fail to resolve their dispute or difference by such

mutual consultation within twenty-one days of its occurrence, then, either the Purchaser/Consignee or the supplier may give notice to

the other party of its intention to commence arbitration, as hereinafter provided the applicable arbitration procedure will be as

per the Arbitration and Conciliation Act, 1996 of India. Such dispute or difference shall be referred to the sole arbitration of an officer,

appointed to be the arbitrator by the Director, Ministry of External Affairs, New Delhi. The award of the arbitrator shall be final and

binding on the parties to the contract subject to the provision that

Tender no: J-II/239/19/07

24

the Arbitrator shall give reasoned award in case the value of claim in reference exceeds Rupees One Lac (Rs. 1,00,000/-)

7. Force Majeure

If at any time, during the currency of the contract, the performance in whole or in part by either party or any obligation under this contract shall

be prevented or delayed by reason of any war, hostility, acts of public enmity, civil commotion, sabotages, fires, floods, explosions, epidemics,

quarantines, restrictions, strikes, lock outs or acts of God (herein after

referred to as ‘the events’) then provided, neither party has any claim for damage against the other in respect of such non-performance or delays

in performance, deliveries under the contract shall be resumed as soon as possible if any of the events have ceased to exist . If the performance

in whole or in part or any obligation under this contract is prevented or delayed by any reason of Force Majeure for a period exceeding sixty

days, either party may at its option terminate the contract without any financial repercussion on either side.

8. Termination and Suspension

Unless specifically mentioned to the contrary in their offer itself, it will be assumed that all terms and conditions mentioned in this enquiry are

acceptable to the tenderer. The tender quotation of the Supplier not in conformity with the above

conditions is liable to be rejected.

9. Arbitration

9.1 In the event of any question, dispute or difference arising under this agreement or in connection therewith except as to the matter the

decision to which is specifically provided under this agreement, the same shall be referred by either party (MEA or the bidder) after

issuance of 30 days notice in writing to the other party clearly mentioning the nature of dispute to a single arbitrator acceptable to

both the parties. The agreement to appoint an arbitrator will be in accordance with the Arbitration and Conciliation Act 1996. The award

of the arbitrator shall be final and binding on both the parties to the agreement.

9.2 The arbitrator may from time to time with the consent of both the parties enlarge the time for making and publishing the award. Subject

to aforesaid Arbitration and Conciliation Act 1996, and the rules made

there under any modification thereof for the time being in force shall be deemed to apply to the arbitration proceeding under this clause.

Tender no: J-II/239/19/07

25

Annexure I

List of Requirements

Scope of Work: Supply, Installation, Testing, Commissioning & maintenance

of various Equipment at Indira Gandhi Institute of Child Health, Kabul,

Afghanistan.

GROUP-A (Operation Theatre Equipment)

S. No. Product Design Quantity

A.1 OT Table 2

A.2 Ceiling OT Light Twin LED 2

A.3 Portable OT Light 2

A.4 Ceiling Pendant 2

A.5 Electro-cautery 1

GROUP -B (Operation theatre instruments)

S.No. Product Design Quantity

B.1 Surgical Set Complete (Adult) 1

B.2 Surgical Set Complete ( Paediatric) 1

B.3 Laprotomy Instrument Set 1

B.4 Speculum Set Sims + Cusco 1

B.5 Tracheostomy Instrument Set 1

B.6 Laproscope Set 1

B.7 Operating Microscope 1

Tender no: J-II/239/19/07

26

GROUP-C (CSSD EQUIPMENT)

S.no. Product description Qty.

C.1 Sluicing Table 2

C.2 Sterile Packing Table 1

C.3 Autoclave instrument High Pressure (Double Door) 1

C.4 Autoclave Sundries High Pressurizes (Double Door) 1

C.5 Flash sterilizer (OR Unit) 1

C.6 Sterile Storage Mesh units 1

C.7 Sterilising Drums S.S big 2

C.8 Sterilsing Drums S.S medium 2

C.9 Sterilising Drums S.S small 2

C.10 ETO Steriliser 1

C.11 Washer Cum Disinfector Unit 1

C.12 Drying Heating Cabinet 1

C.13 Basket Distribution Trolley 1

C.14 Ultrasonic Washer 1

Tender no: J-II/239/19/07

27

GROUP-D (Intensive care Unit Equipment)

S.No. Product Design Quantity

D.1 Infant Radiant Warmer 4

D.2 Anesthesia Machine With Ventilator 2

D.3 Multi-Para monitor 6

D.4 Infusion Syringe pumps 5

D.5 Weighing machine 6

D.6 Ventilator 4

D.7 Neonatal Photo Therapy unit 4

D.8 Neonatal/pediatric Ventilator 3

D.9 Apnoea Monitor 1

D.10 Defibrillator 4

D.11 Suction Machine 2

D.12 ECG machine 2

D.13 ABG analyzer 3

D.14 Defibrillator with Monitor (AED) 2

GROUP-E (Emergency Equipment)

S. No. Product Design Quantity

E.1

Ceiling Infusion System With Infusion Syringe

Pump

2

E.2 Dressing Instrument Set 1

E.3 Portable Sterilizer 1

E.4 Dressing Drums 1

E.5 Nebulizer 1

E.6 Examination Kit 2

Tender no: J-II/239/19/07

28

GROUP – F (Blood bank Equipment)

S. No. Product Description Quantity

F.1 Blood Bank refrigerator 2

F.2 Oven(Hot Air) 1

F.3 Incubator 1

F.4 Elisa Reader/Washer 1

F.5 Cell Separator for Apheresis 1

F.6 Di electric Tube Sealer 1

F.7 Deep Freezer (-80 Deg.) 1

F.8 Deep Freezer (-40 deg C) 1

F.9 Blood Transport Box(Insulated) 2

F.10 Blood collection monitor 1

F.11 Blood Donor Chair 2

F.12 Blood Weighing Scale with Monitor 1

F.13 Cross Matching System with ID System (Gel Technique) 1

F.14 Plasma Thawing System(Water Bath) 1

F.15 Plasma Extractor 1

F.16 Platelet Incubator with Agitator 1

F.17 Test Tube Centrifuge 1

F.18 Cryo Centrifuge --Blood Bag 1

F.19 Double Weighing Balance 1

F.20 Reagent Storage Cabinet /Refrigerator 1

Tender no: J-II/239/19/07

29

GROUP G.1: Biochemistry & Haematology

S. No. Product Description Quantity

G.1.1 Blood Gas and Electrolyte Analyser 1

G.1.2 Osmo meter 1

G.1.3 Micropipettes (of assorted sizes) 2

G.1.4 Dispensers (of assorted sizes) 1

G.1.5 pH Meter 1

G.1.6 BOD Incubator 1

G.1.7 Electrophoresis- complete set 1

G.1.8 Cabinet for 5000 slides 5

G.1.9 Coagulometer 1

G.1.10 Syringe Needle destroyer 3

G.1.11 ESR Vacationers 2

G.1.12 Electronic Balance of 0.1mg accuracy/ capacity

200mg

2

G.1.13 Haematology Analyser(8 parameter) 1

G.1.14 Biochemistry semi auto analyser 1

G.1.15 Haematology analyser- Blood cell counter

(5 part Differential)

1

G.1.16 Haemocytometers with red and white pipettes 1

G.1.17 Urine analyser 1

Tender no: J-II/239/19/07

30

GROUP -G.2: Microbiology

S. No. Product Description Quantity

G.2.1 Centrifuges (Electro Rotofix) 3

G.2.2 Binocular Microscopes with inbuilt illumination 4

G.2.3 Hot air oven (100-300oC 1

G.2.4 Freezer 1-20OC (12cu.ft) with stabilizers 1

G.2.5 Roto mix mixer 1

G.2.6 Water baths 37oC with Racks 1

G.2.7 Water baths 56oC with Racks 1

G.2.8 Incubators 37oC (250 1t) 2

G.2.9 Laminar Flow cabinet (Microbiology) 1

G.2.10 Automated Microbiology System 1

G.2.11 Myo-bacterial cultural system 1

G.2.12 Hotplate Electric 1

G.2.13 Sterilizing Drums (32-40cm dia) 1

G.2.14 Desiccator Large & Small 2

G.2.15 Water Distilling Apparatus (Metalic) Double-

(3lt/hr) distillation/RO plant

1

G.2.16 Elisa Reader and Washer (Microbiology) 1

G.2.17 Rapid Culture System 1

G.2.18 Automated chemistry analyzer 1

G.2.19 Automated Immunoassay Analyzer 1

G.2.20 VDRL Rotator 1

G.2.21 Deep Freezer -20 C 1

G.2.22 Sterile Hood (Bio safety cabinet class II) 1

G.2.23 Autoclave vertical type 1

G.2.24 Flotation Bath 1

Tender no: J-II/239/19/07

31

GROUP -G.3: Histopathology

S.No. Product description Quantity

G.3.1 Tissue embedding system 1

G.3.2 Automatic tissue processor 1

G.3.3 Open tip Cryostat 1

G.3.4 Rotary Microtome (Semi-Automatic) 1

G.3.5 Cyto-centrifuge 1

G.3.6 Automatic Slide Strainer 1

G.3.7 Backup Microtome 1

G.3.8 Balance for grossing room 1

G.3.9 Instrument tray for grossing 1

G.3.10 Slide trays 1

G.3.11 Grossing station 1

GROUP –H: Imaging

S.No Product Description Quantity

H.1 Ultrasound Machine with Color Doppler 1

H.2 Ultrasound 1

H.3 2D Echo/ Doppler 1

H.4 X-ray View Box ( Six Films) 2

H.5 X-ray view Box Double Screen 2

GROUP –I: CT Scan

S.No. Product Description Quantity

I.1 CT Scan Machine 64 Slice 1

GROUP –J: Digital X-Ray, X-Ray Processor and C-Arm

S.No. Product Description Quantity

J.1 Digital X-Ray 300 mA 1

J.2 Digital X-Ray Processor 1

J.3 C-Arm 1

Tender no: J-II/239/19/07

32

GROUP –K: Diagnostic

S.No. Product Description Quantity

K.1 EMG/NCV 1

K.2 EEG 1

K.3 ENG 1

K.4 Bronchoscope 1

K.5 Gastroscope 1

K.6 Cystoscope 1

K.7 Colonoscope 1

K.8 Arthroscope 1

K.9 Pure Tone Audiometer 1

K.10 Brain Stem Evoked Audiometry (BERA) 1

K.11 Complete ENT set 1

K.12 ECG Machine 1

GROUP-L:PHYSIOTHERAPY EQUIPMENT

S. No. Product Description Quantity

L.1 EMG Biofeedback 1

L.2 Nebulizer 1

L.3 Short wave diathermy 500 Watt 1

L.4 Pulse wave Diathermy 500 Watt 1

L.5 Ultrasound therapy unit 1

L.6 Traction Unit 2

L.7 LASER Therapy 1

L.8 Wax Bath 1

L.9 Muscle Stimulator 1

L.10 Sanding Unit 1

L.11 Vestibular Board 1

Tender no: J-II/239/19/07

33

L.12 Multi-Activities work station 1

L.13 Inclined Mat 1

L.14 Stand in Table/ Tilt table 1

GROUP- M: Dental

S.No. Product Description Quantity

M.1 Dental Chair 1

M.2 Dental chair with X-Ray 1

GROUP-N:Dermatology

S.No. Product Description Quantity

N.1 UV Chamber 1

N.2 CO2 Laser 1

GROUP- O:OPTHALMOLOGY EQUIPMENT

S.No. Product Description Quantity

O.1 Slit Lamp microscope 1

O.2 Eye Speculum 1

O.3 Lid retractor 1

O.4 Refractor 1

O.5 Set Retractor 1

O.6 Set Cataract 1

O.7 Direct Ophthalmoscope 1

O.8 Indirect Ophthalmoscope 1

O.9 Retinoscope 1

O.10 Snellen acuity Chart 1

O.11 Near vision Chart 1

O.12 Color Vision testing equipment 1

Tender no: J-II/239/19/07

34

O.13 Streak Retinoscope 1

O.14 Surgical Eye Microscope 1

GROUP- P: Building Facility

S.no. Product Description Quantity

P.1 Fabricated Operation Theatre 2

P.2 HVAC 1

P.3 Gas manifold System (MGPS) 1

P.4 Patient Calling System 1

P.5 EPABX 1

P.6 Stretchers 20

P.7 Wheel Chairs 15

GROUP- Q: Furniture

S. No Product Description Quantity

Q.1 Emergency Cart 2

Q.2 Instrument Trolley 1

Q.3 Dressing Trolley 2

Q.4 Storage Cupboard medical 1

Q.5 Wide Body Foot Step 1

Q.6 Stretchers (Paediatric) 1

Q.7 Scrub Table 1

Q.8 Semi-Fowler Beds 4

Q.9 Fowler Beds 26

Q.10 Crash Cart fully equipped 3

Q.11 Over Bed Food Tray 22

Q.12 Bed Side Cabinet 20

Q.13 Medication Cart 2

Q.14 Ceiling Curtain Cubical System 6

Q.15 Wall Mounted Bed Head Panel 6

Q.16 Hydraulic Patient Trolley 4

Tender no: J-II/239/19/07

35

Q.17 Dressing Trolley 1

Q.18 Recording cabinets for blocks for about 2500

blocks

2

Q.19 Couch for USG/Echo 2

Tender no: J-II/239/19/07

36

Annexure II

Technical Specifications

A. Operation Theatre Equipment

A.1. Hydraulic OT Table

Description of Function

Hydraulic Operating Tables are simple tables for performing surgical procedures and it works without electrical power.

Operational Requirements

OT Table is required for general surgery and shall have X-Ray translucent tops.

Technical Specifications

1. Four section table top with divided foot section

2. Table top should be constructed from a high-pressure laminate to permit x-ray penetration and fluoroscopy

3. All table positioning, i.e., height, back section, lateral tilt, trendelen burg, and anti-trendelenburg, except foot and head section should be

operated hydraulically 4. Should have a manual position selector, whose location should be

interchangeable between foot and head end 5. The casings on the frame and centre supporting column should be

made of hygienic stainless steel 6. Mattress should be radio lucent and suitable for fluoroscopy

7. Measurements :( all dimensions are approximated to +/- 10 % variations)

a. Height: 730-1040 mm b. Side tilt: + 15 degrees

c. Back section adjustment: - 15 degrees to 70 degrees

d. Foot section adjustment: - 90 to 0 degree, detachable e. Trendelenburg: 25 degree

f. Anti trendelenburg: 25degree g. Head section adjustment: -40 to -30 degree & detachable

h. Maximum width: 555mm i. Length: 1950 mm

8. Tabletop should be completely detachable and compatible with transfer trolley

System Configuration Accessories, spares and consumables

Accessories should include,

a. Padded arm rest with straps - pair with damps

Tender no: J-II/239/19/07

37

b. Anaesthesia screen with clamps c. Side supports: pair with clamps

d. Shoulder supports: pair with clamps e. Knee crutches: pair with damps

f. X-ray cassette tray g. Kidney bridge

h. SS bowl with clamps i. Infusion rod with clamp

Documentation

1. User/Technical/Maintenance manuals to be provided in English.

2. Certificate of calibration and inspection. 3. List of Equipment available for providing calibration and routine Preventive

Maintenance Support as per the manufacturer’s documentation in service/technical manual.

4. List of important spare parts and accessories with their part number and costing

5. Log book with instructions for daily, weekly, monthly and quarterly maintenance checklist.

6. The job description of the hospital technician and company service

engineer should be clearly spelt out.

A.2. Ceiling OT Light (Twin LED)

Description of Function

Surgical lights illuminate the surgical site for optimal visualization of small, low-contrast objects at varying depths in incisions and body cavities.

Operational Requirements

1. The light should comprise of 2 units, one major (diameter around 90

cm) and one minor (diameter around 55 cm). Each unit should have a central light bulb.

2. Should be shadow free. 3. Should have a facility of continuous brightness adjustment.

4. Should have provision of direct recording & display of operating field via an autofocus, motor driven zoom lens, with digital video camera

with high definition resolution recordable on hard drive/ DVD/ Mini DV tapes. All cables should be connected through the central supporting

pillar of the light. 5. Each should have a single bulb with reserve.

Technical Specifications

1. The light should be easily manoeuvrable and should have a swivel

radius of at least 150 cms and height adjustment of at least 100 cms 2. Each unit should provide more than 250000 lux light at 4200 k colour

temperature 3. The optimum colour temperature of the light should be between 42000

–47000 Kelvin, with colour rendering index of at least 90. 4. Each unit should provide a pre-focussed beam of light with at least 50

cms depth of field.

Tender no: J-II/239/19/07

38

5. It should be a cool light and should not interfere with the laminar air flow system. The absorption of infrared radiation should be more than

99% and infrared radiation to feet at 100000 lux should be less than 35 w per sq meter.

6. Each unit should have halogen lamp of average life of 1000 hours – 25 spare bulbs should be included

7. There should be reserve light source (halogen) with automatic activation in case of a fuse bulb.

8. Should have option of electromagnetic brakes to maintain the light in a

steady position 9. The light should have 360 degree turning radius with unbreakable head

Glass. 10. Light should automatically switch on in case of resumption of

electricity after power failure. 11. The handle should be Auto cleavable & detachable.

Power Supply

1. Power input :220-240V/ 50 Hz AC Single phase or 380-400V AC 50 Hz 2. Three phases fitted with appropriate Indian plugs and sockets.

3. Suitable Servo controlled Stabilizer/CVT

Documentation

1. User/Technical/Maintenance manuals to be provided in English.

2. Certificate of calibration and inspection. 3. List of important spare parts and accessories with their part number and

costing. 4. Log book with instructions for daily, weekly, monthly and quarterly

maintenance checklist. 5. The job description of the hospital technician and company service

engineer should be clearly spelt out.

6. List of Equipment available for providing calibration and routine Preventive Maintenance Support as per manufacturer’s documentation in

service/technical manual.

A.3. Portable OT Light

Specifications of Portable OT light

Should be a 16-20 Watts Led Examination light, with stable base Lamp head should be provided with ergonomic handle of at least 800

mm length Focus of the light should be around 30cm for field of view 20cm

Lamp head should be mounted on flexible goose neck

Lux output of 50000 lux at 30 cm working distance with angled frame for optimum spread of illumination

LED lamp with 50000 hours lamp life Cool beam at 6000 K color temperature without heat rise

Class II Inbuilt Transformer Should be from a well known firm with CE marking

Tender no: J-II/239/19/07

39

To be provided by UPS suitable for 1 hour backup. Provision for mounting UPS on base.

Unit should have a mobile trolley.

A.4. Ceiling Pendant Height should be adjustable as per the height of the room

Lifting capacity should be up to 240 kg, according to total arm length Fixed arm and service head’s turning angle shall be 330°

Fixed arm’s length should be up to 1-2 m Services head’s length should be up to 1-2 m

Pneumatic brakes should be with inversion (without absolute stop of compressed air)

A.5. Electro cautery

With real output monitoring system (digital), microprocessor controlled unit with two independent H. F. generators for mono-polar & bipolar & TUR

operations with defibrillator protector (builtin), with following modes:

Save setting mode Pure cut, blend i, ii, iii

Contact coagulation Spray coagulation

Bipolar coagulation (auto switching) Remote electrode monitoring (REM) for monitoring, if patient plate is not

connected or loosely connected. Transurethral resection (TUR) can be preformed

With high crest factor.

Micro surgery should be possible, in low power setting Independent laparoscope outlet as per the standard

Complete with following standard accessories: mobile trolley, reusable twin button handle, min. 5 electrodes, reusable patient plate, bipolar

forceps, auto-cleavable bipolar cable, double foot switch for mono-polar use and single foot switch for bipolar use

B. Operation Theatre Instruments

B.1. Surgical Set Complete (Adult) Specifications of Surgical set:

1. LED Torch

a. Should be made up of steel/ Fibre b. White LED lights with a reflector

c. Should be rechargeable type and should have facility for recharging d. Should have an ON/OFF switch

e. Should work with 230 Vac 2. Measuring Tape

a. Length of the tape should be 150 cm b. Should be tailor model tape

c. Material should be Vinyl Coated Fibre d. Width of the tape at least 12mm

e. Should be able to measure body dimensions (E.g. Abdomen chest, arm circumferences etc.)

3. Cutting Scissors

Tender no: J-II/239/19/07

40

a. Should be made up of hardened stainless steel b. Size should be 10”

c. Should be tailor model scissors 4. Curved Artery Forceps – 6”

Should be made up of Stainless Steel - Surgical grade (SS -410) 5. Curved Artery Forceps – 8”

Should be made up of Stainless Steel - Surgical grade (SS -410) 6. Mercury Thermometer

a. Should show the temperature in Fahrenheit and Centigrade both

b. Clinical thermometer stem type (PT-1) made from imported capillary glass tubing as per IS-3055

c. Overall Length: Min 100 mm, Max 120mm d. Scale length : Min 40 mm, Max 70 mm

e. Bulb length : Min 12 mm, Max 18mm 7. Small Tray with Lid

a. Should have a dimension of 8 x 3 inches b. Should be made with Stainless Steel, Grade – SS 304

c. Lid should have a handle of Stainless Steel, Grade - SS 304 8. Scissors (Small)

a. Should have two sharp cutting blades of minimum 6 cm (cutting portion) length

b. Blades should be made up of non corrosive stainless steel c. Should have a non corrosive handle

9. Height Measuring Scale (Studio meter)

a. Should be able to measure 25" - 84" (64 - 214 cm) b. Should have measurements in Inches and Centimetres both

c. Should have 1/4" (0.5cm) graduations d. Should be wall mountable type

e. Should be made up of high quality Aluminium f. Should be easy to install

10. Transparent Plastic Jar (Box) a. Should be made with Parma and Food grade plastic

b. Should be transparent with cap c. The box should have a height of 3 inches

d. The box shall have four compartments of each 4x4 inches size e. Variation of 0.5 inches in the measurements mentioned above will

be acceptable.

Tender no: J-II/239/19/07

41

B.2. Surgical Set Complete (Paediatric)

Consisting of:

Name of the Items Specifications Size

Scalpel Handle #3

Iris Scissors Straight Sharp/Sharp 4-1/2"

Dissecting Scissors Curved 6"

Metzenbaum Dissecting

Scissors

Delicate Straight 6"

Metzenbaum Scissors Delicate Curved 6"

Micro Mosquito Forceps Straight Delicate 4-3/4"

Micro Mosquito Forceps Curved Delicate 4-3/4"

Crile Forceps Curved Delicate 5-1/2"

Rochester-Ochsner Forceps Pediatric Straight 1x2 Teeth 5-1/2"

Rochester-Ochsner Forceps Pediatric Curved 1x2 Teeth 5-1/2"

Baby Mixter Scissors Curved Partial Serrations 5"

Baby Mixter Scissors Curved Partial Serrations 7"

Backhaus Towel Clamp 3-1/2"

Ballenger Sponge Forceps Straight Serrated 7"

TC Ryder Needle Holder Micro-Serrated Tungsten Carbide

6"

Tissue Forceps 1x2 Teeth 5"

Dressing Forceps Delicate Serrated 5"

Tissue Forceps Delicate 1x2 Teeth 5-1/2"

Tuttle Forceps Light Pattern 7"

Allis Tissue Forceps 5x6 Teeth 6"

Allis Tissue Forceps Delicate 4x5 Teeth 5-1/2"

Babcock Forceps 5-1/2"

Benson Pylorus Separator 5-3/4"

Payr Pylorus Clamp Light 5-3/4"

Probe Double End 5"

Probe Double End 5"

Poole Suction Tube 16 French 7-3/4"

Tracheal Retractor Blunt Three Prong 6-1/2"

Roux Retractor Double End Small 5-1/2"

Langenbeck Retractor Small 3/8" x 1 1/8" Blade 9"

Langenbeck Retractor Large 5/8" x 1 1/4" Blade 9"

Deaver Retractor 5/8" x 8"

Zalkind Ribbon Retractor Malleable 1" x 7"

Weitlaner-Beckman Retractor Sharp 6-1/2"

Balfour Retractor Pediatric 1 1/4" Deep 4" Spread

Tender no: J-II/239/19/07

42

B.3. Laparotomy Instrument Set Consisting Of:

2 X Sponge Holding Forceps, Curved

2 X Maier Polypus Forceps, With Ratchet, Curved 10 X Backhaus Towel Holding, Forceps, 110mm,

2 X Scalpel Handle, No. 4 1 X Scalpel Handle, No. 7

4 X Kocher Forceps, Straight, 1x2 Teeth, 140mm Df 4 X Pean Artery Forceps, Straight, 140mm

4 X Halsted Mosquito Forceps, Straight, 125mm 4 X Halsted Mosquito Forceps, Curved, 125mm

4 X Halsted Forceps, STR, 1x2 Teeth, 125mm 4 X Halsted Forceps, Curved, 1x2 Teeth, 125mm

2 X Halsted Artery Forceps, Straight, 185mm 2 X Halsted Forceps, 1x2 Teeth, Straight, 185cm

2 X Kocher Hysterectomy Forceps Straight, 200mm 2 X Kocher Hysterectomy Forceps Straight, 260mm

1 X Rochester-Pean Artery Forceps, 200mm

1 X Rochester-Pean Artery Forceps, 240mm 6 X Mukulicz Peritoneum Forceps, 180mm

2 X Dissecting Forceps, Slender Pattern, 145mm 2 X Tissue Forceps, Stand. Patt., 1x2 T., 145mm

1 X Gerald Brain Forceps, 1x2 Teeth, 175mm 2 X Forceps, Straight, 2mm Jaw, Atraum. 150mm

2 X Forceps, Straight, 2mm Jaw, Atraum. 200mm 1 X Dissect. Forceps, With Serrated Ends, 200mm

1 X Op. Scissors, Str., Bl/Sh, 145 Mm, S 1 X Lexer Dissecting Scissors, Curved, 165mm

1 X Dissect. Scissors, Metzenbaum, 145mm, Cvd. Durotip 1 X Dissect. Scissors, Metzenbaum, 18cm, Cvd. Durotip

1 X Durotip Diss. Scissors, Metzenbaum, Cvd. 20cm 1 X Durotip Diss. Scissors, Metsenbaum, Cvd. 23cm

1 X Durotip-Ligature Scissors, 180mm Long

Micro Adson Dressing Forceps Serrated 4-3/4"

Haight-Finochietto Rib

Retractor

Total Opening 3"

Bailey Rib Contractor

Frazier Suction Tube 8 French

Desmarres Lid Retractor 16mm

Spring needle holder

Spring scissors

Micro-toothed forceps

Needle holder with TC tip

Reynold’s scissors

Adson toothed forceps

Tender no: J-II/239/19/07

43

2 X Volkmann Retractor, Semi-Sharp, 6-Pronged 1 X Roux Retractor, Double-Ended, Set Of 3

2 X Langenbeck Retractor, 28 X 14 Mm 2 X Kocher-Langenbeck Retractor, 55x11 Mm

1 X Fritsch Abdominal Retractor, 75mm Wide 1 X Mikulicz Abdominal Retractor

1 X Haberer Abdominal Spatula, Malleable, Tapered 2 X Cushing Vein- And Wound Retractor, 10 X 13 Mm

2 X Wound And Tracheal Hook, Sharp, 2 Teeth

1 X Deschamps Needle, Blunt, Cvd To Left, 215 Mm 1 X Guide Probe, 5,0 Mm Broad, 195mm

2 X Durogrip Baumgartner Needle Holder, 145mm 1 X Durogrip-Needle holder. Delicate, 200mm

2 X Durogrip Hegar-Mayo Needle Holder, 205mm 1 X Durogrip Hegar Needle Holder W/O Groove, 205mm

2 X Overholt Dissecting Forceps, 215mm L. 2 X Overholt Dissecting Forceps, 209mm L.

2 X Overholt Dissecting Forceps, 220mm L. 1 X Czerny Tumor Forceps, 4x4 Teeth, 200mm

2 X Non-Traum. Holding Fork., Allis, 155mm 2 X Non-Traum. Grasping Forceps, Allis, 200mm

2 X Boys-Allis Tissue Grasping Forceps, 155mm 1 X Duval, Lung Grasping Forceps, 230mm

1 X Volkmann Spoon, Sharp, Size 0

1 X Nelaton Director, Cvd., 160mm 1 X Probe, Double Ended, 145mm, Diam. 1,5mm

1 X Probe, Double Ended, 200mm, Diam. 2,0 Mm 1 X Myrtle Leaf Probe, 145mm

1 X Interior Box 1 X Needle Case, Perforated, 7 Comp, 150x90x10 Mm

1 X Kidney Tray, 250mm 1 X Laboratory Tray, 8, 3x5, 4x4, 1cm

1 X Tray For Laboratory, 111 X 72 X 56 Mm 1 X Mikulicz Abdominal Retractor

1 X Kelly Retractor 1 X Allison Lung Spatula 32cm Blade 54mm

2 X Overholt Dissecting Forceps. 294mm L. 1 X Forceps, Straight, 2,0mm Jaw, Atraum.240mm

1 X Dissect. Scissors, Nelson-Metzenbaum, 28cm, Duro

1 X Durogrip Wangensteen Needle Holder, 275mm 1 X Kirschner Retractor, Complete

B.4. Speculum Set Sims + Cusco Consisting Of:

1 X Kris teller, Set Of Vaginal Speculum, 70x15mm

1 X Braun Vaginal Speculum, For Virgins 1 X Braun Vaginal Retractor, 60x10mm

2 X Gross Polypus And Sponge And Dressing Forceps 2 X Pozzi Tenaculum Forceps, Straight, 175mm

Tender no: J-II/239/19/07

44

B.5. Tracheostomy Instrument Set Consisting Of:

2 X Gross Polypus A. Sponge A. Dressing Forc., Df

4 X Backhaus Towel Holding Forceps, 110mm 1 X Scalpel Handle, No.3

2 X Halsted Forceps, Curved, 1x2 Teeth, 125mm 1 X Babycrile Artery Forceps, Curved, 140mm

2 X Pean Artery Forceps, Straight, 140mm 6 X Kocher Forceps, Curved, 1x2 Teeth, 140mmdf

2 X Langenbeck Retractor, 33 X 14 Mm 2 X Kocher Retractor, Large, 20 X 15 Mm

2 X Wound And Tracheal Hook, Blunt, 3 Teeth 2 X Wound And Tracheal Hook, Sharp, 1 Tooth

1 X Laborde Trachea Dilator, 125 Mm

1 X Weitlaner Retractor, Lt-Ratchet, 3 X 4 Sh Pr 1 X Dissecting Forceps, Slender Pattern, 145mm

2 X Tissue Forceps, Am. Patt., 1x2 Teeth, 145mm 1 X Cooper Scissors, Cvd., Bl/Bl, 145mm, S

1 X Metzenbaum Scissors, Curved, 145mm 1 X Deschamps Needle, Blunt, Cvd To Left, 215mm

1 X Guide Probe, 5, Omm Broad, 195mm 1 X Nelaton Director, Cvd., 160mm

1 X Durogrip De Bakey Needle Holder, 180mm 1 X Cooper Scissors, Cvd., Bl/Bl, 145 Mm, S

1 X Ochsner Suture Forceps, Fluted 5 3/4 1 X Interior Box

B.6. Laparoscope Set

Specifications of Laparoscope set:

Telescope Dia 7mm, 300mm long 0° Telescope Dia 7mm, 300mm long 25°

Telescope Dia 7mm, 300mm long 50° Tracer Sleeves 7mm with Insufflation tap.

Metal Sleeve, Standard Straight Distal Tip WL 150mm, 138 7mm Dia.

Metal Sleeve, Standard Oblique Distal Tip WL 100mm, 7mm Dia. Trocar Sleeve Conical Tip for use with Straight Tip Sleeve

Trocar Sleeve Pyramidal Tip for use with Straight Tip Sleeve Trocar Sleeve Conical Tip for use with Oblique Tip Sleeve

Trocar Sleeve Pyramidal Tip for use with Oblique Tip Sleeve Reducing adapter for reduction from Dia 7mm to 5.5mm

A traumatic Grasping Forceps both jaws Opening WL430mm A traumatic Grasping Forceps both jaws Opening Babcock WL

430mm

Grasping Forceps blunt, both jaws opening WL430mm Grasping Forceps 14mm tapered, both jaws opening WL310mm

Grasping Forceps with teeth, both jaws opening. WL310mm

Tender no: J-II/239/19/07

45

Grasping Forceps with one teeth, grooved, both jaws opening WL310mm

Grasping Forceps with Two teeth grooved WL 430mm Grasping Forceps for fine structures WL 310mm

Grasping Forceps and coagulation forceps, both jaws opening WL 310mm

Grasping and Dissecting Forceps both jaws opening. WL 310mm. Grasping and Dissecting Forceps curved left both jaws opening. WL

430mm

Grasping and Dissecting Forceps 18mm, tapered, both jaws opening WL 310mm

Grasping and Dissecting Forceps 20mm, single jaw action WL 310mm

Grasping and dissecting forceps 15mm single jaw action Universal Grasping Forceps both jaws opening WL310mm

Plate shaped grasping Forceps both jaws opening WL310mm Biopsy Forceps Spiked, both jaws Opening WL430mm

Biopsy Forceps Cutting action WL430mm Biopsy Forceps Cutting action WL430mm

Hook Punch by Frangenheim, cutting action. WL 310mm Hook Punch by Frangenheim, cutting action. WL 430mm

Grasping Forceps 5mm with spring handle and cleaning channel WL 315mm

B.7. Operating Microscope

Technical specification

1. Motorized zoom magnification, 6:1 ratio 2. Magnification from 1.8x to 15.8x or more with 10x eyepiece

3. Variable working distance from 207 mm (+/- 25 mm) to 470 mm (+/- 25 mm) through motorized multi focal lens.

4. Pair of wide-field eyepieces for spectacle wearers 10x, dioptric setting + 5D to - 5D

5. Ergonomic handles with buttons for motorized control of focus and zoom in both hand & foot.

6. Facility for adjusting speed of the focusing motor to adapt for

different magnifications. 7. 300W xenon illumination and 12V/150W same independent Xenon

back up lamp through fibre optic cable. 8. Inclinable binocular tube, inclinable over range of minimum 0-180

Deg. 9. Facility for spot illumination

10. Floor stand with electromagnetic brakes with freedom of movement in all 6 axis.

11. Floor stand should have adjustable carrying capacity, not less than 13 kgs.

12. System should be upgradable for neuronavigation & fluorescence.

13. Tool tracking facility 14. It should have a graphic display LCD with background

illumination with at least 6 user defined settings.

Tender no: J-II/239/19/07

46

15. It should stabilize less than 3 sec. & should reboot less than 1 min. (16) Camera should be independent of microscope.

16. There should be a facility of a manual balance.

Essential Accessories:

1. Stereoscopic co-observation attachment for second observer with

tillable eyepieces, minimum 0-160 Deg. 2. Integrated Beam Splitter

3. 3-Chip CCD HD (high definition) output camera with c-mount for

connecting with the microscope & recording on a hard drive on mini DV disks.

4. Digital video recording facility with appropriate video editing software.

Optional Accessories:

1. Diploscope (face to face attachment) 2. 12-function footswitch

3. Digital still camera for attachment with microscope

Power Supply

1. Power input to be 220-240VAC, 50Hz fitted with Indian plug

2. Resettable over current breaker shall be fitted for protection

3. Voltage corrector /stabilizer of appropriate ratings meeting ISI Specifications. (Input 160-260 V and output 220-240 V and 50 Hz)

4. Suitable UPS with maintenance free batteries for minimum one-hour

back- up should be supplied with the system.

Documentation

1. User/Technical/Maintenance manuals to be provided in English. 2. Certificate of calibration and inspection.

3. List of Equipment available for providing calibration and routine maintenance support as per manufacturer documentation in service /

technical manual. 4. List of important spare parts and accessories with their part number

and costing 5. Log book with instructions for daily, weekly, monthly and quarterly

maintenance checklist. 6. The job description of the hospital technician and company service

engineer should be clearly spelt out.

7. Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page/para number of original

catalogue/data sheet. Any point, if not substantiated with authenticated catalogue/manual, will not be considered.

Tender no: J-II/239/19/07

47

C. CSSD C.1. Sluicing Table

Complete stainless steel CSSD instrument sluicing table with hand water jet table form machine pressed made of acid-proof stainless

steel.S.S.304; 1.5mm thickness laser cut with hot and cold water faucets. Should have sturdy tubular framework

Should have twin bay sink with drain out water connection Adjustable stusts.

Size should be 1200mm x w 600mm x h 850mm

C.2. Sterile Packing Table Complete stainless steel CSSD sterile packing table form machine pressed

made of acid-proof stainless steel; grade – S.S.304 grade, 1.5mm thickness laser cut

Sturdy tubular framework

Lightened table top Adjustable stumps.

Size: 1400mm x w 900mm x h 850mm

C.3. Autoclave instrument High Pressure (Double Door)

(Horizontal Rectangular Steam Sterilizer)(As per IS-3829)

Size 450mm (W) x 450mm (H) x 900 (Depth) Power Load 12 K.W

Chamber Volume 255 Litres Working Pressure 15 psi

Working Temperature 121ºC

Hydraulic testing Jacket / Chamber 45 / 30 psi Material of Construction: Chamber S.S. 316 L quality, End-ring S.S.

316 quality, Jacket S.S. 316 quality, Back Plate S.S. 316 L quality

Door plate S.S. 316 quality Insulation Glass wool. ( 50 mm. thick)

Outer cover S.S.304, 20 G. sheet – mirror polished Pipe lines S.S.316 quality seamless.

Fittings / Connections S.S. 316 quality, B.S.P. threading. Lock/ radial arm / hinge C.I. & EN-8 quality Gasket Silicone rubber,

joint-less hollow type. Stand Stainless Steel S.S.-304

Detailed Control & Fittings:

Control Valve To carry out all functions of sterilization cycle i.e. steam to jacket, steam to chamber fast/slow exhaust & vacuum / drying,

fresh air etc. Door Hinge type Double door will be fitted with horizontal type opening & automatic pressure locking device so that the door

cannot be opened till the steam is fully exhausted from the chamber. Quick vacuum drying - Apparatus. This allows the filtered and sterile air

to break the chamber vacuum & helps in quick drying. Accidental vacuum -breaker / jacket air valve

A safety device for jacket against accidental vacuum and for automatic air removal to obtain saturated steam.

Tender no: J-II/239/19/07

48

Safety valve, a safety device against excess pressure -in jacket / steam generator, dial type thermometer Indicates sterilization temperature.

Plug screen, a device to prevent large particles from entering chamber drain line.

Compound Gauge Indicates chamber pressure/ vacuum Pressure Gauge Indicates jacket / boiler pressure.

Steam trap Solenoid valve Pneumatically operated – “Y” type

Non Return Valve Swing type. G.M. Ejector For fast drying Valves S.S.

304 quality ball valve Chamber condensate line. Is fitted with a thermostatic steam trap and

check valve for thorough evacuation of air and condensate from the chamber to achieve optimum temperature. Drain line S.S. 2” manifold

Loading carriage S.S. 304 quality Transfer trolley S.S. 304 quality

Steam Generator (Boiler)

Will be of SS-316 and attached to underneath the jacket & fitted with

Heater Water immersion type industrial, ISI mark Water level magnetic switch to protect heater from low water level. Glass tube to indicate water

level in boiler. Valves For water inlet & outlet.

Panel Board

Panel board equipped with Pressure switch. Air break contactor, Cutler & hammer make

Indicating neon lamps, Captain make On-Off Toggle switch

Digital temperature indicator & controller with timer & alarm after completion of sterilization cycle

Sterilizers shall have program/function of Bowie and Dick Test

C.4. Autoclave Sundries High Pressurizes (Double Door) Supply & Installation Of:

S.S 316 High Speed Double door Autoclave For Sterilization Of Sundries like gauge, cotton, plastic disposables / gloves (121 deg)

Type: Horizontal cylindrical Double Walled Chamber

Chamber Size: 400mm W X 600mm H App.

Chamber Volume: 75 lirs. Approx.

C.5. Flash sterilizer (OR Unit)

Table-Top, Rapid, Front Loading Autoclave Fully automatic microprocessor controls

Accurate pressure control switch (1.2Kg/121C & 2Kg/134C)

Digital timer for Wet & Dry heat

Alarm for completion of total command

Auto drain out of water and condensation of steam; with external Wastewater tank

Sterilization chamber made of strong deep drawn stainless steel S.S-304

Sheet to stand high Pressure

Tender no: J-II/239/19/07

49

C.6. Sterile Storage Mesh units Complete S.S Sterile Storage Mesh Units With Tubular Frame

Should Have Mono Steered, Antistatic 5” Castors Should Have 5 Shelves App. 2~3” Depth

Size Of The Mesh Basket App. 2’ X 3’ Overall Size: App 6’

C.7. Sterilizing Drums S.S Big

Seamless Complete S.S 304 Grade Sterilizing Drum, Perforated Outer Shell Strip & Additional Strip For Closer, Top Loading. App. Size H 11” X W 9”

C.8. Sterilizing Drums S.S Medium

Seamless Complete S.S 304 Grade Sterilizing Drum, Perforated Outer Shell Strip & Additional Strip For Closer, Top Loading. App. Size H 11” X W 5”

C.9. Sterilizing Drums S.S Small

Seamless Complete S.S 304 Grade Sterilizing Drum, Perforated Outer Shell Strip & Additional Strip For Closer, Top Loading. App. Size H 9” X W 9”

C.10. ETO Sterilizer

Chamber: MOC SS 316 Thickness 4 mm thick Size 18” x 18” x 24” Chamber Volume 120 Liters. Working Volume 5

Cu.Ft. / 133 Ltr. Jacket: MOC SS 304,Thickness 3 mm thick

Door: MOC SS 304 o Thickness -8 mm

o Type Hinged Type Radial Locking o No. of Door One

o Mechanical Door Lock 1 Nos. Humidification System: MOC SS 304

o Glass Gauge 1 Nos. o Nos. of Heater 1 kw

Vaporiser System: MOC SS 304

Hot Water Circulator: MOC SS 304 Aerator System: No. of Filter Cartage 1 Nos.

o No. of Port 2 x ½” Vacuum System

Tank MOC Stainless Steel 304 Piping Connection ½”

Stand o MOC Mild Steel Round Pipe

Insulation o MOC of insulation cover SS 304 20 Gauge

o MOC of insulation R.B glass wool o Thickness 50 mm thick

Gasket: MOC Neoprene o Size ¾” x ¾”

Interconnecting Pipe: MOC SS 304

Type Seamless o Pipe Thickness 10 gauge

Tender no: J-II/239/19/07

50

Inlet & Outlet Valve Chamber inlet ½” BSP Jacket inlet ½” BSP Chamber vent ½” BSP Chamber drain ½” BSP Jacket drain ½” BSP Chamber

vacuum ½” BSP Temperature Sensor

Type Head Type o Size ¼” x 6” length

o Qty. 1 nos. Pressure Transmitter Type Pressure State Range 4 kg

o Qty 1 Nos.

Solenoid Steam Valve Type Pneumatic Rotary Actuator

Body CF8 SS 304 Design Three Piece Full Bore Ball Valve

No. of Valve 3 Nos. Supply 220V AC

Manual Steam Valve Size ½” Vacuum Pump Motor Load 1 H.P. Type Belt Drive Qty 1 Nos.

C.11. Washer cum Disinfector Unit

The Washer Disinfection will be equipped with all accessories suitable for washing, disinfecting and drying of all kinds of surgical

instruments, respiratory tubing, suction devices, bottles and other glassware

Single door. Chamber made of stainless steel S.S.304

Microprocessor control for all services, programming and

statistic functions–three pre-set programs.

Equipped with powerful water circulation pump.( capacity)

Equipped with four spray arms for good penetration.

Dosage of detergent can be pre-set with dosing pump. Sensor to detect level in soap tank and easy refilling system

Sensor for water in chamber to avoid dry run.

Double wall with insulation to run with minimum sound and heat emission.

Air particle filter to ensure the drying air is free from

particles. Size of chamber: 600mmx700mmx700mm.(Approx.)

Chamber volume: 250–275liters.

Overall dimension: 815mmW x730mmLx1890mmH.

Electrical Connected Load: 20KWon3phases, 400V, AC

supply. Frontloading.

The warranty of equipment will be five years

C.12. Drying Heating Cabinet Chamber Volume: 150 Litres

approx. Operation: Automatic

Construction: The equipment consists of MS frame work supporting the outer cover and inner chamber. The inner chamber is fabricated from

stainless Steel the outer chamber from epoxy painted CRCA sheets.

Tender no: J-II/239/19/07

51

Door: The drying cabinet is provided with a quick lock door of S.S. 304 from inside along with heat resistant gasket.

Air Circulating Fan: The chamber design allows uniform air circulation. The air is circulated by a stainless steel impeller powered by a 3 phase motor.

Exhaust: Exhaust is provided at the top of the unit. The exhaust opens to ensure complete removal of moisture.

Heating System: S.S. Sheeted “U” Type Heaters are provided. Shelf: 2 No’s. Equiv.-spaced S.S. 304 shelves are provided.

Insulation: The drying cabinet chamber will be insulated with 50mm. thick

resin bonded glass wool. Control System: The user friendly control panel comprises of:

Temperature Indicator Controller for setting the drying Temperature, Timer for setting drying time, “START” Push button & Indication bulb.

C.13. Basket Distribution Trolley

Made of good quality stainless steel-304. Internal size – 1100mm x 500mm x 1400mm.

External size – 1200 x 600 x 1700mm. No. of shelves – 2 nos.

Good quality 4 Nos. castor wheels for easy manoeuvrability, size of castor: 150mm.

C.14. Ultrasonic Washer

Ultrasonic Control Digital Timer upto1Hour Frequencyofoperation40 kHz+/-3kHzTransducers

TankClearSize.30”x18”x18”(LxW xH)\

Tank MaterialS.S.304/16SWG

TankCoverS.S.202/20 SWG

TankCapacity30 Litres

Heater 1.5Kwx4Nos.

Temperature Control by Analog Temp. Controller

Construction Ultrasonic Generator & S.S. Tank Are Separate

Drain. S.S Teflon seated ball valve Is fitted on rear side of S.S Tank

Filter Pipes provided on rear side of S.S. Tank

Ultrasonic Power1500+1500Watts

Electric Supply220vAC/50Hz

D. ICU

D.1. Infant Radiant Warmer Specifications of Infant Warmer:

Infant warmer with integrated baby bassinet unit that accommodates

use of resuscitation equipment for intensive care of neonate Specification:-

Infant warmer system to provide controlled source of radiant heat for infant

Heater can be adjusted to 600 watt Microprocessor controlled skin sero mode operation with digital display

Digital display of patient temperature and elapsed time

APGAR score facility Audible and visual alarms. built-in halogen examination light

Built-in gas driven venture suction system

Tender no: J-II/239/19/07

52

Tilting large bed platform suitable for x-ray cassettes Bed with thermally insulated mattress that is tiltable in trendelenburg

and reverse position Accessible from 4 sides with plexi glass safety frame

Safety guard, which maintains 25% oxygen flow. Nitrous Oxide cutoff in absence of Oxygen gas.

D.2. Anaesthesia Machine with Ventilator With PIN Indexed Gas yokes for O2 & N2O.

Diameter Indexed Safety system connectors for O2,N2O &AIR

Central Pipeline inlets. Hypoxic

Single draw, Safety valve, APL, ACGO, Airway Pressure Meter. Mechanical flow meter(4 tubes) with backlight on/off function

Dual tube flow meter for O2, N2O & Single Tube for AIR 0.05-1ltr & 1.10 -10ltrs/min

Low Flow anesthesia possible.O2 Flush of 25 to 75 lpm. Closed, Semi close and open circuit operation.

Two vaporizer connectivity with interlocking function.

AGSS Port Provided. Automated Pre check provided to check for leaks, compliance

Navigating wheel for easy operation

Integrated Circle absorber with optional heater to avoid water

condensation in the patient circuit Canister capacity 1.5 liters

Built-in Ventilator

Pneumatically driven, Electronically controlled With 8 " Bright Color TFT display for set and monitor

patient parameters (800 X 600 Pixels) Waveforms displayed: P-T, F-T, V - T

Modes of Ventilation : VCV,PCV,SIMV(V) +PS,SIMV(P)+PS Manual and Standby

Manual to Vent mode selection switch (One step operation) Tidal volume 40ml to 1500ml

With Inspiratory and Expiratory flow sensors I : E Ratio : 3:1 to 1:6, Rate: 4 to 60 bpm,

Electronic PEEP

Alarms for Hi/Lo pressure, Hi/Lo Minute Volume,

Hi/Lo Tidal Volume, Apnea, Continous Airway pressure, Battery low, Hi/Lo FiO2 Concentration

Monitors: Vti, Vte, MV, Freq, Ppeak, Pplat, Pmean, FiO2, Resistance, Compliance.

Lithium Battery > 90 mnts backup • FiO2 Monitoring

Tender no: J-II/239/19/07

53

D.3. Multi-Para monitor Features:

TFT Color Display. 10.4”

Standard configuration of ECG, Respiratory, SpO2, NIBP, Temp Drug dose calculation/HRV analysis/OXY CRG

Arrhythmia detection Should have more than 144 hours trend

3 Lead/5-Lead monitoring Alarm event review- Crisis & Warning

Full parameter storage function while power off Pacemaker detection function

Build-in Three Channel Thermal Recorders. Display of more than 6 waveforms; including 4 ECG waveforms display;

Customized waveforms display order.

Technical Specifications

General o Display: Color TFT

o Size: 10.4” and higher o Resolution: 640 X 480 and higher

o Power: 110-230 VAC, 50/60 Hz, Input: 115 VA o Battery Operation: More than 1.5 hours

o Weight: lighter than 8 kg o Should have saturation probe for neonate, infants & small children

ECG/Respiration

o Heart Rate Range: 15 ~ 300 bpm o Lead Selection: I, II, III (3 lead mode)

I, II, III, V, AVR, AVF (5 lead Mode) o ST Segment Range: -0.8 ~ +0.8mV

o Sweep Speed: 12.5/25/50 mm/sec o Gain Selection: 4mV, 2mV, 1mV, 0.5 mV, 0.25 mV, Auto

o Respiration Method: Thoracic Impedance o Respiration Rate Range: 0~120 rpm

o Accuracy: ±2brpm NIBP (in selected few)

o Method: Oscilliometric o Operation: Mode: Automatic/Manual/Continuous

o Measurement Modes: Systolic/Diastolic/Mean Pressure o Measurement Range: Adult: 10-270mmHg

o Paediatric: 10-200mmHg

o Neonate: 10-135mmHg o Overpressure Protection: YES

o Resolution: 1mmHg o Alarms: Systolic/Diastolic/Mean

SpO2 o Measurement Range: 0-100%

o Accuracy: ± 2 digits, 70-99%, Adult/Paediatrics

Tender no: J-II/239/19/07

54

o ± 3 digits, 70-99%, Neonate o Unspecified, Less than 70%

Temperature o Units: °C or °F

o Measurement Range: 0-50 °C o Resolution: 0.1 °C

o Accuracy: ± 0.1 °C (excludes the sensor) o Channel: 2-Channels

o Alarm Range: 0-50 °C

IBP o Measurement Range: -50 – 300 mmHg

o Channel: 2-Channels o Pressure Sensor: Sensitivity: 5uV/V/mmHg

o Impedance: +300~+10000 Ohms o Pressure Name: ART, PA, CVP, RAP, LAP, ICP

o Resolution: 1 mmHg o Accuracy: ± 2 or ± 1 mmHg, whichever is greater excludes sensor

o Alarm Range: -50 – 300 mmHg

D.4. Infusion Syringe pumps Features

LCD Display

Dual operation mode: Micro mode and Continuous injection Anti-reverse function to prevent upstream

Pressure release function for occlusion occurred Compatible with all standard syringes

Built-in pressure detection device Audio and visual Alarms

Technical Specifications

Infusion mode: Micro and continuous injection Syringes: 10mL, 20mL, 30mL, 50/60mL, Operational units: mL/h, mg/h,

μg/h, μg/kg/min, mg/kg/min, μg/kg/h, mg/kg/h Flow Rate Ranges 0.1 to 400 ml /hr, with 0.1 increment

Flow rate accuracy: ≤2%

KVO Rate: 1mL/h Bolus Mode: Bolus rate adjustable

Occlusion Pressure: Pressure detection device with 8 sensitivities setting 20~140 KPA

Display: LCD with backlight Power supply: 100 V~240 V, 50Hz/60Hz, ≤25VA

Battery: Rechargeable Ni-MH battery: DC 9.6 V, 2000 mAh, life: ≥4 hours at 5mL/h

D.5. Weighing machine

Scales to be highly accurate and stable. Touch controls with splash proof keyboard.

The baby weighing pan to removable.

Tender no: J-II/239/19/07

55

Automatic hold, slow and tare controls to be standard. Capacity: 200Kg x 100 Gm.

To have a measuring rod. Imperial and metric height measure to be fitted to the machine.

D.6. Ventilator

Performance requirements

Microprocessor controlled systems based on volume cycled, pressure controlled and supported and individual selection of ventilation parameter.

PRVC or equivalent, BIPAP or equivalent. Controlled, assisted control synchronized intermittent mandatory ventilation (SIMV), pressure support

mode of ventilation and Non Invasive Ventilation. Inverse inspiratory: expiratory (I: E) ratio, positive end expiratory

pressure (PEEP), Continuous positive airway pressure (CPAP)

Controls for tidal volume, rate, fraction concentration of inspired oxygen (Fio2),

PEEP/CPAP, inspiratory flow or I: E ratio pressure support, sensitivity and pressure limit.

Monitor and display inbuilt colored 10 inch or more, air way pressure

(Including peak and mean pressure) respiratory rate, I:E ratio and expired minute volume. Trending and loops (pressured & volume), Static and

Dynamic compliance. Audible and visual alarm for peak inspiratory pressure (low and high), low

CPAP/PEEP, minute volume (low or low/high) respiratory rate (low or high) gas supply loss and power failure.

The medical air source from same principal brand/ manufacturer is to be supplied.

Warranty of medical air source should be minimum 30000 hrs of operation.

Screen display of patient parameters including pressure and flow and volume waveforms

Nebulization: Ultrasonic reusable and of international standard for administration of drugs- Inspiration synchronized

Should have leak flow & compliance compensation.

Technical parameters:

Inspiratory rate: 5- 60 breaths/ minute Tidal volume 50-1800 ml

Oxygen concentration 21- 100% Trigger sensitivity: - Pressure sensitivity -10 to 0.1 cm H2O below PEEP,

flow sensitivity; 1-10 liter/min. PEEP/ CPAP: 0-30 Cms H2O

Pressure support- 0- 30 cm H2O Inspiratory time: 0.1-5 sec or I:E Ratio : 1:8- 4:1

Inspiratory hold: should be present

Inspiratory pressure: 5- 80 cms H2O Flow sensors, should be reusable, sterilizable (autoclavable) & long life.

There should be at least two reusable flow sensors and description of flow sensors should be given.

Tender no: J-II/239/19/07

56

Oxygen cell should have life for 36 moths (3 years) or firm should replace if it expires before 3 years.

Main unit should have:

Humidifier should be temperature compensated with heater wire Digital

breathing temperature monitoring in humidifier or ventilator. The humidifier should be servo controlled.

Patient breathing system silicon, autoclave able for adult and paediatric (2 nos.) Bacteria filter 50 nos.

Siliconized autoclavable face masks for adult & paediatric application (2 no.).

Built in battery, or online UPS allowing operation for at least 2 hours for ventilator with medical air source.

All standard accessories like hinge arm, non-corrosive movable trolley with front brakes etc. (from the same country of origin as of Ventilator)

should be provided. The complete unit should have CE marked / USFDA approved. Should

submit relevant certificate of IEC safety standard.

D.7. Neonatal Photo Therapy unit 1. Dimensions of the chamber should be at least 6 feet x3 feet

2. Phototherapy chamber of 18UVA+18 NBUVB tubes designed for providing even irradiation of the body in the treatment area.

3. UV chocks must be provided to provide long life to the tube light and cooling fans for effective cooling of the unit.

4. Integrated dosimeter system for easy calculation of irradiation levels. 5. The equipment should have CE or FDA or ISI certification.

6. Advanced micro computerized electronic LCD/TFT Controller which allows setting of joules/time for UVA and milli Joules/time for NBUVB tubes.

7. Automatic computation of irradiation time from joules/time for NBUVB

tubes. 8. Dose limit can be pre-set and cumulative dose is displayed

instantaneously with provision of storage of data. Provision of software backup is preferable.

9. Variation in irradiation is taken care by builtin UVA/NBUVB sensors which should be able to detect all irradiation completely and uniformly.

10. Switchesthesystem'off'automaticallywithwarmingalarmattheendofset irradiation time.

11. Built in memory system that helps to avoid error in treatment. 12. Body to be of a metal which is rust free so as to ensure long rust

free life of the unit. 13. Automated and/or mechanical safety mechanism to prevent excess

irradiation to the patients so as to avoid/prevent burns etc. 14. Electrical leakage circuit tripper/breaker in each panel to ensure

maximum safety of the patient.

15. Open top unit to ensure maximum ventilation and prevent claustrophobia.

16. Mechanism to provide information to the patient regarding duration of treatment and time left for exposure during their treatment.

Tender no: J-II/239/19/07

57

17. Computer for patient data management with software and interface for the phototherapy chamber which is RS-232compatible.

18. To be supplied with suitable stabilizer. 19. Black UV Goggles and Eye pads cover (3 pairs each for adult and

3pair for children)as protective+.

D.8. Neonatal/paediatric Ventilator (Suitable for use on Neonates

and Paediatrics) It should have the following modes available:-

(a) Pressure Control (b) Volume Control

(c) Spontaneous . (d) Sigh and Manual Breaths

It should have servo controlled variable Bias Flow which shuts off totally during patient exhalation.

Pressure support ventilation should be available in volume control, pressure control and spontaneous modes.

It should be capable of automatically adjusting the flow waveform rise time (slope).

It should have facility to proximally monitor and display the airway pressure and should have the facility for distal triggering to monitor the patient effort

at the Carina. It should have the following controls/ settings on the front panel:-

(a)FiO2 0.21 to 1.0

(b)Flow 1 to 100 lpm (c) Inspiratory Time 0.1 to 3.0 sec.

(d)Tidal Volume 10 ml to 2000 ml.

(e)Inspiratory Pause 0, 10, 20 and 30% of I.T (f) Respiratory Rate 1 to 100 bpm.

(g) Pressure Control 0 to 75 cm H2O (h) Pressure Support 0 to 60 cm H2O

(j) PEEP/CPAP 0 to 45 cm H2O (k) Bias Flow 0 to 30 lpm.

(l) Sensitivity/ Trigger 0 to –5 cm H2O (m) Maximum Inverse I:E 3:1

(n) Pneumatic Pressure Relief 0 to 120 cm H2O (o) SIGH 1.5 x Insp. Time Operator Controlled

(volume or Pressure Breath)

It should monitor the following parameter: (a) Inspiratory Tidal Volume (b) Set Tidal Volume

(c) Inspiratory Minute Volume (d) Respiratory Rate (total)

(e) Peak airway pressure (PIP), Mean airway pressure (MAP) and Baseline Pressure

(PEEP/CPAP) (f) Inspiratory Peak Flow

It should have Apnoea backup ventilation available as standard feature.

Tender no: J-II/239/19/07

58

It should have the facility for non-invasive positive pressure ventilation and mask ventilation.

It should have a backlit digital manometer for the monitoring of airway pressures proximally

It should have a built in Nebulizer to enable the delivery of medication without dis-intubating.

It should have the following Audio-Visual Alarms:-

(a) High and Low pressure (b) High and Low Minute

Volume (c) I.T too long (d) Ventilator inoperative

It should have the following audible alarms:-

(a) Gas supply source failure (c) Power Failure

(b) Power Down (d) Proximal Line Disconnect

The critical components like the pressure sensors the flow sensors and the micro processors should be provided in duplicate inside the ventilator for

safety and reliability. The ventilator should have the facility for independent lung ventilation.

It should have auto zero function. The ventilator should be supplied with a standalone air compressor, fisher

and paykel humidifier with adult chamber and one set adult breathing circuit.

Specifications of Air Compressor for use with above ventilator

(a) Output : 60 lpm @ 34 psi. (b) Out let pressure : 34 – 47

(c) Dew point depression : 3 oC below room temperature (d) Noise level @ 1 meter : 52 dBa +/- 2 dBa

(e) Out lets : One grounded DISS air out let with check valves

(f) Cut off pressure : 37 +/- 0.5 psi. (g) Cut in pressure : 34.5 +/- 0.5 psi.

The ventilator system should include a standalone Graphic monitor. This

should have the additional capability of being connected to a ventilator already in use in the department. The Graphics monitor should monitor all

parameters proximally (at the patient airway). It should have the following

facilities:-

(i) It should use autoclavable, reusable flow sensors which are connected at the patient airway.

(ii) It should have graphical display of wave forms and loops:- (iii) It should monitor and display the following :-

(a) Tidal Volume (e) Oxygen Concentrator (FiO2)

(b) Minute Volume (f) Respiratory Rate (c) ET-Tube Leakage (g) Peak, Mean and Base Pressures

(d) PEEP

Tender no: J-II/239/19/07

59

(iv) It should have interface facility :-

(a) 1 Parallel for Printer (c) 1 Ventilator Connection Port

(b) 1 Serial Interface for PC

D.9. Apnea Monitor

Respiration rhythm indication and audio visual alarm whenever the Apnoea period exceeds the pre-set period

Convenient sensor on abdomen/chest area Reliable and simple operation

Operation

Small, compact and reliable, this instrument is very simple to use. A minisensor

is strapped on the patient’s chest/abdomen. As the subject breathes, LED flashes give indication of the respiration rhythm. When the Apnoea period

exceeds the pre-set value, an AV alarm is given. The Apnoea period can be set at 10,20,30,60 or 120 seconds by a 5-way Rotary switch. It operates on mains

power, or internal battery

Technical Specifications

Sensor system: Mini-opto-sensor on chest/abdomen. Electronic System: I.C. solid state.

Apnoea Control: Adjustable by 5 -way rotary switch to pre-set Apnoea periods of 10, 20, 30, 60 or 120 seconds.

Power: 220 or 110 volts / 50 cycles; or, 9 volts Battery/ D.C. supply. Power consumption: Less than 1 watt.

Size/Weight: 16 x 9 x 5 cms/2 Kg.

D.10. Defibrillator Biphasic Defibrillator, Monitor & Recorder

Biphasic

Wave form display(min 3) External energy selection from 2Jto200 J, biphasic

Charging timeless than 8seconds@200 J(with a charged battery) Synchronizer and cardioversion

Unique dis arm button(in addition to automatic time delay) Should come with high resolution monitor.

Should come with 3lead ECG that can be measured from cables, adult external paddles, paediatric paddles.

Heartrate: 20to 300bpmBPMwithuserselectablealarms.

Should come with external pacing, demand and a synchronous modes Should have large internal memory that stores and prints 25 ECG events.

Battery to last not less than 2 hours of continuous ECG monitoring or 30 full energy discharges.

Battery indicator on display and self-test on battery

Accessories needed

Tender no: J-II/239/19/07

60

Paddles with charge and discharge buttons.

Paediatric paddles adapters(setof2) A/c240v V50 hz charger and mainspower source. Adult paddles and

testpaddles. 3lead patient cable

One spare battery Rollof50mmrecordingpaperx10rolls

5oztubeofdefibrillation gelx5tubes

ECGcablewithleads-2sets. External disposable pacing pads-2sets

Operation manual, service manual complete. Should have USFDA/CE Approval

D.11. Suction Machine

1. Should be convenient for all kind of surgeries and operations accustomed in a moveable trolley body with foot switch control.

2. It should be a noiseless suction machine with fast vacuum build up. 3. Body should be of Stainless Steel.

4. It should have variable vacuum of negative pressure ranging from 0-760 mmHg negative pressure which is suitable for both adult and paediatric

cases. 5. It must have a maintenance free piston /cylinder vacuum pump with 25-

40 lit/minute capacity

6. It can easily be operated from hand and foot control. 7. Each unit should be supplied /provided with the accessories as:-

a. 2.5 to 4 Litres graduated polycarbonate containers-2 No. b. Lid with overflow sensor and mechanical protection device.

c. Holder for appropriate size suction container. d. Non collapsible tubing’s and adapters.

8. It should be fitted with a suitable handle for harnessing in transport mode. 9. Auto transferability from one container to another.

10. Should have bacterial filter at the top. 11. Heavy duty auto static castors

12. Power requirements 220V-50Hz. 13. Should be CE/BIS certified.

D.12. ECG machine

Should be light, compact, 5.7 inch screen with A4 size thermal recorder Should be simultaneous acquisition of 12-lead ECG data

Real-time recording and printing of 12-channel ECG waveform Should have graphic display of 12-lead ECG waveform

Built-in analysis software of age which assures accurate analysis result Auto-measurement, auto-interpretation, waveform playback and storage

of ECG data RS232 and USB interface cope with data-share or remote data

management requirement Literal and graphic operation interface

Powerful filters to minimize interference

Tender no: J-II/239/19/07

61

Heart rate measurement and pace-maker protection circuit Multi-printing formats: manual/automatic, standard 12 channel, 3 channel

plus 3 rhythm lead, 6 channel, 6 channel plus rhythm lead, 60s analysis of

arrhythmia, R-R histogram, trend graph AC, DC or built-in lithium battery power supply, alarm of battery weak and

lead-off Comfort and durability contributed by silicone gel keypad

Tremendous ECG data can be saved in built-in SD card

Technical Specification:

INPUT CIRCUIT Floating, protection against defibrillator effect

LEAD Standard 12 leads, European leads

PATIENT CURRENT LEAKAGE

<10A

INPUT IMPEDANCE >50W

CALIBRATING

VOLTAGE

1mV±3%

DIGITAL SAMPLING 12 bits (simultaneously acquisition of 12leads ECG

data)

FREQUENCY

RESPONSE

0.05Hz~150 HZ (-3dB)

TIME CONSTANT >3.2 seconds

CMRR >100dB (with filter)

EMG FILTER 40Hz (-3dB)

DFT FILTER Automatic adjustment

SENSTIVITY 2.5, 5, 10, 20mm/mV ± 3%

RECORDING SYSTEM Thermal-array

PAPER SPEED 25, 50mm/s, ±3%

RECORDING PAPER 112mm, 20m, high speed rolling

INPUT CIRCUIT CURRENT

<50nA

POWER SUPPLY AC 220V/ 110V, 50/60 Hz

DEPOLARIZATION VOLTAGE

±400mV

NOISE LEVEL < 15u VP-P

SAFETY LEVEL IEC

CLASS

1, Type CF

DIMENSION 300*230*65mm

Tender no: J-II/239/19/07

62

NET WEIGHT 2.75 Kgs

GROSS WEIGHT 4.50 Kgs

D.13. ABG analyzer A fully automated pH/Blood gas/electrolyte analyser measuring the

following parameters: - pH, PCO2, PO2, Barometric pressure, Na, K, Ca and Cl

Co-oximetry: ct Hb, CCO Hb, Met Hb, Sulf Hb, Haematocrit and Barometric pressure. Sample volume should be approximate 100 μ l for all

parameters.

All calibration and cleaning cycles should be fully automated with user selectable calibration items. Calibration should be performed by liquid

calibration for all parameters. The electrodes provided should be zero maintenance including the

reference electrode. The system should have on board data manager to store all patient results, QC data and calibrations.

The system should have a closed waste system and monitored continuously. Also all the system reagents should be monitored

continuously. A power fail protection for 20 min. to takes all calibration and

programmed data. The analyser should have a colour LCD screen to access all the system

software and to display the patient’s results. With alphanumeric key board/touch screen.

A built in thermal printer should be provided to print out patient results.

The system should work in discrete testing, i.e., selectable parameter testing.

Should be supplied with consumable, reagents and QC agents for 1000 tests, as per the user requirements so that they do not expire.

Should not preferably use special gases.

D.14. Defibrillator with monitor (AED) Features

Current Controlled Biphasic Waveform 100 Charge/discharge of 300 Joules in a single charge

Charge time <10 sec

24 Event Recording Storage, recall and printing of events

Records ECG before and after shock Remote charging/discharging through paddles

AED with voice and visual text prompts Selected Energy protocols

Technical Specifications

General Specifications

Tender no: J-II/239/19/07

63

o Dimensions: 260 X 280 X 250 mm o Weight: <11 Kg with battery

o Electrical: 100-240 V AC, Rechargeable sealed lead acid 12 V, 4.5 AH

o Capacity: >100 Discharge of 300 joules with fully charged new battery

o User Interface: Display, Keys, Alarms, Text & voice o Memory: 24 Events

Display

o Type: Monochrome STN LCD 5.7” (320 X 240 Pixels) o Information: Operational information, ECG Traces, Heart rate

indicator, alarms and battery status o User Gain Setting: 8 level setting X 0.25, 0.5, 0.75, 1.0, 1.5, 2.0,

3.0 & 4.0. o Frequency Response: 0.5-35 Hz

o ECG out: 1V/1mV Defibrillation

o Waveform: current control Biphasic Waveform o Impedance: Compensated, range 25-200 Ohm

o Charge time: <10 sec for 300 J AED Mode

o Energy @ 50Ω : Adult 200 J -300 J o Waveform: Current control Biphasic Waveform

o Present Energy: Lo=200 J, Hi= 300 J

o AED Mode Select Controls. o Charge Ready Indicator

o Operation Command Manual Mode

o Energy: Range 2-300 J o Commands: Energy select & charge button in the front panel, shock

keys on the paddles o Paddles: Detachable, Adult, Pediatric paddles

o Operation mode o Indicators: Battery and main LED indicators

ECG Monitoring o Bandwidth: 0.5-35 Hz

o CMRR: > 90 db o Input impedance: >2.5 Mohm

o Input: Patient cable 3 leads (I, II, III)- standard

o Sweep Speed: 25±1mm/sec o HR range: 10-300 bpm

o Alarm: HR max settable 300 bpm; HR min 20 bpm Printer

o Recorder: 50 mm o Recording Type: Thermal Array recording

o Paper size: 50 mm X 20 meters; Print width: 40 mm o Paper Speed: 25 mm/sec

o Print Mode: 6 Secs delayed ECG o Event Recording.

Tender no: J-II/239/19/07

64

E. Emergency E.1. Ceiling Infusion System with Infusion Syringe Pump

1 straight line Ceiling Rail system made of special anodized aluminium profile of 2000 mm & profile, provided with end-pieces and connectors

with ceiling spacers for installation.

Type Ceiling Track System

Load Duty Heavy

Load Capacity 70-90 Kgs / mtr.

Formats Available for Ceiling

Tracks

Straight Line

Capacity for Infusion Pumps At least 2

Power Port Yes

Cable Carriers Yes

Coverage Area on Straight Line 2000mm

Self-braking mechanism Yes

Gliding System Ball Bearing

Syringe Infusion Pump

o Self –Explanatory Control Panel

o The control panel should be self-explanatory with abbreviated

operating instructions on L.E.D. easy –to read liquid-crystal displays all essential data in large size

numbers, reducing the change of erroneous reading. LED provided with backlight for viewing in dark environments.

o Selectable three-step occlusion detection pressures o Selectable pressure level settings to match virtually any

requirement. o Low, mid & high occlusion settings.

o Keep vein open function o Rate in kvo is 1% but not less than 0.1ml/hr. This prevent the

infusion line from blocking due to blood clots. o Full information about the course of infusion

o Audible & visual display of all programmed parameters and infusion data such as syringe type and volume, the infusion data such as

syringe type and volume, the infusion rate, the infused volume, time

remaining till the end of infusion, and occlusion pressure limit o Ultimately an alarm 5 Minutes Prior The End Of Infusion

o Volume memory function o In memory mode feature retains the previously selected data of

delivery rate and limit so they do not have to be re-entered. o Delivery accuracy of syringe infusion pump is +/-3%

Tender no: J-II/239/19/07

65

o Possible pitch error is 0.04 mm per 100 mm, mechanical accuracy variation or less than +/- 1% & overall accuracy should be +/- 3%,

which is excluding syringe tolerances. o External switching mode power supply

o To ensure the safe operation within 170-275 volts AC supply o Preset bolus rate.

A simple and safe bolus function enabling the delivery of the shock dose

at any moment of the infusion with the preset rate as under: -

At least 300 Ml/Hr For 10 Ml Syringe At least 500 Ml/Hr For 20 Ml Syringe

At least 700 Ml/Hr For 30 Ml Syringe At least 1000 Ml/Hr For 50/60 Ml Syringe

Flow Rate Ranges

0.1-60 Ml/Hr For 10 Ml Syringe

-100 Ml/Hr For 20 Ml Syringe -120 Ml/Hr For 30 Ml Syringe

200 Ml/Hr For 50/60 Ml Syringe

Satiation Free Mechanism

For Smooth Flows At Low Delivery Rates.

Digital Voice Alarm

With Both Audible and Flashing Illuminated Alarms. It Notifies You of

Crucial Operating Criteria Such As (No Mains, Very Low Battery, Low Battery, No Syringe, No Operation, Occlusion, Near End, KVO)

It Should Have Minimum 25 Hours Battery Back Up At 5mml Per Hour

Speed. Occlusion Pressure Limit: Programmable Three Levels

Low 0.4 +/- 0.08 Kg/Cm2 (Bar)

Medium 0.9 +/- 0.2 Kg/Cm2 (Bar) High 1.2 +/- 0.25 Kg/Cm2 (Bar)

Syringe Library

BD : 10 / 20 / 50 / 60 Ml

Dispovan : 10 / 20 / 50 Ml Monoject : 10 / 20 / 30 / 50 Ml

Terumo : 20 / 30 / 50 / 60 Ml Pharma : 20 / 50 Ml

Perfuser : 50 Ml HRJ : 20 / 50 Ml

Lifeline : 50 Ml Omni fix : 50 / 60 Ml

Drug Library

Tender no: J-II/239/19/07

66

The Most Commonly Used Drugs Can Be Viewed On The Screen ( Drug Name Display )

Dopamine , Dobutamine , Adrenaline ,Tracrium ,Vecuron, Pentothal, Dizepam , Midazolam, Nitroprusside, Norepinephrine ,

Nitroglycerine, Phenytoin, Aminophylline, Procainamide,Lasix, Xylocard, Streptokinase, Propofol , Urokinase , K-Sol Etc.

E.2. Dressing Instrument Set

Specifications of Dressing set:

2 X Sponge Holding Forceps, Straight 6 X Backhaus Towel Holding Forceps, 110mm

2 X Scalpel Handle, No. 4 4 X Halsted Mosquito Forceps, Straight, 125mm

4 X Halsted Forceps, Str, 1x2 Teeth, 125mm 4 X Pean Artery Forceps, Straight, 140mm

2 X Baby-Mixter Forceps, 140mm 2 X Over holtgeissendoerer, Dissecting Forceps

4 X Kocher Forceps, Straight, 1x2 Teeth, 140mm Df 2 X Roux Retractor, Double-Ended, Set Of 3

2 X Langenbeck Retractor, 28 X 14mm

2 X Volkmann Retractor, 4 Sharp Prongs 2 X Volkmann Retractor, Semi-Sharp, 6-Pronged

2 X Dissecting Forceps, Slender Pattern, 145mm 2 X Tissue Forceps, Am. Patt., 1x2 Teeth, 145mm

2 X Waugh Tissue Forceps, 1x2 Teeth, 184mm 1 X Durotip Diss. Scissors, Toennis-Adson, 17,5

1 X Dissect. And Strabismus Scissors, Cvd, 115mm 2 X Durotip Diss. Scissors, Mayo-Lexer, Cvd.165mm

1 X Farabeuf Raspatory, Straight 1 X Volkmann Spoon, Sharp, Size 1

1 X Hohlmeisselzange N.Zaufal-Jansen, 180mm 1 X Durogrip Crile Needle Holder, 150mm

1 X Durogrip Hegar-Mayo Needle Holder, 205mm 1 X Probe, Double Ended, 200mm, Diam. 2,0mm

1 X Interior Box

1 X Kidney Tray, 250mm

E.3. Portable Sterilizer

Electrically operated portable sterilizer with auto lifting tray. The sterilizer should be S.S. 304 and should also have the provision of train out tap.

Thermostatically controlled heating with auto-cut off system

Heating element: 1.5 kV

Should have antistatic rubber stumps Certification : CE/ USFDA/ ISO

E.4. Dressing Drums

Seamless Complete S.S 304 Grade Dressing Drum, Perforated Outer Shell Strip & Additional Strip For Closer, Top Loading. App. Size H9” X W 9”

Tender no: J-II/239/19/07

67

E.5. Nebulizer Compact, Light Weight, Electrically Operated, Dry Piston Compressor

Nebulizer. Self-Confined Kit with Ampoule Collector, Mouthpiece, Nasal Adapter 2

Size With Universal Mouthpiece & Tubing. Should Have High & Low Speed Jet Nebulizing Facility With 6~8lit / Min Fluid Displacement.

Operating Voltage should be 220v 50hz.

E.6. Examination Kit Specifications of Examination kit:

Consisting Of:

1 X Martin Pelvimeter

1 X Lister Bandage Scissors, 200mm 2 X Durotip Diss. Scissors, Mayo-Lexer, Cvd. 165mm

2 X Durotip Scissors, Mayo, Straight, 170mm 2 X Dissecting Forceps, Slender Pattern, 145mm

2 X Tissue Forceps, Am. Patt., 1x2 Teeth, 145mm 2 X Schroeder Tenaculum Forceps, 250mm

2 X Kristeller, Set of Vaginal Speculum, 75x30mm 4 X Kristeller, Set of Vaginal Speculum, 90x36mm

4 X Kristeller, Set of Vaginal Speculum, 110x20mm 6 X Kristeller, Set of Vaginal Speculum, 110x30mm

4 X Kristeller, Set of Vaginal Speculum, 110x36mm

F. Blood Bank

F.1. Blood Bank refrigerator

1

Capacity Should be able to accommodate 300 standard

blood bags for each of 450 ml capacity.

2 Temperature rating 20C to 60C with setting accuracy plus

minus10C. 3 Should have provision for air circulation.

4 Digital temperature, display and controller seven days graphic inkless

temperature recorder with rechargeable battery backup including charger and audio visual alarm system. Details of battery No.; V.; AH, and battery

charger shall be fully explained.

5 Technical data Input voltage 220/240 volts, 50cycles, single

phase AC.

6 Weight To be indicated by the bidder.

7 Construction Outside CR sheet at least 1 mm thick and inside stainless steel of at least 22 G. it

should have 5 - 6

rolled out type drawers of stainless steel of 22

G.

Tender no: J-II/239/19/07

68

8 A line voltage corrector of appropriate rating will form part of standard configuration.

Line voltage corrector:

Copper wound single phase automatic line voltage corrector conforming to IS:9815/89 with latest amendment fitted with a voltmeter and switch to indicate

output/input voltage as under:

1 Capacity/rating As per the requirement of the equipment.

2 Input voltage 160 to 260 volts, 50 cycles, Phase AC. 3 Output voltage 220 to 240 volts adjustable. 4 The equipment should be supplied with 2 meter chord at input and fitted

with plugs of appropriate rating (15 Amp.)

5 Make of line voltage corrector shall be indicated.

6 Manufacturers shall submit the manufacturer's test certificate of each LVC

as per IS to be supplied with the equipment. However, the type test certificate for one number of LVC, as per IS from independent laboratory

witnessed by DGS&D inspecting official shall be submitted at the time of inspection.

7. Surface Treatment and Power Coating:

All the mild steel section shall be duty digressed, derusted, phosphated etc. by seven tank process. Facility available with the firm shall also be clearly

indicated in the offer. Mild steel surface shall be duly powder coated after this surface treatment.

F.2. Oven (Hot Air)

1. Internal size: 45x45x45 cms. 2. Single door with 2 shelves

3. Door fitted on heavy brass cast and chrome plated hinges 4. Cabinet double walled MS

5. Insulation: minimum thickness 2” of glass wool

6. Finish: Inside of the cabinet painted with heat resistant silver and outside with silver grey

7. ISI Marked 8. Inner & outer chamber of steel

9. Maximum temperature up to 200 deg cel. 10. Temperature knob to be graduated in centigrade degree.

F.3. Platelet Incubator

Platelet incubator should have the provision to store the agitator for 42 platelet bags.

Should have transparent outer door. Door should have one hand operation with locking facility.

Should be able to maintain a temperature of 22 ± 2 degrees Should have digital temperature indicator

7day inkless chart recorder with battery backup for continuous operation during power failure.

Should have audible visual high/low alarm for temperature control Platelet incubator should be made of stainless steel

Should have forced air circulation method for the uniformity of the temperature at all sides of the incubator

Chamber mounted electrical outlet for agitator should be available

Tender no: J-II/239/19/07

69

Inner chamber should be made of stainless steel & outer cabinet made of MS sheet powder coated.

F.4. Elisa Reader/Washer

The ELISA System consisting of ELISA Reader with built-in Printer with Automatic Washer

Hardware Specification Software Specification

Optical System: Digital Light

Control

Operating modes

8 - 12 measurement channels including 1 reference channel

0 - 15 user programmable tests permanently stored.

Measurement time:

Single or Dual wave length -

maximum 8 seconds

Single or dual wave length measurement with facility for kinetic measurement.

Storage of immediately preceding measurement.

Measurement range

2.500 abs(400 - 70 nm)

Plate shaking mode for sample mixing 0 - (selectable speed and time)

Indication Range:

0 - 2.999 abs.

Blank Modes

Flexible blank mode setting.

Accuracy(0.000-1.000 abs) Plus Minus 2% and Plus Minus

0.005 abs.

Evaluation modes:

Resolution:

0.001 abs.

Table of optical densities replicates.

Grating/Filters:*

Narrow band interference. Essential: 405, 450, 492 and

620

Desirable: 550 & 690 nm . Both are to be easily

interchangeable.

Matrix Modes:

Matrix -/x/t

Matrix-/0-0(range)

Matrix -/f/(floating cut off)

Light Source:

Halogen Lamp 20W - 40W with a pre-failure lamp

warning.

Difference Mode:

Absorbance of each well in even numbered column subtracted from those of odd numbered

columns. Display: 16 digit alphanumeric fluorescent.

Curve fit modes

Key board: 19 membrane 3 - 8 standard in single or duplicate wells.

Interface:

Bi-directional 300 - 9600 baud with inbuilt printer and

having facility for external

printer, with RS 232 interface. Two printer parallel

centronics.

LIN/LIN. LIN/LOG, LOG/LOG, or Auto curve

transformation with ability to edit the standard curve.

8 to 12 way string orientation or Kinetic modes

Number of readings 2.30 time between reading 8 -

999 shaking before and between each

measurement.

Power voltage: 220 - 240 voltage, 50 Hz.

UPS: Uninterrupted Power Supply system of 30 minutes back-up with maintenance free battery.

Tender no: J-II/239/19/07

70

Filters to be provided in closed result modes: Compartment dust free

Table of optical densities. Delta DD Graphic

Reaction Rate/V - max. Adjustable for different microplate geometrics.

F.5. Cell Separator for Aphaeresis

Specifications of cell separator for Aphaeresis:

For collecting and separating blood components from patients and donors for cell therapy, therapeutic apheresis, and transfusion medicine

applications with procedural flexibility including,

Peripheral blood stem cell collection (PBSC), Mononuclear cell collection (monocytes, lymphocytes, dendritic cells),

Polymorpho nuclear cell collection (granulocytes), Bone marrow processing (stem cell),

Therapeutic plasma exchange, Red blood cell exchange and depletions,

Platelet and white blood cell depletions, Lymph plasma exchange,

Leukocyte-reduced platelet and plasma collections,

Double/single platelet product collection, ensuring complete patient/donor safety while allowing the operator freedom to control the

procedure. Automatic prime, clear alarm information, and automatic rinse back,

Complete with 50 Sets of consumables

F.6. Di electric Tube Sealer Heavy Duty radio frequency sealer

Capable of doing 500+sealings in 8 hrs. Electrically operated,

1000-1200 seals/battery charge, Compatibility with the tube thickness of any size.

Safety as per EN61010-1, IEC 60601-1 (IEC601-1), EMC approval -IEC 60601-1-2 ,

Electrical safety class II Type,

F.7. Deep Freezer (-80°C.) Application- Storage of Blood,

Capacity- Min 100 bags of 450ml. Operating temperature -50 deg C to -86 deg C

Vertical model with internal capacity 500 to 600 liters Constant Temperature control with digital display,

continuous recording of temp. Power Supply 220V +/- 10%, 50 Hz.

Unbreakable glass door, CFC Free refrigerants,

Special Insulation to maintain temperature control,

Interior of stainless steel, Exterior-Powder Coated steel,

Facility for Preventing moisture condensation around mouth of cabinet,

Tender no: J-II/239/19/07

71

Audio visual alarm with adjustable high and low alarm limits, Should be supplied with min 30 min battery backup.

Energy saving consumption, Key operated power switch,

Auto Defrosting, Door opening alarm, Facility for Self-diagnostics, Safety thermostat, Memory storage.

F.8. Deep Freezer (-40°C) Application- Storage of Blood,

Capacity- Min 100 bags of 450ml.

Operating Temperature –20 deg C to -40 deg C Constant Temperature control with digital display,

Continuous recording of temp. Power Supply 220V +/- 10%, 50 Hz.

Unbreakable glass door, CFC Free refrigerants,

Special insulation to maintain temperature control, Interior of stainless steel,

Exterior-Powder Coated steel, Facility for preventing moister condensation around mouth of cabinet,

Audio visual alarm with adjustable high and low alarm limits should be supplied with min 30 min battery backup.

Energy saving consumption, Key operated power switch, Auto Defrosting, Door opening alarm, Facility for Self-diagnostics, Safety

thermostat, Memory storage.

F.9. Blood Transport Box (Insulated)

Application- Safe transport of blood and blood products,

Blood storage capacity: 8 bags of 450ml,

Digital temperature display, Thermometer to monitor the temperature,

Durable & scratch proof exterior, with Carry handles, Specify weight and dimensions,

CFC free Polyurethane Insulation, Transit carry bag

To be supplied with standard accessories.

F.10. Blood collection monitor

1. Should have facility to preset total volume of blood to be collected & accordingly monitor& display amount collected.

2. Battery backup should be > 8 hours with continuous work load. 3. Should have a facility for gentle and uniform mixing of blood and

anticoagulant. 4. Should have facility to view the collection time

5. Should have detachable tray for easy cleaning 6. Should have motor activated clamping system and automatic

clamping for low rate, <20 ml/mt for more than 2 mts 7. Should have protection against Electrical shock.

8. Oscillation details: 12+2 RPM, Motor driven 9. Should have volume setting ranges from 50ml to 500ml in steps of

5ml, Automatic storage and recall of set volume.

Tender no: J-II/239/19/07

72

10. Should have a LCD display with backlight. 11. Accuracy: + 2% of programmed volume

12. Should have the following alarm indications a. LCD/LED indication and audible alarm for debit flow when flow rate

goes below 20 ml/mt or high flow rate above 180 ml/mt. b. LCD / LED indications and audible alarm at the end of collection

c. LCD /LED indications & audible alarm during power failure, LED blinking when battery low.

d. LCD/LED indications and audible alarm during power failure

13. Should be operated on 200-240Vac, 50Hz supply and have an inbuilt maintenance free lead acid battery with charger and a battery having

a minimum of 5 hours backup.

F.11. Blood Donor Chair

Comfortable chair type with soft padding for cushioning and rexin

cover. Seat, back rest and leg rest size designed for donor comfort. Seat

height approximately 58 – 60 cm. Adjustable arm rest for donor’s comfort and phlebotomist friendly.

Easily tilted to head low position, electrically operated. To be operational on 220 to 240 V at 50 Hz

F.12. Blood Weighing Scale with Monitor

Application-Blood and Blood Component Weighing, Input supply -220+10%~V, 2.9W, 50Hz

Transducer-Load Cell, Weighing range-Up to 1 Kg,

Resolution upto 1 gm, Inter phase facility with plasma expresser,

Display-16X1 Line LCD Display,

Switches / keyboard,

Power ON / OFF, Weight/Volume Conversion, Zero Set, Components

selection, Volume selection, Bag Weight comparing,

Setting the selections, Weighing & weight to volume conversion for 4 components-RBC,WBC, Platelets & Plasma.

To be supplied with standard accessories.

F.13. Cross Matching and Blood grouping System with ID System

(Gel Technique) Walk away system, capable of doing blood grouping cross matching&

antibody screening in acompletely automated manner with latest Model.

Application- ABO RH, Cross Matching and Antibody Screening Gel Card based system. Saline level detection/alarm system, Automatic Washing of Red Cells

during Cross Matching, Quiet operation, Microprocessor control, Fast acceleration & deceleration, Check stops at end of each step in cycle, LED

display lights/audio signal at end of run, Digital displays of time & wash cycles,

Tender no: J-II/239/19/07

73

Should agitate automatically after each decant; Compact & lightweight, Rotor can also serve as incubator rack,

Brushless system-no need to replace worn brushes, Lifetime lubrication of all

moving parts, Easy-to-clean housing, High-impact, corrosion-resistant housing,

Specify whether Closed or open system, Software should be upgradable. Reagent and saline consumption should be minimal, please specify.

To be supplied with latest generation Computer and printer.

F.14. Plasma Thawing System (Water Bath) Insulated chamber,

Capacity of 4-8 bags, Leak detection sensors should be present,

Fully Automated system, Independent control of the Basket Assembly,

Human intervention during procedure should not be required, Alarms- Audio / visual alarm at the end of procedure, High / Low alarm,

Thawing completing cycle alarm, Programming of thaw time should be possible,

Bag size-system should accept any bag size, auto times display and should be supplied with standard accessories.

F.15. Plasma Extractor Manual /automatic system, spring activated pressing plate, Facility for

Clamping, Detection of red cells, Detection of buff coat, Audio alarm, Specify Detection method, Facility for automatic calibration.

Air flow vertically from top to bottom, Thick ply board bench reinforced with

Teak wood, mounted on top of tabular frame with acrylic side panels and used as a work bench, The back of frame should be covered with laminated

board of aluminium sheet, Visible surfaces should be are laminated, Interior surfaces painted with air drying epoxy paint,

Filter seat should have rubber padding for perfect sealing, Perspex sheet side

panels framed in Anodized Aluminium frame.

F.16. Platelet Incubator with Agitator

Specifications of cell Platelet Incubator:

Stainless steel chamber with adjustable shelves and a tough ended glass inner viewing door.

The outer cabinet is to be rust resistant. Temperature Control detail required:-

An LED display to show the chamber temperature, Indicator

Lamps to show when the heater is active and if an over temperature condition exists.

The over temperature safety cut-out to be set by the user. Fitted with circulation fan.

Temperature Range : At least 5°C above ambient to +60°C Control (fan) : ±0.1°C at +37°C

Variation (fan) : ±0.25°C at +37°C

Tender no: J-II/239/19/07

74

Chamber Capacity: : 200 Litres Shelves: : 4

F.17. Test Tube Centrifuge

Bench top centrifuge with Stainless steel chamber, lid locking and holding facility, Emergency lid lock release.

Facility for motor overheating protection. Must conform to National and International safety and quality standards. Speed range of 300-15000

rpm. RCF more than 5000. Capacity: Up to 4 X 250 ml or 160 X 5 ml blood collection tubes. Run time 0-9 h. Control panel should be

ergonomically designed and water protected. To be supplied with standard accessories.

F.18. Cryo Centrifuge -Blood Bag

Application: Blood Component separation, Power supply-220 Volts/1 Ph, Frequency- 50 Hz

Capacity- min 12 Blood Pack Systems of 800 ml each, Speed / RCF 4240 rpm, 6010 g

Stainless Steel Centrifuging chamber, Temperature range - From - 20 to + 40 C, with overheating protection. Automatic rotor recognition,

Dimensions-117.8 x 80 x 90.5 cm Memory-32 programs or More, Acceleration-9 Profiles, Braking- 9 + 1

Profiles, Control & drive High Performance- Induction drive with Micro

Processor, Safety features- interlock, imbalance cut-out, steel armored chamber, Blood bag

inserts- Four different sizes Lid lock and Rotor 6 place, Accessories- Tarring weights, balancing

plates, Display- LED display, Compressor -of adequate power, Optional-

Hook Adapters, Centrifuging data report, Software for data documentation, Visual indication when rotor is stationary

Chaining of programmers, Second independent techno system

F.19. Double Weighing Balance

Electrically operated, centrifuge counter balance. To accommodate one

bucket with blood bag on each side. With two independent weight sensors and LED displays to indicate

weight of each bucket/blood bag. Power: 220-240 V AC. Accuracy up to 2 %

F.20. Reagent Storage Cabinet /Refrigerator

Should Use CFC- free refrigerants Temperature range 2 to 8 Degree Celsius. Should be supplied with

digital temperature recorder and display. Inkless 24x7 temperature recording. Should provide uniform cooling throughout.

Stainless steel body with powder coated exterior. Flexible shelf option. With glass door.

Tender no: J-II/239/19/07

75

Audio / Visual Alarm for Power Failure / Temperature Variation beyond Permitted Tolerance / Door Opening, Power: 220v, 50 Hz AC supply. To

Be Supplied With Stabilizer

G. Laboratory G.1. Biochemistry& Haematology

G.1.1. Blood Gas and Electrolyte Analyzer 1. Should be fully automatic, upgradeable fast and latest blood gas and

electrolyte combo analyser. 2. Simultaneously measured following parameters: pH, pCO2, pO2,

SO2, tHb, Na+, k+, Ca++, Cl- and Haematocrit (HCT) in one single machine with one single aspiration of blood sample.

3. Calculated parameters which includes BE, BEecf, BB, HCO3, Tco2, stHCO3, stpH, ctO2, aH+, AaDO2, MCHC, Anion Gap with COHb &

MetHb flagging.

4. Sample volumes -95 micro lit max. 5. Sample throughout- 30 samples/hour

6. Fast analysis time-maximum 50 sec to results 7. Maintenance free electrodes with individual electrodes ON/OFF

facility. 8. Should not require Electrodes Membranes.

9. Should not be cartridge based. 10. Fully automatic liquid calibration of all parameters at user-

defined intervals without the use of gas equilibrated reagents, external gases, tanks & regulators. Reagents should be in separate

bottle which can be individually replaceable (not one pack system) 11. Continuous reagent level monitoring with graphic display.

12. Automatic sample device recognition. 13. Upgradeability for auto QC.

14. Data display on well illuminated 5” LCD color touch screen display

15. Data printout on in built graphic printer 16. Storage facility of measured data in case of power failure.

17. Built in data storage facility for at least 25,000 patient results. 18. Built in barcode reader

19. Built in optional Auto QC facility 20. RS 232 interface facility

21. Built in voltage stabilizer for the range of 100 – 240 V/ 50 Hz with 601-1 compliance

22. Should be FDA/TUV/CE approved. 23. Should be true liquid calibration and no gas required.

24. System should not use cartridge based technology. 25. UPS should be provided for proper functioning

a. Instrument Company should be marketing and functioning since past 5 years

b. The manufacturer / supplier should have a full-fledged service

force and installation base for the quoted equipment. c. The manufacturer should be able to supply kits against orders

on time.

Tender no: J-II/239/19/07

76

G.1.2. Osmo-meter Sample volume: 50µl to 30µl; Duration of measurement: approx. one

minute Reproducibility:<± 0.5% for 50µl, <± 1% for 30µl ; Display : 4 digits

Measuring range: up to approx. 3000mOsmol / kg. Resolution: 1mOsmol / kg. over the entire measuring range

Initiation of the crystallization process: by means of the tip of a stainless steel needle covered with ice crystals, which should be

controlled automatically.

Cooling: two separate pettier cooling systems with heat dissipation by air

Lower cooling system: electronic temperature regulation, deviation <± 0.1°C

Ambient temperature:10°C to 45°C; Power supply:220V (±30V), 50 / 60 Hz,120VA, alpha – numerical matrix – printer, 5 x 7 matrix,

Digits: 4 – digit for sample number, 4 – digit for result, Paper: normal paper, 43 mm, Paper feed: automatically after each print and with

pushbutton Ink ribbon: endless ink ribbon cassette, ex-changeable

G.1.3. Micropipettes (of assorted sizes) Specifications for Micropipettes:

Slice thickness 1 to 25 MUE micron

Lowest slice adjusting graduation 1/MUE micron Maximum slice section 35x25mm

Horizontal specimen stroke 35mm Vertical specimen stroke 46mm

Dimensions 300x280mm approx. Net weight 22.5 kg approx.

Complete with razor & manual

G.1.4. Dispensers (of assorted sizes) Specifications of Dispensers:

Consisting of

Universal-Dispenser 0.4 2 ml

2 10 ml

Amber Glass Flask, 500ml Qty 2 Amber Glass Flask, 1000ml Qty 2

Adapters, Polypropylene, GL 45 Set of 10

G.1.5. pH Meter

1. pH range : 0-14, Resolution : 0.1, 0.01, 0.001, Accuracy : ± 0.02

2. Temperature range: -5°C to + 150°C, 3. Resolution: 0.1, Accuracy: ± 0.1mV: ± 2000, Accuracy: ±0.01°C,

Resolution: 0.1, Accuracy: ± 0.2 4. Automatic temperature compensation with slope correction

5. Three point calibration 6. Buffer solution of pH 4, 7 and 10 for calibration.

7. Spare set of electrode with washing bottle.

Tender no: J-II/239/19/07

77

8. Simultaneous measurement of pH, mV and temperature. 9. Calibration data with date and time.

10. Calibration reminder alarm. 11. Audible beep indication during valid key operation.

12. Combined pH and conductivity measurement. 13. CE compliance

14. Power : AC adapter, optional AA batteries 15. Water proof Interface : USB or RS 232

16. Display : 4 Digit LCD

17. With automatic temperature controller probe, 18. Automatic temperature compensation with slope correction

19. Temperature range - -5°C to + 100°C

G.1.6. BOD Incubator

1. Double walled construction, inner chamber stain less steel, inner

glass/ transparent door 2. Facility for adjustable shelves to convenient heights, 10 removable

shelves of stainless steel/ anodized aluminium to be supplied. 3. Interior lighting facility, insulated door fitted with heavy hinges

handles locking, mechanical door lock. 4. Temperature range 0o to 80oC with accuracy 0.5oC high quality,

environment friendly refrigerant. 5. Independent temperature measuring through PT 100 sensor with

indicator LCD display. 6. Recovery time short, precise regulation of temperature and acoustic

alarm. 7. Digital safety thermostat (class 3)

8. Adjustable ventilation rate 10 – 100% thin form air circulation. 9. Size of inner chamber approximately 50x60x50 cm.

10. All consumables required for installation and standardization

of system to be given free of cost. 11. The unit shall be capable of operating continuously in ambient

temperature of 10 -45oC and relative humidity of 15-95%. 12. Power Supply:

a. Power input to be 220-240VAC, 50Hz fitted with plug compatible with local electrical socket.

b. Resettable over current breaker shall be fitted for protection c. Suitable Stabilizer/CVT

d. Suitable UPS with maintenance free batteries for minimum one-hour back-up should be supplied with the system. Tender

– Equipment for Microbiology Laboratory 13. Standards and Safety:-

a. Comprehensive onsite training for lab staff and support services till familiarity with the system.

b. Should be FDA or European CE approved or equivalent

standard product. c. Should be compliant to ISO 13485:/ ISO 9001Quality systems

or equivalent. 14. Documentation:

a. Certificate of calibration and inspection from factory. b. User/Technical/Maintenance manuals to be supplied

Tender no: J-II/239/19/07

78

c. Attach original manufacturer’s product catalogue and specification sheet. Photocopy/ computer print will not be

accepted. d. 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.

G.1.7. Electrophoresis - complete set

Basic unit with Platinum electrode assembly, glass plates notched & rectangular, 4 Gel vertical electrophoresis system

10 well 1.0 mm thickness, Spacers - 1 mm, Dual gel casting stand, Metal clips, Clamp & screws

Companion running module Total buffer volume 250 ml to 500 ml

Power card to connect power pack

Indestructible moulded polycarbonate construction throughout CE Certification is required

Power Pack specifications : o Output specifications: 500V, 2.5A,500 W

o Input power nominal: 100–120/220–240 VAC, 50/60 Hz, auto switching

o Constant voltage, constant current, or constant power with automatic crossover

Output range (Programmable) 10–500 V, fully adjustable in 1 V steps 0.01–2.5 A, fully adjustable in 0.001 A steps 1–500 W, fully

adjustable in 1 W steps Timer control :fully adjustable

Automatic recovery after power failure LCD display

Safety features: No-load detection, sudden load change detection,

ground leak detection, overvoltage detection, input the protection, auto power-up after power failure

CE Certification is required

G.1.8. Cabinet for 5000 slides

Specifications of cabinet for 5000 slides:

Steel construction with a solvent resistant paint finish. 12 drawers capable of holding approximately 5000 blocks.

G.1.9. Coagulometer (semi-automatic 4 channels) Specifications of coagulometer:

Twin channel coagulometer for routine tests: PT, a PTT, TT,

Fibrinogen and clotting factors. To have 30 sample capacities 37 deg C dry incubation block.

To have automatic counter, to grig off when starter reagent is added to sample and to stop when clot is formed. Results to

be displayed and printed.

To have recorder output for platelet aggregation Number of channels 2

Measuring system Photometric Beam source Infra-red LED

Tender no: J-II/239/19/07

79

Incubation 37 deg C + 0.2 deg C Capacity 30 cuvette and 3 reagent bottles

Display twin 3 digit 00.0 to 99.9 seconds. Keyboard 6 keys

Printer 20 column, 64 characters.

G.1.10. Syringe Needle destroyer Specifications for Syringe/ Needle Destroyer:

Able to cut the needle along with hub of any size.

Syringe i.e. glass or plastic should get destroyed by cutting the needle, device should be connected to a secure sharps disposal

container. The system should be manually operated so that it can be used

inside the biological safety cabinets. Needle hub container should be multi-use reusable.

G.1.11. ESR Vacationers

Specifications of ESR Vacationers:

Blood Sedimentation Apparatus acc. to Western green, metal support,

made of stainless steel, stable construction with special springs, with

pipettes and specimen tube with rubber stopper (also for rapid method), for 10 examinations

G.1.12. Electronic Balance of 0.1mg accuracy/capicity200mg 1. Capacity: 50-200 gm

2. Readability: 0.01 mg

3. Repeatability, (s): ± 0.01 mg 4. Linearity: ± 0.02 mg

5. Stabilization time: 5-10 seconds 6. Operating temperature: 10-30°C

7. Fully automatic Internal – calibration with built in instrument should be there

8. Should be operable at 220 V, 50-60 Hz 9. Should be ISO certified

10. Warranty should be for minimum two years 11. AMC: Five years AMC after expiry of two years warranty

12. Literature: All the statements given in compliance statement should be supported with printed literature published by

Manufacturer

G.1.13. Hematology Analyzer (8 parameter) Eight Parameters: WBC,RBC, Hgb, Hct, MCV, MCH, MCHC, Plt,

Through put-50 or more, Cycle time and start up time to be specified,

Bar code reading-Optional Reagents- should be available locally.

Cost per test should be low and shelf life of reagents to be

mentioned

Tender no: J-II/239/19/07

80

Display- LCD Monitor, Histogram, Scatterogram, Flag message for abnormal results, Printer- inbuilt

Data management- Data storage capacity to be specified, Data archiving. Specify technology used for calculating various

parameters and also specifies linearity and precision parameters. Should be upgradable Blood controls with 21 d stability.

G.1.14. Biochemistry semi auto analyzer

1. Analysis Mode Absorbance, Kinetic, Fixed time, End point, Bichromatic, Endpoint with sample blank, with standard or K factor.

It should be microprocessor controlled programmable, semi auto analyser to perform routine biochemistry tests with Multistandard

curve calibration & memorisation etc. 2. Light Source Halogen Lamp Filter Type Interference Filter.

3. Wavelength 7-Filters-340, 405, 500, 546, 578, 620, 670 nm with an

accuracy of + 2nm band width and 10nm band width. 4. One free position for optional filter Photometer Accuracy 0.006A,

from 0.0 to 1.5A Clock It should have built –in real time clock. 5. Resolution 0.001 Optional Measurement Silicon photodiode. Flow

Cell / Cuvettes Supports Flow cell as well as cuvettes. 6. Aspiration Mode Automatic by Peristaltic Pump.

Temperature Control

Peltier Element Temperature 25, 30, 37°C, ambient Display LCD (640 x 240 pixels, 256 colours) User Interface Key board Printer

Inbuilt Thermal printer, External printer (Optional) Programme

Memory More than 130 Test memory There should be facility to store Reagent Blank O.D. in the memory.

QC Results 365 days QC data Patient Memory 600 patient results Computer Interface RS 232 serial port Operating Condition

Temperature: 18-35°C, Relative humidity 85%

UPS should be provided for proper functioning

Instrument Company should be marketing and functioning since

past 5 years The manufacturer / supplier should have a full-fledged service force

and installation base for the quoted equipment.

The manufacturer should be able to supply kits against orders on time.

G.1.15. Hematology Analyzer - Blood Cell Counter (5 part Differential)

Parameters: WBC, RBC, Hgb, Hct, MCV, MCH, MCHC, Plt, Pct, RDW

MPV, Ly%, Ly#, Mo%, Mo#, Gr%, Gr#, Eosinophil Screening, PDW, RDW%

All in pre-diluted mode, LPLT, Option of test, CBC / Diff., CBC, Hgb,

Through put-50 or more, Cycle time and start up time to be specified

Bar code reading-Optional, Reagents- should be available locally.

Tender no: J-II/239/19/07

81

Cost per test and shelf life of reagents to be mentioned. Display- LCD Monitor, Histogram, Scatterogram, Flag message for

abnormal results, Printer- inbuilt. Data management- Data storage capacity to be specified, Data

archiving. Specify technology used for calculating various parameters and also specify linearity and precision parameters.

Should be upgradable. Blood controls with 21 d stability

G.1.16. Haemocytometers with red and white pipettes Neubar Counting Chamber –made of toughened glass, Size approx

3” x 1.2” With central ridge and two furrows of depth 0.1mm, 1/400mm2

should be supplied with RBC pipette and WBC pipette and cover slips.

G.1.17. Urine analyser

1. Analyser must have capability of reading more than 200 strips per hour.

2. Strips must have at least following parameters – a. Glucose

b. Protein

c. Ketone Bodies d. Bilirubin

e. Leucocytes f. Nitrate

g. Urobilinogen h. pH

i. Specific gravity j. Blood

3. Analyser with greater through put (number of strip read per hour) would be preferred.

4. Regular supply of the required consumables will be responsibility of supplier; no extra payment will be made for this.

5. Supplier should quote rate/ cost of strip for urine samples: 50, 100, 250, and 500 and above per day for the calculation of expenditure.

Supplier must provide required information in tabular format. No

commitment for number of samples to be analysed per day for initial three months.

6. Maintenance would be the total responsibility of supplier. 7. Analyzer would be procured on agreement basis for three years.

G.2. Microbiology

G.2.1. Centrifuges (Electric Rotofix) 1. Bench Top Centrifuge Machine using brush less system. The body

made of CRC sheet, finished in power coating. 2. Fitted with digital speedometer, Digital timer of range 0-59 minutes

and variable speed regulator through rheostat for long life. 3. Speed range 2500-5000 rpm.

4. Supply is completed with 8x15ml Swing out head, dust cover, instruction manual, 2 spare fuses, cord, a separate rotor for

microfuge tube & a plug to work on 220 volts 50 HZ A.C.

Tender no: J-II/239/19/07

82

5. Instrument Company should be marketing and functioning since past 5 years

6. The manufacturer / supplier should have a full-fledged service force and installation base for the quoted equipment.

G.2.2. Binocular Microscopes with inbuilt illumination

BINOCULAR MICROSCOPE Stand and Ergonomically designed rugged stand for long time comfortable usage

Illumination

Built-in transmitted illumination system with Koehler system. 6V 30W

Tungsten halogen lamp. LED illumination if available may be quoted optionally. Tilting mirror attachment should be included in the main

unit Focusing Stage movement in Z axis should be 15 mm to 20 mm stroke

in coarse movement and 2 to 2.5 μm stroke in fine focus graduation Stage

Mechanical stage should have coaxial X and Y movement with the size 120 to 130 mm x 132 to 140 mm

Traveling range: 75mm (X) X 30mm (Y) with good quality ball-bearing specimen holder

Observation Head

30° inclined ergonomic Binocular tube, side on top design, suitable for

eyepieces upto field of view 20mm. Inter Papillary Distance range 48-75 mm and eyepiece tubes can be swivelled either way for easy viewing

angle of the operator.

Condenser Abbe type with iris diaphragm N.A.: 1.25

Objective Lens

Fully Plan Achromatic objectives (anti-fungus)

4 X N.A.: 0.10 10 X N.A.: 0.25

40 X N.A.: 0.65 100 X N.A.: 1.25 (with polarizing mirror attachment) Eye Pieces 10

X anti-fungus / 18 mm Field of View (FOV) Nose Piece Quadruple Nose piece revolving

The microscopes should be complete with blue filter, power cord and dust

cover.

A Demo piece of the quoted model should be submitted along with the bid for technical evaluation. The bid submitted without the Demo piece will

not be considered.

Warranty: Two years.

CMC: Three years after the expiry of warranty period.

Tender no: J-II/239/19/07

83

G.2.3. Hot air oven (100-300°C) 1. Digital Controls with Stainless Steel Inside.

2. Heat Circulation: Horizontal Fan Assisted 3. No. of Shelf’s: 2 Stainless Steel Shelves (Detachable)

4. Maximum Temperature: Ambient to 250 °C 5. Least Count: 1 °C

6. Accuracy: + 2 °C 7. Heater Capacity: 750 watt x 2 Heaters = 1500 Watt

8. Electric Supply: 220 + 10%Volt. 50 Hz Single Phases. AC.

a. Instrument Company should be marketing and functioning since past 5 years

b. The manufacturer / supplier should have a full-fledged service force and installation base for the quoted equipment.

c. The manufacturer should be able to supply kits against orders on time.

G.2.4. Freezer 1 -20°C (12cu.ft) with stabilizers

1. It should have a capacity more than 430 ltrs. 2. The dimensions should be around 600 x 600 x 1300

3. It should have insulated inner doors to minimized air loss 4. It should be well insulated with 130 mm non CFC, foamed in place

polyurethane 5. It should be hermetically sealed cooling system with durable

compressors 6. It should have easy to clean condenser filter

7. It should have pressure equalization port to allow easy to access to cabinet after door closer.

8. It should have heated door seals (hot gas) to prevent ice build up 9. It should have minimum of 15 (2 “) cryo boxes per rack

10. It should have minimum of 10 (3 “) cryo boxes per rack

11. It should be able to run at 220 Volts and 60 Hz 12. It should be ISO and CE certified.

13. with safety alarm 14. All accessories& electric fitting to be included

15. Automatic voltage stabilizer has to be provided as essential accessories

G.2.5. Roto-mix Mixer

Variable Shaking Speed Action Degree Of Agitation: Gentle To Violent, Controlled By Speed

Regulator Full Torque Application To Oscillating Mechanism Irrespective Of

Speed Setting Fraction H.P Motor, 220 Volts,1phase, 50 Hz AC Supply

G.2.6. Water baths 37 °C with Racks

1. Temperature range from ambient temperature 0° to 100°C. 2. Thermostatic control with an accuracy of plus minus 0.5°C

3. Double walled inside stainless steel and outside mild steel sheet painted in epoxy powder coating.

Tender no: J-II/239/19/07

84

4. Bath consists of two pilot lamps, temperature control knob and ON/OFF switch to work on 220/230 volts AC supplied with or without

stirring arrangement without racks and thermometer. 5. Lid of water bath is made of stainless steel 304 Qlty.

6. SBS-1 300mm 250mm 175mm Suitable for 2 racks 14 Ltrs 7. Audible warning safety signals should be there for high/low

temperature warnings, and dry running protection. 8. Instrument should have lift up bath cover; Carrier racks should be

given for flasks and test tubes racks.

9. A cock should be provided to facilitate draining of bath contents. 10. Water bath protective media should be there to prevent

contamination and formation of algae. 11. Heating capacity - 2 KW; should have all the accessories required

for the functioning of the equipment. 12. Equipment should be FDA / CE certified or equivalent standard of

repute. 13. It should be ISO 9001:2000 or other equivalent quality

certification. 14. All electrical peripherals required for smooth functioning e.g.

voltage stabilizer should be provided with the equipment

G.2.7. Water baths 56 °C with Racks 1. Double walled in construction.

2. Inner chamber and lid made of Stainless Steel. Outer chamber made of Mild steel with powder coating.

3. The gap between the chambers filled with high grade glass wool to minimize the heat loss.

4. Temperature range from ambient to 100oC and temperature controlled by digital temp. Indicator cum controller with an

accuracy of + 0.5°C.

5. A high speed stirrer with a motor of 1/20 HP is fitted to the unit for continuous stirring and this can maintain a uniform heating

throughout the chamber. 6. The heating mechanism comprises of set of heaters pertaining to

fast heating to operate 230 volts AC only. 7. Designed for immersion equipment and for external circulation to

maintain constant temperature. 8. To operated 230 Volts AC only

a. Instrument Company should be marketing and functioning since past 5 years

b. The manufacturer / supplier should have a full-fledged service force and installation base for the quoted

equipment. c. The manufacturer should be able to supply kits against

orders on time.

G.2.8. Incubators 37 °C (250 lt)

Universal Incubator Temperature range up to 70 Deg C. Heating elements are placed in ribs at the bottom and sides double

walled.

Tender no: J-II/239/19/07

85

Inside stainless steel 304 quality. The door has synthetic rubber gasket. Outside mild steel painted in

epoxy powder coating with perforated adjustable shelves of Stainless steel.

Two incubators and on/off switch. Fitted with air circulating fan and digital temperature controller cum indicator inside size 605 x 605 x

910 mm for work on 230 Volts A.C. Specifications for BOD Incubator Chamber Volume: 250-280 liters.

o Temperature range : 0° to 60° C

o Temperature accuracy : + 0.1° C o Digital timer : 1 minute to 99hr 59 minutes

o Refrigerator: 1/6 Hp (HBP compressor) o Material: Internal – stainless steel (0.6t); External – Steel

(0.8t power coating) o Shelves: Stainless steel wire, electro polished and separable.

o Number of shelves: Three o Safety device: CLS (custom logical safe) – control system

o Microprocessor PID control o Auto-tuning /Calibration with shell level adjusters

o Digital LED display (0.1° C resolution) using touch sensitive key pads,

Forced air convection with an optimal cross flow type fan to maintain excellent temperature uniformity inside the incubator and

fan speed can be controlled in three steps.

Optimized sample inspection through tempered inner glass door without affecting chamber temperature

Over temperature limiter and door opening alarm, nine steps of temperature profiles programmable, three different temperatures

memorable.

G.2.9. Laminar Flow Cabinet (Microbiology) 1. System should have dimensions atleast 1050x775x1325(WxDxH)

external and 890x630x630 (Wx DxH) internal dimensions.

2. System should have one HEPA filter with 99.999% efficiency for particles >0.3 µm.

3. HEPA filter should have H14 Class according to EN 1822. 4. System should have a prefilter for >0.5µm with 85% efficiency.

5. Pre filter should have G4 Class according to EN779. 6. System should have Illumination level >800 lux.

7. Noise level should be <55dba. 8. Working chamber should be made from AISI 304 stainless steel.

9. External and internal structure should be made from 2.00mm electrostatically painted steel.

10. System should have microprocessor control system with Digital

display. 11. System should have Hour Counter up to 100.00 Hours.

12. System should have automatic Air flow speed control. 13. System should have 0.4m/sec. Flow velocity.

14. System should have 2100 m³/h capacity high quantity Blower with double suction.

Tender no: J-II/239/19/07

86

15. System should have 2 pieces, covered and fuse protected. 16. System should have option for Gas Valve, and Vacuum valve.

17. Power consumption not more than 440 Watt.

G.2.10. Automated Microbiology System Technical Specification

1. The system should be for minimum of 400 positions.

2. The system should be fully automated and should be capable of detecting growth of the pathogenic micro-organisms from blood &

sterile body fluids 3. The system should be able to detect fungal, aerobic and anaerobic

organism from the blood. 4. The system should have the capability to process samples of adult and

paediatric patients and should have dedicated media for paediatric samples

5. The system should have the capability of continuous monitoring of the clinical samples.

6. It should have in built automated instrument quality check facility. 7. The system should be provided with printer and UPS and should be

able to display growth kinetics on the screen. The system should be

modular and upgradeable for future requirements. Cost of additional module needs to be mentioned in the commercial bid

8. The system should have the capability of analyzing and detection of delayed entry of specimens at growth, stationary and decline stage

(both log & lag Phase) 9. Detection principle of the system should not have any bottle puncturing

during sample analysis and thus no dangerous aerosols formation 10. Vendor should provide free of cost onsite training.

11. USFDA/EUROPEAN CE approved.

G.2.11. Myco-bacterial cultural system Specifications for Myco-bacterial Culture system

Should Performs blood (and other sterile body fluids) and Myco-

bacteria culture in the same system. Should have Flexible design allows for different 60-bottle

cabinets to be configured for either blood culture and/or myco-bacteria culture.

Should perform Fungal Culture in same blood culture bottle. It should perform Rapid results with high sensitivity - Detects

75% of isolates within 24 hours.

G.2.12. Hotplate Electric 1. Temperature range ambient to 120°C with Digital display

2. Material of construction – Aluminium plate 3. Temperature control panel for uniform temperature distribution.

Timer : 0 to 99 (hr) or 59 (min.) continuous

4. Rates voltage : 220 V 5. Heating power : 200 W

6. Safety device : Leak proof heating chamber over temperature 7. CE Certification is required

Tender no: J-II/239/19/07

87

G.2.13. Sterilizing Drums (32-40cm diameter) G.2.14. Desiccators Large & Small

Desiccators with cover, Knob Top, made of toughened medical grade glass

Heat resistant with strain point of approx. 500 degrees C. Resistant to water, neutral and acid solutions.

Internal Diameter 100mm—Qty 1 Internal Diameter 150 mm-- Qty 1

Internal Diameter 200 mm, Qty 2

Internal Diameter 250mm, Qty 1 Desiccators Vacuum with tabulated cover, stopcock and PTFE

Spindle, Internal Diameter 300mm, Qty 1

G.2.15. Water Distilling Apparatus (Metallic) Double-(3lt/hr)

distillation/ RO plant

Specifications of Water Distilling Apparatus:

All metal still with an output of3 L per hour, to give pyrogenic free

distillate. To have heavy duty heaters fitted with an automatic cut out to

prevent damage to the glass should the water supply fails

The cut out to reset automatically when cool. To have a constant level device to maintain the boiler contents at

the optimum level, to be used with an automatic reservoir controller which allows the distillation of water to become an automatic

process. The controller to have a level sensor placed in the top of the 20L

distillate collection vessel which when full is to activate a pressure switch in the control box.

The control box to be wired to the heating element and the magnetic water input valve so these are then switched off until the

level of distillate falls, the pressure switch then reactivates the magnetic water valve and the process restarts.

Water consumption 110 l/hour, power 2 x 3W. To be provided with a wall mounting installation kit.

G.2.16. Elisa Reader and Washer (Microbiology)

1. Range of working wavelength should be from 400nm to 700nm. 2. It should have 4 filters: 405nm, 450nm, 492nm, 630nm for reading

24, 48 or 96-well plates Speed: 30 seconds for 96 wells

Absorbance range: 0.000-3000 Abs Resolution: 0.001 Abs

Accuracy: +/-1% +/- 0.0010 Abs from 0 to 2.000 Abs Linearity: +/-1% from 0 to 2.000 Abs, +/-3% from 2.000 to

3.000 Abs

Repeatability: +/- 0,5% +/- 0.005 Abs from 0 to 2.000 Abs 3. Stability:

Detection modes: single wavelength or dual wavelengths; Display: 240x128 pixels LCD screen;

Tender no: J-II/239/19/07

88

Print: external printer; Data Link: RS232 serial port;

Dimensions: 420x290x180mm Net Weight: 10Kg.

Gross Weight: 14Kg. 4. Extensive curve fitting: linear, cubic, quadratic, 4-P, log-logit, cubic-

spline, point to point Auto or manual plate layout for blanks, controls, standards

and samples

Control and assay validation Transformation and Formula Applications

Cut-off and Call Criteria Up to 75 assay programmed memory which can be recalled

instantly Up to 8 micro plates test results saved in the readers’ memory

Panel assay capable Store 25 standard curves

Printer: HPTM or EPSONTM compatible printer

Specifications for ELISA Washer

1. Should have 8 channels or 12 channels interchangeable co-axial wash heads.

2. Should have inbuilt vacuum pump with auto shut off mode. 3. Should have Programmable cards for washes, Soak times volume and

pause time. 4. Should have fully automated micro plate washer for rapid and effective

washing of all types of ELSA Flat, U or V bottom plates and coated assays. 5. Residual volume should be less than 5µl/well.

6. Precision should be 5%. 7. Operating cycle should be continuous.

8. Volume of waste bottle should be minimum of 2 litres each. 9. Warranty should be 2 years for the whole unit.

10. Post warranty CMC should be 5 years. 11. Original literature should be supplied along with quotation.

G.2.17. Rapid Culture System

Integrated Blood and Sterile Body Fluid Culture System. TB Culture, TB drug sensitivity 1st & 2nd line.

Anonymous bottle loading facility, Plastic bottles, Touch screen, Data management capacity, Tests: Standard Aerobic, Standard Anaerobic, FAN

Aerobic, FAN Anaerobic, Pedi Bac T, MP Bottle, MB Bottle.

G.2.18. Automated Chemistry Analyzer Fully automated, reliable and rapid system for identification of bacteria

and yeast and their drug sensitivity. Should work with ID 32 strips with international references to identify

most of the microorganisms (over 550 different types) including wide and

relevant range of fastidious bacteria and yeast. Antibiotic susceptibility strips with resistance marker and therapeutic

molecules to give rapid reports within 4 – 24 hrs and confirmation of ESBL also.

Tender no: J-II/239/19/07

89

G.2.19. Automated Immunoassay Analyzer Specifications for Automated Immunoassay Analyzer

Environmental requirements

o Operating Temperature: + 15° C to + 30° C (59° F to 86° F)

o Storage Temperature: - 10° C to + 40° C (14° F to 104° F) o Relative Humidity: 10 to 80%, non-condensing

o Type of Installation: for indoor use only; light industrial equipment

o Installation Category (overvoltage category): II (according to IEC 1010.1)

o Degree of Pollution: n°2 (according to IEC 1010.1) o Maximum installation altitude: 2,000 m

o

Technical features o Capacity − 12 test positions: 2 sections with 6 positions in

each section. o Up to 30 tests/hour depending on the type of assay used

(Motors − Automatic control by stepper motors. o Pumping − 2 pumps; one for each section − Mixing,

diluting, and transferring of liquids Temperature control

o Absolute Accuracy SPR: 36°C – 38°C o Tray: 35°C – 38°C

o Relative Accuracy SPR: ± 0.7°C between the 2 sections o Tray: ± 1°C between the 2 sections

o Process Thermal resistance o Automatic Control by thermal probe

Optics

o Detector Photodiode fluorimeter o Detection range 40 to 40 000 nmol of 4MU (4-Methyl

Umbelliferone)

Automatic checking automatic checking every 12 hours of the optic

system against a reference standard (named "solid standard");

automatic calibration if the difference with the solid standard is ≥0.6 % G.2.20. VDRL Rotator

For VDRL and other agglutination tests, blood grouping test etc. Platform size 300x300mm should be able to accommodate concave slides, blood

bottles and flasks by use of a spring holder. RPM 180. Timer built in to control shaking duration. Power- 220 V, 50 Hz AC supply.

To be supplied with cord and plug.

G.2.21. Deep Freezer -20 C 1. It should have a capacity more than 450 ltrs.

2. The dimensions should be around 600 x 600 x 1300 3. It should have insulated inner doors to minimized air loss.

4. It should be well insulated with 130 mm non CFC, foamed in place polyurethane

Tender no: J-II/239/19/07

90

5. It should be hermetically sealed cooling system with durable compressors

6. It should have easy to clean condenser filter 7. It should have pressure equalization port to allow easy to access to

cabinet after door closer. 8. It should have heated door seals (hot gas) to prevent ice build up

9. It should give refrigeration 1 x ½ HP 10. It should have a minimum of voice level not exceeding ± 50 dBa

11. It should have minimum of 15 (2 “) cryo boxes per rack

12. It should have minimum of 10 (3 “) cryo boxes per rack 13. It should be able to run at 220 Volts and 60 Hz

14. It should be ISO and CE certified

G.2.22. Sterile Hood (Bio safety cabinet class II)

1. Microprocessor controlled Class-2 type A2 biological safety cabinet

suitable for working with microorganisms assigned to biological safety levels 1, 2 & 3, providing full protection to personnel,

specimens and environment. 2. NSF International standard 49 / EN 12469 certified and tested.

Certificate is to be provided along with. 3. HEPA H14/ULPA filters on inflow as well as exhaust with an efficacy

of 99.999% for equal or more than 0.3 µ size particles (DOP test Certificate to be produced).

4. 30% exhaust air via high performance exhaust filter and 70% air should be re-circulated.

5. Dimensions of work chamber in the range of 1100-1300 mm (Length), 500-700 mm (Width), 550-800 mm (Height).

6. Main body made up of rust proof stainless steel single piece (sides and back wall).

7. Safe and ergonomic design for movement in all directions in the

chamber (Comfort for users while working). 8. Sliding front window, electrically operated, made up of safety (UV)

glass, completely tight sealed while closed for complete protection against contamination and fumigation.

9. Independent fans for impulsion and exhaust. 10. UV lamp with auto regulatory mechanism to work only when

the front panel is fully closed. 11. Display of the following parameters:

a. Optical & acoustic notification of alarms. i. Low exhaust flow.

ii. Low down flow air velocity. iii. Impulsion/exhaust fan malfunction.

b. Cabinet information (with digital display). i. Exhaust air flow in m3/hr.

ii. Laminar flow air velocity in m/sec.

iii. Elapsed hour meter for UV. iv. Cabinet Temperature

12. Stainless steel pan under working surface to allow safe collection of spilled fluid.

13. Low noise level <65dBA 14. Service ports with stopcock at both ends for gas.

Tender no: J-II/239/19/07

91

15. Minimum one electrical socket inside the chamber. 16. Light intensity in the working chamber should not be less than

1000 Lux. 17. Working aperture 200 - 220 mm.

18. It should have an adjustable chair and a foot rest. 19. Cabinet should be mounted on a compatible wheel trolley.

20. Power supply of 220V, 50 Hz. 21. One compatible UPS of the requisite KVA should be provided

along with the each cabinet for uninterrupted work for at least three

hours as a backup.

Essential Accessories

22. One inflow HEPA H14/ULPA filter and one exhaust HEPA

H14/ULPA filter (Original & compatible to the cabinet, DOP tested) should be supplied in addition by the firm with each of the cabinets

as spare accessories.

Other Terms

23. Warranty of minimum two years from the date of successful installation.

24. CMC for five years after expiry of warranty. 25. Installation should be on turnkey basis.

26. The price of spare HEPA H14/ULPA filters should also be quoted separately and should be frozen for the next five years.

27. The DOP test certificate is to be provided along with.

G.2.23. Autoclave Vertical Type 1. Should be CE certified of FDA approved product conforming to

EN-285, EN-554, CE 93/42/EEC, CE97/23 PID, TUV, Class II a MDD ISO 13485:2003, ISO 9001:2000 certifications.

2. Should be a fully automatic Dual PLC microprocessor based High pressure, high vacuum autoclave for sterilizing hospital materials

including agars, sterilization of solutions in open & closed bottles, disinfection of materials and waste decontamination.

3. Should be front loading, have Rectangular, horizontal chamber with well insulated jacket, Chamber Volume minimum 450 litres

or more. Approx. Internal Chamber Dimension: 700 x 650 x 990

mm approx. (W x H x D)/ External Dimension: 1900 x 1300 x 1300 m approx. (W x H x D).

4. Should have single vertical sliding door to have a pass through system. Door should be electrically controlled having fully

automatic function with multiple safety arrangements. Sealing system should be based on silicone seal.

5. Should have at least 50 mm thick insulation materials on jacket and in doors to ensure low thermal losses. Working temp. of the

door should be less than 45 deg. C. 6. Should be high grade Stainless steel construction inside and

outside including all internal piping and external panels. Chamber & Door Material: Stainless steel 316 L. Jacket Material: Stainless

steel 316 Titanium. All Steam Piping components and connection

Tender no: J-II/239/19/07

92

Stainless steel AISI 316L grade, External Panel & Frames S.S. 304 grade.

7. Should have a built in color touch screen of size minimum 8.2" user’s interface cum Display for control & display of sterilization

cycles, parameters values, clear text messages and alarm history preview etc.

8. Should have audio visual alarms in case of undesired situation. All alarms should be with full explanatory Text messages on the

display.

9. Should have programmable Operators access level. 10. Should have at least 8 pre-programmed standard cycles plus 5

or more user programmable cycles and provision of Chip card port for loading of new programs through chip cards.

11. Should have temperature adjustable from 121 Deg. to 135°C. 12. Safe Working pressure range should be from 15 to 32 PHI (1.1

bar – 2.2 bar) 13. Should have complete monitoring of cycle operation and

provided with at least two pressure sensors and two Temp. Sensors (PT-100 type) in addition to analog for chamber

pressure, jacket pressure and steam generator pressure indication.

14. The unit should be equipped with multiple safety mechanisms for Emergency Stop over. Pressure safety valves for chamber and

jacket, over temp safety, steam traps and electrical safety.

15. Should have maintenance menu for quick trouble shooting by touch screen display interface. All service access should be

preferably from the front for space saving. 16. Should have provision of getting Printout with positions of

components in case of failure and should have integrated schematic diagrams with indications of positions components and

with possibility to change positions of components by touch. 17. Should have possibility to view the schematic diagrams in

service mode during running process with observation of functions of components and progress of values.

18. Should have possibility of forced digital increase of pressure for testing of safety components (Function of control system,

pressure switch, and safety valve), Minimum 5 access levels: unauthorized user, authorized user, administrator, service

engineer, designer and possibility to print the calibrations and

other software settings in service mode. 19. The unit should include Non fade Built in thermo-recorder for

step by step progress values during the cycle with time and date and alarm condition if any.

20. Should have High efficiency Double water ring type Vacuum Pump.

21. All Valve Operation on warm pipes is Pneumatic type 22. Should have 0.02µm HEPA Filter for atmosphere air entry in the

chamber.

Tender no: J-II/239/19/07

93

23. Should be offered within built electric steam generator made of Stainless Steel AISI 316l grade or better. It should have

automatic water level control function. 24. Should have built in feature of Water Saving System for water

conservation. 25. Should be supplied complete with high quality stainless steel

trolleys and sterilization baskets: external trolley = 01 no. Internal trolley with steel roller and shelves = 01 no. and 2 sets

of Sterilization baskets.

26. Should be offered complete with digital interface facility and software for remote supervision & data storage with provision to

enable user make modifications of already programmed sterilization programs. Installation should be on turnkey basis

following will be the terms and conditions: a. Only water, electricity and drain outlet will be provided

available by the department within the room at a distance of maximum five meters from the location of installation.

The supplier shall be responsible for arranging rest of the things for installation and smooth functioning of the

equipment. b. Following shall be provided by the supplier along with

machine; i. Two sets of operating manual.

ii. Two sets of circuit diagram.

iii. Service manual.

G.2.24. Floatation Bath

Double Walled outside should be made up of epoxy powder coated MS Sheet, Black Anodized Aluminium Sheet inside to

facilitate viewing of sections, Gap between the walls fitted with

superfine glass wall, Black anodized aluminium lid to protect bath contents from dust and to reduce evaporation, Durable

ring type heating element mounted on the base to heat the bath quickly,

Temperature controlled by Hydraulic Thermostat ranging from room temp. to 80° C with ± 0.5° sensitivity, Clamp for

thermometer, Power Supply 220/230 volts AC - 50 Hz,. Size :-: 250mm (Dia) x 125 (Depth)

G.3. Histopathology

G.3.1. Tissue embedding system Specifications of tissue embedding system:

Unit to comprise a stainless steel processed tissue storage tank, which can be easily removed for tissue collection and

reuse of wax.

The heated base mould storage area to be large enough to allow a wide range of base moulds to be stored separately.

To have a 5.2 L wax storage reservoir with a removable filter to ensure purity of wax.

Tender no: J-II/239/19/07

94

The reservoir to be thermostatically controlled between 45-60 degrees C.

The dispensing system to be controlled either by finger switch or footplate.

The illuminated hot plate to be controlled between ambient and 90 degrees C.

The cold plate to give a good working area. To be supplied complete with illuminator, forceps warmer and

magnifier.

To be supplied with a starter set of base moulds and lids to include 40 various size moulds.

G.3.2. Automatic tissue processor Specifications of Automatic tissue processor:

Unit to be an enclosed tissue-processing centre, to be supplied in

modular form to allow the unit to expand as the laboratory needs enlarge.

To consist of a "command" module, a reaction module and a storage module.

The command module to operate the original units and up to 4 further units. The command module to have a user friendly VDU

display with a choice of 9 programmes in up to 6 languages. To be able to programme in real time and to have various alarm conditions

to be displayed on the screen.

The reaction chamber to have a capacity of 200 cassettes with two individually heated wax baths.

The storage module to hold 12 2.25 litre polypropylene reagent bottles all to plug directly into the rear of the module.

To be supplied with a complete start-up kit to allow the machine to be demonstrated and set up on site.

G.3.3. Open tip cryostat Specifications of tissue Open tip cryostat:

Automatic open top rotary retracting cryostat microtome with

a temperature range of ambient to 35 degrees C with automatic programmable defrosts.

Cabinet to be manufactured of rust proof steel finished in a special PVC coat.

The inner chamber to be polished stainless steel.

Quick freezing of specimens to be accommodated by thermal switch.

Rotary microtome to give sections of 0.5 to 30um thickness with a block size of 50 x 70mm, to incorporate a self-aligning

anti-roll plate with micro adjustment to give constant sections. The retraction to be

Tender no: J-II/239/19/07

95

Incorporated in the return stroke of the microtome, the unit to be sealed with lubricant impregnated bearings for minimum

maintenance. The refrigeration unit to be hermetically sealed.

The window to incorporate a de-mist system to allow excellent visibility at all times.

G.3.4. Rotary Microtome(Semi-Automatic)

1. Rotary shaker with durable steel body which provides gentle and adjustable angle rocking suitable for blotting or staining and

distaining gels. 2. With Non-skid platform and edge on all four sides.

3. Background of the platform should be preferably white in color for easy viewing of test material.

4. Adjustable rocking angle from 10-15 degrees from horizontal. 5. Electronic sped control from 0 to 100 cycles/min.

6. The instrument should operate on 230±10 volts 50Hz power supply.

G.3.5. Cyto-centrifuge Specifications of Cyto-centrifuge:

24 place rotor, semi-automatic, microprocessor controlled.

RPM 2950, swing out rotor Instructions entered by keypad

Self-diagnosis of program faults Wash cycles selectable 1 to 4

Volume saline 0.5 to 5.5ml Timer 1 to 999 seconds

Auto agitation Integrated cleaning system

G.3.6. Automatic slide strainer

Specifications of Slide strainer:

Slide staining trough glass with lid. Slide staining rack to hold 25 slides of 76x26mm size.

G.3.7. Backup microtome(Manual)

Manual /Semi-automatic microtome. Sturdy, compact design, adjustable block holder, easy to operate and clean.

With counter balancing wheel, aluminium hinged cover .Base plate to be fitted with heavy rubber pads for better grip. Uniform serial

sectioning adjustable from 1 to 50 microns. To be supplied with microtome knife, having back and handle in

wooden box, 6 block holders, one bottle of lubricating oil and Rexene cover. Knife sharpener to be quoted as optional

Tender no: J-II/239/19/07

96

G.3.8. Balance for grossing room Stainless steel table, Sink & Tap, metric ruler, shelf, drawers and

storage compartment under the table. Towel/Tissue paper stand must be included along with waste bin. Work area sides to be made from

acrylic. Built in blowers for sucking out vapours. Size: 4’ 3’x 3’ (LxWxH). To be

supplied with the following accessories: Built in germicidal UV Light; Exhaust duct up to 6’.

G.3.9. Instrument tray for grossing

Made of stainless steel grade 304. With cover. Size: 310 x 195 x 63 cm (Approx.)

G.3.10. Slide trays

Made of anodized aluminium for keeping twenty slides 75 × 25 mm in flat position.

G.3.11. Grossing Station

2 ventilation options High-quality stainless steel construction

Vacuum breaker-protected water supply ½ horsepower disposal

Polyethylene dissecting board Magnetic instrument holder

Dissecting area rinse Shelving

Spray hose assembly

H. Imaging H.1. Ultrasound Machine with Color Doppler

These are broad specifications the companies should quote with their latest model and comparable technologies. Major or minor deviations

from the specifications given below should be evaluated by technical

committee for keeping the specific equipment in one category which broadly meets the requirement.

Demonstration would be arranged by the company before the price bid opening at their own cost for their quoted models to the technical

committee The system should be State of the art with full Digital Technology with

Broadband beam former& should be for Whole Body applications including Abdominal, Ob/Gyn, Cardiac, Cerebrovascular, Peripheral

Vascular, Musculoskeletal, Trans cranial & Small Parts Imaging such as Breast, Thyroid, Testes, Intracavitary applications like Transvaginal &

Transrectal, & Intra operative applications. System should have the capability of Elastrography and contrast imaging.

The broadband beam former should be capable of simultaneously processing ultrasound signals from 1 MHz to 17 MHz.

The system should incorporate facility for High-resolution 2D, M Mode,

PW, CW, Color Flow Imaging, Power Doppler Angio, Duplex, Triplex Imaging modes. Should be capable of Dual Live display of gray scale

reference image with color Doppler image

Tender no: J-II/239/19/07

97

The equipment should have minimum 50,000 Digital Channels or more, and should be upgradable on the site to higher number of Channels.

Higher Number of Channels is preferred. The system should employ the state of the art Transmit Real Time

Compound Imaging Technology with Multiple transmitted lines of sight of at least 9 lines, wherein Multiple Coplanar Images from different

viewing angles are obtained and combined into a single compound Image at real-time frame rates for improved visualization & better

Image quality in Abdominal & Vascular Imaging & to virtually clean up

the Image of artefacts. System should have advanced Image Processing algorithms to analyses

between targets and artefacts so as to sharpen target anatomy and reduce the speckle &artefacts for improved Image quality.

The system should have 256 Grey shades or more. The system should offer a scan depth up to 30cm.

The system should have at least three universal transducer ports with electronic switching capability allowing any transducer to be connected

to any port. The system should support Convex, Linear, Sector, Volume, Matrix

Array and static transducers. It should support volume imaging by freehand, mechanical, and electronic methods.

The system should support multipl fully sampled Live Volume Imaging, for both adult and paediatric imaging.

H.2. Ultrasound

1. Description of Function: High resolution Grey scale ultrasound for

trans-abdominal examination.

2. Operational Requirements:

2.1 Latest generation Electronic Phased array system with Minimum 1000 Electronic independent channels; desirable 4000 Electronic channel System

should be DICOM ready and capable of being interfaced with HIS/RIS/PACS.

2.2 Should be field up gradable to next generation system on site. All new software should be upgraded free of cost for at least 3 years.

2.3 Frequency compounding or better technology for better resolution and

penetration.

3. Technical Specifications

3.1 Phased array probe system with Minimum 1000 Electronic independent channels.

3.2 256 gray shades for sharp contrast resolutions.

3.3 Probe to be supplied which should be latest generation wide band

transducer.

3.4 Harmonic Imaging- System should have Harmonics on all the probes

following modes in harmonic with separate setting for:

Tender no: J-II/239/19/07

98

3.5 Trapezoidal image.

3.6 Automated Gain control for additional level of flexibility to image quality control.

3.7 Real time high frequency 2D for higher resolution.

3.8 Monitor should be 15" or more, high-resolution Colour Monitor.

Tilt and Swivel monitor should be able to view in all angles and all light

conditions.

3.9 Various maps for pre and post processing.

3.10 User defined system and application presets for multi-user department.

3.11 Minimum 4.8 GB optical disc drive / 80 GB hard drive for image storage

and retrieval. (Standard with system)

3. 12 Cine loop memory – than 100 frames.

a. High frame rate review for better clarity of play back images study in slow motion.

b. Quad loop with memory for pre and post images comparison of any

procedure.

c. memory – 256 frames or more in QUAD loop

d. Frame grabber facility for post analysis.

3.13 Facility for high definition digital acquisition, review and editing of complete patient studies.

3.14 Frame rate should be 1000 FPS or more.

4. System Configuration Accessories, spares and consumables

4.1 Convex probe 2 – 5 MHz

4.2 B/W thermal printer of latest model

4.3 DVD/CD Recorder with DICOM media transfer

5. Environmental factors

5.1 The unit shall be capable of operating continuously in ambient temperature of 30 deg C and relative humidity of 80%.

5.2 Pre Requisites should be clearly spelt out in terms of room requirements.

6. Power Supply

6.1 Power input to be 220-240VAC, 50Hz fitted with Indian plug.

6.2 Resettable over current breaker shall be fitted for protection.

Tender no: J-II/239/19/07

99

6.3 Suitable Servo controlled Stabilizer/CVT.

6.4 Online UPS of suitable rating with voltage regulation and spike protection for 30 minutes back up.

7. Standards, Safety and Training

7.1 Should be FDA or CE approved product.

7.2 Electrical safety conforms to standards for electrical safety IEC-60601 / IS-13450

7.3 The product shall comply to IEC 60601-2-37 ed1: Medical Electrical

Equipment - Part 2-37: Particular Requirements for the Safety of Ultrasonic Medical Diagnostic and Monitoring Equipment

7.4 Type of protection against electric shocks -- Class I Degree of protection

against electric shocks for ultrasound probes Type "BF" For ECG electrodes Type 'CF".

7.5 Manufacturer/Supplier should have ISO certification for quality standards.

8. Documentation

8.1 User manual in English.

8.2 Service manual in English.

8.3 List of important spare parts and accessories with their part number and

costing available in stock with the supplier.

9. Maintenance and Serviceability

9.1 Remote Service Network Connectivity.

9.2 Optional Service agreement.

9.3 Online phone Support.

9.4 Clinical application support.

H.3. 2D Echo/Doppler

To support all routine applications for adult, paediatric cardio vascular imaging including: Trans thoracic echography, TEE echography, Contrast

agent imaging, vascularimaging, Stress Echography.

Features:

Integrated Ultrasound workstation 2D imaging, Tissue harmonic Imaging,

Differential echo amplification, Colour Doppler- real time Doppler with multiple modes including Velocity, Acceleration, Energy, PW Doppler and M-

Mode; Multiple frequency imaging, Should include the following: Integrated

Stress Echo package, Digital Acquisition, storage, review and transfer of data

Tender no: J-II/239/19/07

100

including static images, dynamic clips and cine., Digital storage on hard disk, integrated compression engine, DICOM Conformance.

Probes:

i) Small footprint, Wide view array transducer for adult and paediatric

echo stress echo, coronary artery and internal mammary artery imaging, using multiple frequency imaging- 2D M-mode: 7,6,5,3.5

MHz; Colour Doppler – 6,5,3.5 MHz; PW,HPF,CW spectral Doppler- 3.5 Mhz.

ii) Mini multiplane TEE Transduce for adult, paed and neonatal TEE iii) Linear Array Transducer for peripheral vascular imaging: 4.0 to 8. MHz

iv) Multiple frequency Transducer for Trans thoracic Echocardiography, adult echo, stress echo, contrast agent studies. 2- 3.5 MHz

H.4. X-Ray View Box (Six Films)

Wall mounted Double plate X-Ray viewer manufactured from sheet steel,

epoxy powder coated. The front of the viewing box should have white opaque glass sheet with an aluminium clamping-frame at the top over the full width

of the viewing box.

H.5. X-Ray View Box Double Screen Wall mounted Double plate X-Ray viewer manufactured from sheet steel,

epoxy powder coated. The front of the viewing box should have white opaque glass sheet with an aluminium clamping-frame at the top over the full width

of the viewing box. Electrical characteristics –

1. A 120V, 60Hz mono-phase electrical source with line connection plug NEMA 5-15 type.

2. Protections against over-voltage and over-current line conditions. 3. Compliance with applicable Haitian standards and regulations.

Operational characteristics - 1. To accommodate two X-ray films up to size 35cm x 43cm

2. X-ray viewer with 2 plates 3. Two cold cathode bright white fluorescent tubes, flicker free, mounted on

the inside of the viewing box providing sufficient diffused light to view x-

ray sheets 4. Color temperature not less than 5500° K

5. Brightness not less than 2000 cd/m2 at the panel centre 6. Brightness uniformity not less than 90% for each viewing panel

7. Adjustable brightness control for each viewing area 8. Lamps life not less than 20000 hours

9. Independent light ON/OFF switch for each viewing panel and On/off switch mounted on the front of the viewing box

10. It should have easy insertion and removal of the film. 11. Wall mounted device, supplied with a mounting kit.

Approximate dimensions - 820 x 100 x 500 mm.

Tender no: J-II/239/19/07

101

I. CT scan – 64 Slice Quotations are invited for a state-of-art 64 sub-mm slice per rotation CT

scanner with comprehensive whole body imaging capabilities for the Department of Radiology, Specifications mentioned are essential

requirements of this equipment and the terms and conditions are mentioned separately.

SPECIFICATIONS:

1. General requirements: The system should be of latest slip-ring

technology allowing full and continuous rotation, multi-slice scanning (64 slices per rotation) with true isotropic volume acquisition and sub-

millimetre resolution of at least 0.4 mm for body and vascular applications.

2. X-ray Generator: High frequency, with power output of 80 KW or more to support continuous and sustained operation.

3. X-ray Tube: a. Tube Current: minimum range 30-600mA.

b. The system should have mechanism for real time mA modulation for both Z-axis and angular dose modulation.

c. Tube Voltage: Minimum ranges 80-130 kV.

d. Should have either anode heat storage capacity of 7 MHU or alternatively the tube should be with a very high heat dissipation

rate. e. Filter and beam limiting devices: Their Al equivalent (at least

5mm) and other specific features to reduce radiation dose to the patient must be specified.

f. Specify focal spot size and number according to IEC recommendations.

4. Gantry : a. Aperture: 70 cm or more.

b. Tilt: +/- 30 degree. c. Entire range of rotation times for full 360 degree should be

specified. Minimum rotation time should be 0.4 seconds for whole body applications.

d. Remote controlled tilt from operator table should be possible.

e. FOV should be at least 50 cm. f. Laser alignment lights should define accurately all 3 planes. It

should operate over full range of gantry tilt. 5. Patient Table:

a. Should be able to bear 200 kg or more with 1 mm positioning accuracy.

b. Table speed: Horizontal – Up to 100mm or more/sec. c. Vertical table travel: range should be specified.

d. Scan range: should have at least 150 cm metal free scan able range.

e. Facility of positioning aid for horizontal iso-centric positioning of the patient.

f. Additional calibrated flat table top for radiotherapy planning purpose

6. Spiral CT:

Tender no: J-II/239/19/07

102

a. Minimum slice thickness should be 0.5 mm or less and maximum 10 mm or more. Slice thickness and increment should be freely

selectable b. Pitch factor (volume pitch): Variable between 0.5 to 1.5 or more

and should be user selectable.

Specify all possible pitch selections.

c. Gapless spiral length: 150cm or more. d. Single continuous 'spiral-on time' should be minimum 80 seconds

or more. e. Bolus triggered spiral acquisition should be possible.

f. True isotropic volume acquisition and sub-millimetre resolution of at-least 0.4 mm for all body applications.

7. Topogram: a. Length and width: specify range.

b. Scan times: specify range c. Should be possible to interrupt acquisition manually once the

desired anatomy is obtained. 8. Data acquisition system:

a. Detector: Please specify the detector material and type of

detector. b. Specify number of detector rows &number of elements in each

row. c. Mention minimum acquired slice thickness in Axial & Helical mode

after reconstruction. d. In built mechanism for adapting the tube current during each

scan. This should enable radiation dose reduction where body part thickness is less. Specify mechanism used in the offered

system. e. There should be in-built paediatric protocols adapted to weight

and/or age. 9. Image Reconstruction:

a. Real time reconstruction speed: 20 images per second or more at 512 x 512 matrix.

b. Display matrix: 1024 x 1024 or more.

c. Reconstructed slice thickness range should be less than one mm (<1) to 10mm.

d. Specify scan field and reconstruction field. 10. Work stations :

a. A Client Server Architecture based solution; the server should have image storage capacity of at least 1 TB. A reputed antivirus

solution for server should be in place. The server should be with 3 user at (3 Workstations) facility. All 3 workstations should have

following processing capabilities i. MPR

ii. Minimum and Maximum intensity projection (MINIP & MIP), iii. 3D Volume rendering,

iv. 3D SSD (Shaded Surface Display), v. Advance Vessel Analysis,

vi. Auto Bone Removal,

Tender no: J-II/239/19/07

103

vii. Volume Quantification, viii. Lung Nodule Assessment with CAD,

ix. Liver lesion analysis, x. Virtual Endoscopy

xi. Colonography with virtual dissection of the Colon. xii. Perfusion CT

xiii. Dental CT: high-resolution evaluation of teeth and jaws with automatic panoramic and paraxial reconstruction,

evaluation of mandibular canal and life size filming.

b. Full flat screen medical grade monitor of 19 inch size or more 11. Image evaluation tools:

a. Parallel evaluation of multiple ROI in circle, irregular and polygonal forms.

b. Statistical evaluation for area/volume, S.D., Mean, Min/Max and histogram.

c. Distance and angle measurement, freely selectable positioning of co-ordinate system, grid and image annotation.

J. Digital X-Ray 300 mA, Digital X-Ray Processor and C-Arm

J.1. Digital X-Ray 300 mA

X-RAYMACHINE 300mA. 125 KVP Full Wave Solid State Silicon Rectified X-ray Generator for

Radiography suitable for single Tube Operation as per IS: 7620 with latest

amendments.

TIMER The exposure timer should be digital & from

0.02 sec to5 sec.

CONTROL Consisting of On & Off Switches, with

Voltmeter, MAmeter, Quick trip-overload circuit breaker (Automatic safety system to

block unwanted exposure factors beyond

Tube Rating), Voltage Compensator, Major & Minor KV selector, Tube overload indicator

provided, Space charge compensator, technique selector. Digital Display of KVP,

&mAs, Anode braking Device. Electronic overload for protection of tube H.V. Cables&

H.T. Tank. Ready & X-Ray Switch on Control.

Static balancer 30 KVA capable of converting 3-phase in

range 365-400VAC with 0.2 ohms resistance at 50-60Hz to single phase 230

VAC/50Hz

HVTRANSFORMER Compact Heavy Duty Transformer comprising HVSilicon Rectifiers, HT

Transformer, Filament Transformer, bushings all immersed in oil.

Tender no: J-II/239/19/07

104

J.2. Digital X-Ray Processer

Processor type Continuous roller transport system

Processing time 90 to 210 sec

Film size From 4"x4" (10cm x 10cm) up to 14"x51" (35cm x 130cm)

Processing

capacity

100sheets/hr (mixed sizes)

at 90 sec standard processing time

Developer temperature

Automatic microprocessor controlled Temperature control range: 28-38'C (82-100'F)

Temperature can be easily changed and reset

Dryer temperature Automatic microprocessor controlled

Temperature control range: 45-55'C (113-131'F)

Temperature can be easily changed and reset

Circulation mode Anti-crystallization and temperature control by automatic

circulation pump

Replenishment

mode

Automatic microprocessor and manual-controlled

Dryer type Blower-heater

Film feed sensor Dual Magnetic Switches

ACCESSORIES Hand Switch with Flexible long cord enables the operator to keep away from the

Radiation area during exposure.

Aluminium Filter. Light Beam Diaphragm.

POWERSUPPLYREQUIREMENT 440V + 10% V AC, 50 Hz, Three Phase

TUBEUNIT One No. 20/40 Rotating Anode Tube (BEL /

TOSHIBA or equivalent) with Dual Focus (Large & Small).

HVCABLE One Pair of 10 meter High Voltage Cables : Sleevings - Straight.

STAND Floor to Ceiling Stand & with Counter

Balanced Tube Head (Rotatable+180 Degree), 360 Degree

Rotatable; mounted on Floor Ceiling Rails for convenient movements.

It should have all necessary locks. The column should be light in weight.

Protection for the rope failure should be

provided with the column stand.

TABLE 5 Position Table Hand tilt; 15 Degree

trendelenburg to vertical, Motorised Bucky consisting of 8:1, 103 lines/inch Imported

Grid Size 17 1/4" X 18 7/8"; Stainless Steel Cassette Tray; Compression Band and

Foot Rest.

Tender no: J-II/239/19/07

105

Tank capacities Developer: 5.0 litres (1.32 gallons) Fixed: 5.0 litres (1.32 gallons)

Washer:6.0 litres (1.58 gallons)

Water

consumption

1.5 litres (0.4 gallon) / min

Power consumption

Operation mode: 1.7 kw Stand-by mode: 0.8 kw

Electrical

connections

AC 220-240 Volt, 50Hz/60Hz, Single phase

AC 110-120 Volt, 50Hz/60Hz, Single phase

Weight Net: 35 kg (77.1 lbs) Gross: 77 kg (169.8 lbs)

Standard

Accessories

Replenishment tanks: 2 x 25 litters (7.0 gallons)

Hoses / Stand / Manual / Spare parts kit

Dimensions Closed feed tray L 63.5cm (25.0 inches) H 38.5cm (15.0 inches)

W 52.5cm (20.6 inches)

Open feed tray L 86.5cm (34.9 inches) H 38.5cm (15.0 inches)

W 52.5cm (20.6 inches)

J.3. C-Arm

Special features Soft collimator for optimizing the image by reducing glare.

Cine loop recording reduces the frequency of

repeated exposures in turn low dose to doctor and patient.

Image enhancement (Image plus) increases contrast

and sharpness of images.

19” Medical Grade monitors with modular trolley.

IMAGE INTENSIFIER:

Image Intensifying Tube 9 inches, triple field

Normal = 9”, Zoom1 = 6”, Zoom2 = 4.5”.

Nominal Entrance Field

Size

230 mm

Output Image diameter 20 mm

CCD Camera High resolution compact CCD camera ½” size.

pixels: 752(H) X 582(V)

Monitors and Trolley 2 Nos. 19” medical grade monitors along with

Tender no: J-II/239/19/07

106

modular trolley having features like:

Foldable monitors.

LCD Display of the servo stabilizer output voltage

Actuator assisted up/down movement of monitors to

facilitate viewing of images at most convenient eye

level positions

Specially designed integrated keyboard having

feather touch keys and touch pad is provided instead of double unit keyboard and mouse

5 inch wheels for better mobility with kick stop

provision in two wheels for parking stability.

Image Intensifier head safety lock.

Provided.

C-ARM MOBILE STAND:

Rotation 180 Degrees.

Up/Down movement with Actuator

400 mm

Horizontal Travel 210 mm

Arc Orbital Movement 120 Degrees.

Wig Wag ±12.5 Degrees.

X-RAY GENERATOR:

Tube Head 50 KHz stationary anode tube of focal spot 0.6mm

(FLR) and 1.5mm (RAD).

Max. Voltage 110 KV

Fluoroscopic mA 0.1 - 3mA (Normal Mode)

Pulse Fluoroscopy mA 8-12mA

Radiographic mA 30 mA (max.)

INVERTOR AC/DC converter for H.F. x-ray generator.

Mains Voltage 230V AC ± 10%, 50 Hz.

Max. output power 3.5 KW

LCD Display for 20 X 3 (column x rows) display on which KV, mAs,

fluoro time, FmA and cine mA, I.I ZOOM and body part, view of radiography, error inter lock display for

KV, filament, thermal are displayed on wide angle

Tender no: J-II/239/19/07

107

LCD.

Radiography Manual and APR mode.

Technique Selection Fluoro and radio mode selection.

Radiographic Timer An inbuilt radio timer enables to select up to 250

mAs in 14 steps for radiography.

Fluoroscopic Timer Five minutes cumulative timer with buzzer.

Fluoro mA Continuously variable.

Monoblock Temp. Sensor.

Thermal safety cut off provided.

Self-Diagnostics Error indication display is shown on LCD display in

character form

KV interlock

Filament interlock

Thermal interlock

Automatic Brightness

Stabilizer

Provided for hands free imaging.

COLLIMATOR Single leaf parallel shutter collimator is provided.

Image memory features - Green image (LDHD)

1. Image plus software

2. 2 LCD monitors system for LIH, LIVE and stored images.

3. Permanent image storage capacity of approx. 10,000 images.

4. 50 temporary image storage for quick review.

5. DVD writer to store images on CD/DVD for giving it to patients.

6. Flicker free images on a flat screen.

7. 32 bit image storage for excellent resolution.

8. Image sharpening (real-time or stored images).

9. Image rotation of 15º step.

10. Image EMBOSS for three-dimensional relief presentation.

11. Colorized images.

12. Dynamic contrast control (Gray Level Stretch).

13. Negative images (Gray Level Invert).

Tender no: J-II/239/19/07

108

14. Frames averaging for smoothing ofiImages. (Real time) 256 frames.

15. 32 bit at 800 x 600 resolutions.

16. Digital subtraction of images.

17. QUAD view (4 images on monitor).

18. Cine loop of 500 frames (Multiple cine loops can be stored permanently).

19. Variably frame rate of 2, 5, 10, 15 & 27 frames per second for cine loop.

20. Image orientation: Left/ Right – Top/ Bottom.

21. Patient’s Name, operator name, hospital name, date and time display on monitor.

22. Images can be stored in folders of individual patient’s name.

23. Quick exploration of stored images.

24. ON screen help mode.

25. ON screen measurements – Length (X and Y) and Area.

26. Area of interest marker.

27. Contrast enhancement of area of interest.

28. Histogram of area of interest.

29. Facility for image printing.

30. Text annotations and provision of removal of all text from the image.

31. Automatic capture and storage of cine loop with cine foot switch

32. Offset and gain adjustments for improved image quality.

33. Thumb nail use of complete study

34. Frame by frame review.

35. Printing options in different formats (frames of different loops can be printed on the same sheet, 1x1, 1x2, 1x4, 1x8 formats)

36. Frame rate selection

37. LAN connectivity.

38. DICOM Compatible (Optional).

39. Branded processing unit

40. Specifications: Dell Desktop Vostro-220/Lenovo

41. Intel dual core 2.5Ghz or above processor

Tender no: J-II/239/19/07

109

42. Intel mother board

43. 1 GB DDR-II RAM

44. 160GB or above hard disk drive

45. DVD writer

46. 512 MB dual head VGA card

47. Specially designed integrated keyboard having feather touch keys and

touch pad is provided instead of double unit keyboard and mouse

Power supply Single phase 230 V, ± 10% AC, 50 Hz (equipment operatable on standard 15 ampere power socket)

with independent earthing.

K. Diagnostics K.1. EMG/NCV

EMG/EP/NCS system should have following specifications.

1. Should have Nerve Conduction Studies MCS, NCS, F wave, H reflex, Collision, Blink reflex, RNST, Inching studies & CCV with temperature

probe. 2. Main Unit should be connected to the Computer through the latest and

powerful USB 2.0 Interface. 3. Must have 18 bit A/D conversion for high fidelity waveforms.

4. Must have Compact operation panel for easy management of waveforms and latency marking.

5. 12 channel system with head montage junction box with user configurable channels.

6. Two channel monophasic/biphasic constant current electrical

stimulator,It should be upgradable to 4 electric stimulator with artefact compensation and temperature measurement for CCV.

7. Input impedance: above 200 M ohms differential mode 8. Sensitivity 1 micro volt per division to 10 milli volt per division

9. Noise < 0.6 micro volt RMS 10. Common mode rejection ratio: above 112 dB isolation mode

11. Low filter settings: 0.01 Hz to 3 KHz and high filter settings: 10 Hz to 20 KHz with AC interference notch filter 50 Hz

12. Amplitude calibration 1 micro volt to 10 milli volt 13. Average: 18 bits, number of averaging 9,999,

14. Electrical Stimulator: 2 channels monophasic / biphasic, constant current with artefact compensation

15. 8 Channel External input and External Output and Line I/O 16. Should have option of configuring up to 42 different protocols in

NCV/EMG

17. Should have option of connecting stimulation pods with multiple output ports.

Tender no: J-II/239/19/07

110

18. Should have compact stimulating electrode with convenient dials for stimulation intensity adjustment and delivery of electric stimulation

with two user configurable switches. 19. System should have at least 1 triggers input / output, upgradable to 6

Triggers. 20. Must have Single Fibre EMG, Macro EMG, Stimulated SFEMG, and

QEMG with the system. 21. User should be able to open at least 8 test protocols simultaneously.

22. Programmable measurement conditions up to 300 or more

examination conditions 23. Should have EMG (Free run needle EMG, MUAP analysis, Interference

pattern, Auto MUP detection and classification, and real time turn amplitude analysis) with continuous storage of live EMG for minimum

10 minutes up to 99 sites. The system should have QEMG, Single fibre EMG, Stimulated SFEMG and Macro EMG.

24. EMG play back with waveform and sound for minimum 10 minutes should be possible in any PC.

25. Must have Single Fibre EMG, Macro EMG, Stimulated SFEMG, and QEMG with the system.

26. Should have Brain stem auditory evoked potentials with click, burst & tone pip stimulation (ABR, MLR, and SVR&EcochG).

27. Should have automatic separation of AP and CM waveforms in EcochG. 28. Should have Visual Evoked Potentials with Pattern and LED goggles

(ERG, EOG PRVEP & LEDVEP) – EOG velocity waveform display with

original EOG signal. 29. Should have Somatosensory Evoked potentials with signal triggering

and back averaging (SEP, SSEP, ECG triggered SSEP and ESCP) simultaneous SSEP and SEP measurement.

30. Must have user friendly Data base management software and study schedule program for easy data management.

31. Should have provision of EEG data review in the EMG system. 32. Should have Microsoft SQL Server based report generator for strong

data base management. 33. On-screen examination guide / Neuro navigator.

34. Should be able to perform Skin electrode impedance check at both junction box and console 2 to 20 K ohm

35. Should have option of directly interfacing high voltage stimulator in future without additional hardware

36. Should have option of P-300, MRCP & CNV.

37. Should have provision of setting up more than 10 user accounts for more than 50 user setting protocols.

38. Should have autonomic Nervous System testing with SSR, RR interval & Microneurography.

39. Should have facility of exporting data to csv or any other suitable format for analysis with MATLAB or any other third party software.

40. Branded PC with strict in-house quality checks by manufacturer to comply with medical equipment standard.

a. PC Should be with 3rd generation i7 processor, 4 GB RAM, 500 GB Hard Disk, 8 USB ports or better

b. Built in DVD Super Multi Drive

Tender no: J-II/239/19/07

111

c. With 22” color TFT LCD display d. Suitable latest Windows operating system

e. Supplied with Monocolour Laser Printer f. Supplied with online UPS with min 30 minutes back up

41. Stimulus software a. Should be supplied with a stimulus presentation software with

pre-configured Stimulus lists b. Should be Capable of playing movies

c. Should Support for JPEG, GIF, PNG, and TIFF files

d. Should have Trial variables for user configurable protocols e. Conditional branching (if/then/else)

f. Should be Unicode compliant g. Should be supplied with response pads

42. Should be supplied with following accessories a. Shielded EP electrodes – 2 sets

b. Conductive paste (3 Jars of 300 gms) - 2 sets c. Skin preparation gel (Set of 2 tubes) - 2 sets

d. EMG disposables needles (Box of 25) - 1 boxes (Pead size) e. EMG disposables needles (Box of 25) - 2 boxes (adult size)

f. Single fibre EMG needle - 2 Nos. g. Temperature probe - 1 no.

h. Acoustically shielded Head Phones - 1 no. i. Insert Ear Phones - 1 No.

j. 17” VEP Monitor - 1 No.

k. LED Goggles - 1 No. 43. System should have following Safety Standard

a. Manufacturer should have IS0 certification for quality standards. b. Should be USFDA & CE approved product.

c. Should be IEC 60601 -1 approved for electrical safety of Medical Equipment.

d. Shall meet IEC 60601-2-040 Safety requirements

K.2. EEG Technical Specifications

Should be a 32 Channel digital EEG Machine, where 24 Channels for

acquisition and storage, 5 Polygraph Channels and 3 DC Channels. Frequency response should be 0.05 Hz to 70Hz.

Should have facility to view all channels in different montages during acquisition and review.

Should have split screen facility to study and even carefully during acquisition, where data storage should be on going in hard disk.

Should have split screen facility in analysis to compare the data of same time or different times with individual selection of filters, sensitivity,

montages etc. Should have the facility for simultaneous acquisition and review of same

record. Should have the facility to mark pages / important events for printing in

review. Should have user definable photic stimulator protocol execution with

display of photic marks on screen using LED or Xenon flash lights

Tender no: J-II/239/19/07

112

Should have unlimited Montage Reformatting. Should have HLF (15, 35, 70 Hz) and LLF (0.1, 0.3, 1.5, 3, 5 Hz) filters for

each channel as well as for all channels for display. Should have the facility for sweep speed selection.

Should have the facility to display traces with limit trace. Should mark and annotate standards events such as Eyes open, Eyes

closed, Hyperventilation on, Hyperventilation off, Artefact, and other user defined events of max. 50.

Should have separate sensitivity control for each channel as well as for all

channels. Should have the facility to enter patient details such as ID, Name,

Referred By, Sex, Age, Patient History, Address, and Doctor Name etc. Should have the facility to review of selected patient form list, to sort data

according to patient name, sex, age, test date etc., review another patient while acquisition and to edit the patient details.

Should have the facility to browse page by page, Scroll in forward and reverse direction and the speed of scrolling can be different speed levels

such as same acquisition speed, 2 times, 3 times , 4 times the acquisition speed.

Should have user definable protocols for acquisition. EEG pages should displayed in BRAIN MAP montage and it should have

the facility to view Amplitude brain map, Progressive amplitude brain map, frequency brain map, progressive frequency brain map, 4 bands frequency

brain map with frequency spectrum, 5 bands frequency brain map with

frequency spectrum, 4 bands frequency brain map with EEG & 5 bands frequency brain map with EEG in review mode.

Should have the facility to edit current page events, browse all the marked events. Display the page having the selected event, to store any

number of marked EEG pages on another HDD. Should have the facility for spike detection with amplitude greater than or

equal to the specified amplitude and within specified duration. Should have the facility to print all marked EEG pages / Brain map pages

in queue. Should have the facility to edit and print summary report, EEG page and

Brain map page. Should have Acquisition Hot keys for Sensitivity for all traces, Eyes open,

Eyes close, Hyperventilation ON, Hyperventilation OFF, Mark page, Artefact, Annotated event, Toggle pause / Release pause, Snap shot

mode, photic stimulation etc.

Should have Review Hot Keys for page mode, scroll mode, flip mode, next page, increase speed, mark page for printing, forward direction, reverse

direction, previous page, decrease speed etc. Should have an efficient data base management including Hospital details,

Reference doctors list, standard comments for summary report etc. Photic frequency should be 1-30 Hz, Stimulating time 1-16 sec and pause

time 1-16 sec. CMRR should be greater than 100 db and input impedance should be

greater than 10 M Ohms. Should operate from 200 to 240Vac, 50 Hz input supply.

Should have a high resolution low light video camera.

Tender no: J-II/239/19/07

113

Should have infra-red camera for night VEEG recording facilities. Should have facility to upgrade EEG to sleep system in future.

Should be supplied all necessary accessories including EEG Disc Electrodes reusable – 1 set, EEG Paste – 5 Jar/sufficient quantity for 100 EEG Cases,

Head Cap for Adult, & Infant – 1 each. Should be supplied with a PC of adequate configuration having HDD of

storage not less than 360 GB HDD, DVD/CD writer and a Colour Printer. Monitors provided along with PC should be LCD / TFT and Colour Printer

should be Colour Laser Printer.

Should supply online UPS of sufficient capacity with 1 hour backup to connect all the equipment supplied.

Should be supplied with a suitable Table for keeping the equipment, PC, Printer and all the accessories.

Should have safety certificate from a competent authority CE / FDA (US) / STQC CB certificate / STQC S certificate or valid detailed electrical and

functional safety test report from ERTL. Copy of the certificate /test report shall be produced along with the technical bid.

K.3. ENG

Technical specifications

Pre-amplifier and A/D converter Number of channels 2

Time constants: 1, 2 or 4 sec. Upper limit frequencies - 7.5; 15 and 30 Hz

Amplification- 80 dB (pre-amplifier) Common-mode rejection- 120 dB

Resolution, A/D converter 12 bit Scanning rate, A/D converter 50/sec. per channel

Power supply AC 50-60 Hz, 115/230 V, 5 W Dimensions 321 x 300 x 121 mm (W x D x H) 11.8” x 12.6” x 4.8”

Weight 4.3 kg, 9.5 lbs. (excl. accessories) Protection Class I, unit type BF, complies with EN 60601-1

Software

CNG Analyzer software Tests: spontaneous, caloric, user-defined tests

(e.g. position and positioning)Vest lab software Tests: same as CNG Analyzer, with the following additions: opt kinetic, smooth pursuit,

saccadic and rotational chair tests, post urography

K.4. Bronchoscope Specifications:

Outer diameter of insertion tube: 5.9 mm

Direction of view : 0 deg. Depth of field : 3-50 mm

Angle of view : 100 deg. Working channel diameter : 2.2 mm

Working length : 600 mm Total length : 800 mm

Tender no: J-II/239/19/07

114

K.5. Gastroscope Outer diameter : 9.8mm

Depth of field : 3-100 mm Angle of view : 100 deg.

Working length : 1050mm Up/Down Bending : 210/100 deg.

Right/Left Bending : 100/100 deg.

STANDARD SET OF ACCESSORIES:

Biopsy forceps : 1 no.

Channel cleaning brush : 1 no. Cytology brush : 1 no.

Infusion tube : 1 no. Biopsy valve : 3 nos.

O-rings : 3 nos. Mouth Guards : 03nos.

Water Bottle : 1 no. HALOGEN COLD LIGHT SOURCE 15V/150W: 1 no.

3400 k, heat filter to provide cold light

K.6. Cystoscope

Specifications

HPIS Classification 730_40_10_0

Inner Diameter Inches 0.19 in, 0.28 in

Latex Free Yes

Length Inches 90 in

Number of Leads 1, 2, 4

Roberts Clamp 0, 2, 4

UNSPSC code 42142707

K.7. Colonoscope

1. Direction of view should be zero degree. 2. Minimum of 140 degree of field of view.

3. Range of observation from 5 mm to 90 mm. 4. Angulations of tip not less than 180º with right to left movement of

minimum 150 degree. 5. Insertion tube diameter of less than 12 mm with a working length of

not less than 1600 mms.

Tender no: J-II/239/19/07

115

6. Distal end of less than 12 mm. 7. Instrument channel of more than 3.0 mm.

8. Compatible with the video system specified.

K.8. Arthroscope Arthroscopy equipment system, cart mounted, consisting of:-

Shaver unit complete with set of blades for large, medium & small joints

CO2 insufflator Pump irrigation Arthroscopy

Suction pump (with footswitch) H/F surgery unit (with footswitch)

H/F surgery set consisting of wire snare (2), knife electrode (2), ball electrode (2), needle electrode (1) and flat electrode (2)

Camera 3 chip

Camera control unit Monitor colour 36cm

Video-recorder VHS/PAL Video colour printer

Light source Xenon lamp 175 watt (colour temp 6000k) Cart mobile Qty 2

Basic instrument set for arthroscopic surgery consisting of: Telescope (Autoclave able) 4mm wide angle incl.

Universal sheath, trocar, obturator, inflow canula, inflow tube with obturator and trocar and light guide cable

forceps sponge holding x 2 clip towel (non-invasive) x 5

arthroscope 30 deg ( 25 deg ) ( 4 mm ) arthroscopic sheatg and obdurator ( 5 mm )

no 3 BP handle with size 15 blade

scissors hooked ( 3.5 mm ) rongeur straight ( 4mm )

forceps grasping arthroscopic ( 3.5 mm ) punch ( basket ) forceps ( 3.5 mm )

retractable knife ( 4 mm ) aspiration needle 18 gauge

K.9. Pure Tone Audiometer Specifications:

Digital audiometer, TDH-39 headphones, CPU with monitor, software.

AC: 250 to 8000 Hz -10 to 120dB. BC : 250 to 8000 Hz -10 to 80 dB

ABLB SISI

On line computer connection Micro-processor controlled

NOAM/S/W compatible Direct access to hearing aid fitting software

Two separate channels for binaural speech tests

Tender no: J-II/239/19/07

116

Tone decay tests Facility for free field option- optional accessories in two room setup

Synchronised automated masking Talk forward/talkback system two way communication-optional acc. In

two room Setup microphone for speech test Desktop-pure tone, masking, speech audiometry, speakers, facility for

special tests, plain paper printer to be supplied with voltage stabilizer with tables for the printer and for the audiometer

K.10. Brain Stem Evoked Audiometry (BERA)

Specifications:

2 channels. Windows based.

Bone Conduction. Integrated database.

Pre-programmed auto tests. Waveform reproducibility indication.

Split left/right recordings. Simultaneous recording of condensation rarefaction stimuli.

Normative data indication.

Soft attenuator. Wave editing during testing

Digital filter application (during and after test). Add, subtract curves

Low noise amplifier

Upgraded with OAE, ASSR and VNG, NCT

Medical CE-mark Easy portability

EcochG recordings with markers Middle Latency

Late Latecy (P300, MMN etc.) Cochlear Implant Stimulator Control

ASSR:

PreAmplifier 2 channels

Gain 80 dB Frequency Response upto 8000Hz

Noise 6.0 nV Hz CMR Ratio > 115 dB at any frequency between 0.1Hz & 10Hz.

Input Impedance > 10M Accepted electrode offset > 300mV.

Power from main unit. Impedance Check

Measuring Current 25uA. Ranges 0.5k – 25k.

Tender no: J-II/239/19/07

117

K.11. Complete ENT set Rust free top with powder coating housing on lockable heavy duty

castors. Transparent acrylic cover cabinet with OPD instruments Concealed

powerful suction unit with foot control switch. Electronic temperature controlled water jet system with 0.1 deg.

Setting range up to 100 deg. Cent. Universally adjustable Bull‘s Eye Lamp

Foot operated, powerful spray system with micro-switching

Solid state, fine cautery with different electrodes, with cutting & coagulating system. Convenient heat laryngeal mirror warmer system

X-ray viewing box with CFL lights Space for instruments trays

Medicine bottles and gauze box stand Storage drawers with locking facility

Space for cold light source. Sino scope 0deg. With stand. Approximate dimensions:HxWxL-

150x60x70cm Optional items: Operating microscope, Fibre optic Headlight

K.12. ECG Machine

Description of Function

ECG Machine is a primary equipment to record ECG Signal in various configurations. 12 channels with interpretation are required for recording and

analyzing the waveforms with inbuilt software.

L. Operational Requirements • The ECG Machine should be able to acquire all 12 Leads

simultaneously and interpret them. M. Technical Specifications

• Should acquire simultaneous 12 lead ECG for both adult and paediatric patients.

• Should have Artefact, AC, and low and high pass frequency filters. • Should have a storage memory of at least 100 ECGs with easy

transfer by modem and data card. • Should have full screen preview of ECG report for quality

assessment checks prior to print. • Should have interpretation facility of the amplitudes, durations and

morphologies of ECG waveforms and associated rhythm for adult and paediatric patients.

• Should have alphanumeric Keyboard for patient data Entry. (Virtual

or hard keys). • Should have High resolution (200 dpix500dpi on 25 mm/sec speed)

digital array A4 size printer. • Should have report formats of 3 x4; 6 x2, Rhythm for up to 12

selected leads; 12 Lead Extended measurements, 1 minute of continuous waveform data for 1 selected lead.

• Should have battery capacity of at least 30 ECGs or 30 minutes of continuous rhythm recording on single charge.

• Should be able to be connected to HIS /LAN/Wireless LAN.

Tender no: J-II/239/19/07

118

• Should display ECG on LCD/TFT Display of 640x480 pixel resolution. • USB Support for Storage on external portable memories.

• Multimode of ECG Storage capability, 150 ECG on Internal Flash Memory.

N. System Configuration Accessories, spares and consumables • ECG Machine 12 Leads with Interpretation – 01

• Patient Cable -02 • Chest Electrodes Adult-(set of six) -02 sets.

• Chest Electrodes Paediatric-(set of six) -02 sets

• Limb Electrodes(set of 4)- 02 sets of Adult and 02 sets of Paediatrics • Thermal Paper A4 Size for 500 patients

O. Environmental factors • The unit shall be capable of being stored continuously in ambient

temperature of 0 -50deg C and relative humidity of 15-90% • The unit shall be capable of operating continuously in ambient

temperature of 10 -50deg C and relative humidity of 15-90% • Shall meet IEC-60601-1-2:2001(Or Equivalent BIS) General

Requirements of Safety for Electromagnetic Compatibility or should comply with 89/366/EEC; EMC-directive.

P. Power Supply • Power input to be 220-240VAC, 50Hz fitted with Indian plug

Q. Standards, Safety and Training • Should be US FDA or European CE, approved product.

• Electrical safety conforms to standards for electrical safety IEC-

60601-1 General Requirements and IEC-60601-2-25 Safety of Electrocardiograms. (OR EQUIVALENT BIS Standard)

R. Documentation • User Manual in English

• Service manual in English • List of important spare parts and accessories with their part number

and costing • Certificate of calibration and inspection.

• Log book with instruction for daily, weekly, monthly and quarterly maintenance checklist.

• List of Equipment available for providing calibration and routine Preventive Maintenance Support. As per manufacturer

documentation in service/technical manual.

S. Physiotherapy L.1. EMG Biofeedback

A two mode biofeedback 5-way audible tone feedback

Input Impedance: 1,000,000 MΩ in parallel with 10 pF

Signal Input Range x1: 0-20 µV

Signal Input Range x10: 0-200 µV

Signal Input Range x100: 0-2000 µV

CMRR 20 - 500 Hz (approx.): 130 dB

Tender no: J-II/239/19/07

119

CMRR @ 60 Hz (approx.): 180 dB

Channel Bandwidth (Wide): 20 Hz ±5 Hz-500 Hz ±50 Hz

Channel Bandwidth (Narrow): 100 Hz ±10 Hz-200 Hz ±20 Hz

Signal Output Range: 0 V-2 V

Supply Voltage: 7.4 V-9.6 V

Current Consumption: 10 mA-3 mA /+5 mA

Battery Life (Alkaline): 40 Hours minimum

Low Battery Warning: 7.4 V

Accuracy: ±5% and ±0.3 mV

Electrical Safety Class: Class 1, Type BF

Dimensions: (L x W x H) 1" x 2.4" x 4.4"

(25 mm x 61 mm x 112 mm)

Weight: 2.5 oz. (71 g)

Safety Tests: UL/IEC/EN 60601-1,IEC/EN 60601-1-2, IEC 60601-2-10

L.2. Nebulizer

1. Should be lightweight, portable and compact. 2. Should have a dust filter.

3. Should be able to deliver a flow rate / 7 lpm

4. Should have air pressure / 35 psi. 5. Should have a check valve to protect the device against contamination

due to backward inhalation 6. Should be compatible for continuous use

7. Should works on 200-240Vac/50Hz. 8. Should be supplied with nebulization accessory kit with mask for adult &

paediatric – 2 nos. each

L.3. Short wave diathermy (500 Watt)

A high power shortwave diathermy unit mounted on wheels for easy mobility with disc and pad electrodes. It should have high frequency current at 27.12

MHZ.

1. Short-wave Power: - 500 Watts max. 2. Timer 0 to 30 minutes (Delivery times)

3. Pulse & continuous mode 4. Intensity control in minimum 5 steps with the help of Knob/button.

5. Should have ampere meter 6. Pulse per second from 20 to 200

7. Disc electrodes & Pad electrode 8. Tuning Knob

9. Electrical input: 220 V + 10% AC, 50Hz

Tender no: J-II/239/19/07

120

10. Should be provided with suitable Constant Voltage transformer. 11. Should comply with relevant IS or equivalent GMP and safety standards.

L.4. Pulse wave Diathermy 500 Watt

Should have power output: 500 W

Should have adjustable pulse width & frequency Conveniently arranged Display

Should have adjustable electrode arms Should have two outlets so that two electrodes can be used.

Operation Voltage: 230/240 V with power point indicator Frequency: 27.12 MHz

Wavelength: 11 minute

L.5. Ultrasound therapy unit

Should have continuous and pulsed options Should have contact control automatic power switch on & off system in

case of insufficient contact Operation Voltage 230/240V.

Should be available with a trolley. Should have 1&3 MHZ frequencies with Display.

L.6. Traction Unit

An intermittent traction unit which is fully solid state and can be used for both cervical and lumbar traction both.

Cervical traction Power should be from 0-20 kgs Lumbar traction Power should be from 0-20 kgs

Should have adjustable pulling distance ( Length) Should have adjustable timing from 0-30 minutes.

Should be provided with Lumbar traction Belt

Should be provided with cervical traction Harness Should be provided with a stabilizer (constant voltage)

L.7. LASER Therapy a) Control Unit -

Specifications: 2.4 Ah Battery Powered,

Voltage-230 V, Two Probe Out puts (Automatic Switching),

Timer-5 Secs. to 5 Minutes, Pulse Frequency 11 Pulse

Frequencies from 2.5 Hz to 20 Hz and continuous.

b) LED Clusters -

Specifications: Probe-60-70 Diodes, 1300-1400 MW split into various diodes,

Single Point Probe 8/0 nm with 200 MW output

c) 810 nm Infra-Red Single Lasers Probes

Tender no: J-II/239/19/07

121

200 MW output.

d) Laser Safety Goggles

L.8. Wax Bath

It should be portable double walled & insulated steel tank with lid. Wax Melting technology may be water less / water based /oil based.

Capacity of 15-20 kg It should be thermostatically controlled with safety cut out with range

of 0-100 deg.

It should have anti seepage facility. Safety certification- class 1 type B

Internal dimensions 50 x 30 x 21 cm It should be provided with castors

Power control should be in three step It should have neon lamp for main power & thermostat.

Should provide 20 kg wax ( best quality )

L.9. Muscle Stimulator

Micro controlled circuit.

Programmable LCD display with easy read-out. Simultaneous separate treatment to two patients.

More than 350 programmable output currents. Feather touches key operations.

Programmable 0 – 99 min count down timer with LCD display. Inbuilt system ensures auto switch OFF of the unit when treatment time

elapses. SMPS power management technology and spike suppressor.

Separate output for Galvanic (G/IG/TNS) and Faradic (F/SF) currents. Galvanic Current DC.

31 user selectable pulse durations for IG. 11 user selectable pulse frequencies for IG.

TNS output selectable from three modes. 3 modes of TNS (Transcutaneous Electrical Nerve Stimulator) include,

Continuous Mode : Continuous pulse trains are delivered with user

selectable pulse rate from 20 to 125 pulses per second.

Burst Mode: 2 bursts of 10 pulses are emitted per second with pulse width of 200usec.

Modulated Mode: Pulse trains are delivered for 2 Sec and rest for 1 sec. Faradic / Surge faradic output facility.

Surge duration selectable in steps of 0.5 sec.

L.10. Sanding Unit May consists of two wooden hinged planks.

Upper plank's angle of inclination can be adjusted from horizontal to vertical position.

Tender no: J-II/239/19/07

122

Two pulleys may be fitted at the top of 30cm wide upper plank for reciprocal hand-shoulder exercises. Three sets of sanding hand blocks

with different grasp holds may be provided with the unit. The Unit may be finished in natural wood polish.

L.11. Vestibular Board

Wooden body Top thickly upholstered and covered with washable fabric.

L.12. Multi-Activities work station

Shall provide storage space for the following 12 most recognized activities appropriate to a variety of patients:-

1. Pinch Tree. 2. Pipe Assembly Unit PVC.

3. 25 Hole Peg Board. 4. Multi Shaped Peg Board.

5. Hand Tool Test Frame 6. Finger Dexterity Board.

7. Door Latch Board. 8. Dressing Boards Set.

9. Shoulder Abd. Ladder.

10. Bilateral Shoul. Ladder. 11. Hand Exercise Board (Velcro).

12. Hand Gym Board. Workstation should have two, Wheelchair-accessible side shelves.

Two, Drop-out doors converting into workspace. Lockable double doors for security.

Sturdy construction with durable laminated work surfaces

L.13. Inclined Mat Approximate size: 180X90X40 cm

L.14. Stand in Table/Tilt Table

Dimensions 1950-2100 (L) x 720-900mm (W) Independent tilt & height adjustment

Should be able to take Weight upto 250kg Pedal should be adjustable for different angles from

( -10deg to + 30deg ) Standing angle should be adjusted from ( 0-90 degrees)

Should be provided with anterior Harness / board to support the patient from falling.

There should be provision for locking the wheels. Extremely stable

M. Dental

M.1. Dental Chair SPECIFICATIONS

Electric Chair with Zero Position Program to reduce the time for chair adjustment

Zero position that increases efficiency by reducing the time needed for chair adjustment.

Tender no: J-II/239/19/07

123

Swing down arms provide easy patient entry/exit, and allow the dental professional to easily moving from left to right without any obstructions.

Operated by Both foot control & switching on instrument tray for all movements.

Removable ceramic bowel and auto water timer control with Feather Touch switches.

X-Ray film viewer with white light. Dental stool having pneumatic height adjustment.

Wide base of chair to stable the whole chair unit firmly.

Back Rest, up and down movement with electric motor and zero position operated with foot and tray side.

Pneumatic low suction. Air rotor control, three function syringe and option for eighter air motor or

micro motor control. Head rest moving smoothly operated according to requirement and

trouble free. Halogen light with imported glass reflectors having dual intensity (12,000

luxes to 20,000 luxes).

TECHNICAL SPECIFICATIONS

1. Power supply – 230 V± 10%, 50 Hz, 4 Amp. 2. Power rating of Motor – DC 24V, Max. 3.6Ams/50 W

3. Water Pressure – 2 to 4 Bar 4. Air Pressure – 5.5 to 8.0 Bar

5. Displacement :-

Total Length of seat - 1930 mm

Upper Back Rest width - 609 mm Upper back rest length - 560 mm

Lower seat length - 1144 mm Lower seat width - 484 mm

M.2. Dental Chair with X-ray Specifications of tissue Dental chair with X-ray:

Fully motorized , electric driven which gives smooth and non-jerky

start & stop. 3 Hand pieces over the patient delivery system.

Flexible balance arm. Stainless steel instrument tray.

Rectangular air pressure gauge.

Water flow control. Individual air pressure controls.

One 3-way syringe for doctor 3-Aseptic easy clean, tubing and fittings for the hand pieces.

Air operated foot switch. X-Ray Viewer compatible with the unit.

The movement of the chair through hydraulic pump and solenoid valve

Tender no: J-II/239/19/07

124

Movable right arm rests Headrest adjustable for Paediatric/adult use

Emergency stoppage by single touch of switch. Solenoid valve operated on 12V AC for safety.

Up/down and back/forward movements. Smooth seamless upholstery

Built-in water pressure bottle system LIGHT:

o 12V, 55W, 4500°K day light for perfect

o Matching of colors, up, down, back forward and inverse movements of the light head.

o Light Intensity Low: ≥ 16000 lux o Light Intensity High: ≥ 24000 lux

o Time controlled automatic adjustable cup filler. o Bowl Flush.

o Saliva Ejector (Air operated). o Air, Water, supply lines in junction box.

o Safe electrical compartment with transformer, fuse, main switch etc. to give output. 24 VAC for safety.

o Main 220/240V. DENTSIT STOOL

o Operating stool with adjustable height o Gas spring operated

o Revolving on 5 castors, one with back support.

N. Dermatology

N.1. UV Chamber Light source: UV

Wave length: min two 254mm, 366mm

Power source: 12 AC/DC Chamber: well closed, to hold TLC plates 20 x 20cm & 20 & 10 cm size.

Tender no: J-II/239/19/07

125

N.2. CO2Laser

O. Ophthalmology O.1. Slit Lamp Microscope

Magnifications: 5x, 8x, 12x, 20x, 32x Field of view: 40 mm – 6 mm in diameter.

Eyepiece magnification: 10x high-eye point eyepieces, + 8D compensation of ametropia

Width of slit image : 0 – 14 mm, continuously adjustable Length of slit image: in steps: 0.3 / 2.5 / 3.5 / 7 / 10 / 14, Triple Slit

Slit rotation : + 90°, continuous Decentration of slit image: + 4° horizontal, click stop at 0°

Swivel range of slit prism : 180°, scale for angular difference, Angle of incidence: 0° - 20°, tillable

Laser Type Sealed Laser Tube

Mode TEM00

Laser Operation Modes CW/ Super pulse

Super Pulse Peak 200 W

Delivery System 7- Jointed spring balanced articulated arm

Cooling system Closed loop liquid cooling

Fractional scanner 18 mm spot size: different pattern & shape

Dimensions Should be compact light weight & portable

Wave length 10.6 microns

Power to tissue Upton 40 watts

Tissue exposure modes Continuous/single pulse/repeat pulse

Aiming Beam 2 MW pilot beam

MAC density option Adjustable from 200 microns to 2mm

Pulse duration Adjustable from 0.2 msec to 2 msec

Working radius 135 cm

Control Microprocessor Controlled

Electrical Input 60 Hz 220-VAC/50 Hz/+ 10%

Accessories Focusing Hand piece

Others Adequate safety to operator, Patients, attendants and

other medical apparatus connected.

ISO 9008/ ISO 13845 certified company

Tender no: J-II/239/19/07

126

Filters : Swing in blue, green (red-free), Heat absorbing filter and swing in screen for diffuse illumination Free working distance: 66mm Exit

prism/patient‘s eye Travel of instrument base: Z axis: 29mm, X-axis: 110 mm, Y-axis: 90mm

Vertical travel of chin rest : 60 mm Illumination: 6 V, 20 W halogen bulb

Brightness: Continuously adjustable Instrument table: Asymmetrical with motorized control

Accessories required:-

Goldman Applanation Tonometer Observer or Teaching Tube

The product should be CE certified/USA FDA approved

O.2. Tono penmeter

Hand held perkins

O.3. Lid retractor

Covered in O.5

O.4. Refractor One fully upholstered comfortable ophthalmic chair with facility of full

motorized recline and up & down movements for 300 mm ± 15 mm One stand and console with illuminating light for examination.

The stand should have adequate space for placing Keratomter or autorefractomter, NCT, Lensometer, Direct Ophthalmoscope and streak

Retinoscope, Chart projector & Trial lens set.

O.5. Set Retractor

Lacrimal sac retractor with adjustable locking mechanism 18-80 1-1/2" (3.8 cm), 3 x 3 sharp prongs, 4 mm deep

Lacrimal sac retractor with adjustable locking mechanism 18-84 2-7/8" (7.3 cm), 3 x 3 sharp prongs, 3 mm deep

Lacrimal sac retractor with adjustable locking mechanism 18-88 1-

1/8" (2.8 cm), 3 x 3 sharp prongs, 5 mm deep Lacrimal sac retractor with adjustable locking mechanism 18-96 3-

1/4" (8.3 cm), 3 x 3 sharp prongs, 3 mm deep Lid retractor 5-1/2" (14 cm)

o size 0, 10 mm o size 1, 12 mm

o size 2, 14 mm o size 3, 16 mm

o size 4, 18 mm Lid retractor, insulated 5-1/2" (14 cm)

o size 0, 10 mm o size 1, 12 mm

o size 2, 14 mm Double ended retractor, insulated 6" (15.2 cm)

o 14 mm & 16 mm

o 8 mm & 10 mm o 5 mm & 10 mm

Tender no: J-II/239/19/07

127

Retractor, Double ended 6-1/4" (15.9 cm) o 13 x 6.5 mm & 19 x 9.5 mm working ends

Eyelid retractor clear autoclavable plastic o 5-1/4" (13.3 cm), 13 mm wide

Retractor, Double ended often called a "Z-type Retractor" o 6-1/4" (15.9 cm), 13 mm & 20 mm wide ends

Lid plate o 4-1/4" (10.8 cm), blades 20 mm & 23 mm

o 4-1/4" (10.8 cm), blades 21 mm & 24 mm

ball end retractors, with blunt ball ends o 6-1/4" (15.9 cm), single prong, with blunt ball end

o 6-1/4" (15.9 cm), double prong 11 mm wide o 6-1/4" (15.9 cm), double prong 13 mm wide, round knurled

handle Flexible neck rake & lacrimal sac retractor

6" (15.2 cm) o 1 sharp prong

o 2 sharp prongs, 5 mm wide o 3 sharp prongs, 8 mm wide

o 1 blunt prong o 2 blunt prongs, 5 mm wide

o 3 blunt prongs, 8 mm wide Knapp lacrimal sac retractor, flexible neck

o 5" (12.7 cm), 3 sharp prongs

Knapp (rollet) retractor o 5-1/4" (13.3 cm), 4 sharp prongs

o 5-1/4" (13.3 cm), 4 blunt prongs Orbital retractor

o 6-1/8" (15.6 cm), slightly curved Retractor, fenestrated blade

o 5" (12.7 cm), 2.5 mm wide Double ended hook & retractor

o 6-1/4" (15.9 cm), 7.5 x 5 mm retractor, 3 mm hook Fascia needle

o 2 mm wide tip, 1 x 6 mm oval eye o 5-1/2" (14 cm)

Smith corneal protection shields o autoclavable, green, 21 mm diameter

o non-autoclavable, white, 21 mm diameter

Laser eye shields o Non-glare, autoclavable

o Laser eye Shield only, 1" (25 mm) diameter o Laser eye Shield Kit: 2 Shields PM-5010, 1 Suction Handle PM-

5015 o Spare Suction Handle for laser eye Shield fits PM-5010 & PM-

5012

O.6. Set Cataract Consist of

Healon cannula 21G: Sainless steel

Tender no: J-II/239/19/07

128

Wheeler double-ended Spatula, Curved: Stainless steel Kansa Lens Loop, serrarted, 3mm wide: Stainless steel

Castroveijo calliper 20 mm scale,straight, stainless steal Hartman mosquito forceps , curved : stainless steel

Superior Rectus Forceps: stainless steel Vannas capsulotomy scissors, sharp tips, curved:stainless steal

Westcott tenotomy scissors: stainless steel Castroviejo corneal scissors , (curved ), blunt tip, small : stainless steel

Copper Cautery and Spirit Lamp; Stainless Steel

Phaco Eye Speculum; Titanium McPherson Suture Tying Forceps; Streight; Titanium

McPherson Suture Tying Forceps; Angled; Titanium Castroviejo Suturing Forceps with tying platform 0.12 teeth; Titanium

Jaffe Capsulorhexis Forceps: Titanium Micro Needles Holder; Titanium

Sinskey 11 Iris & IOL Hook Angled; Titanium Bard Parker Blade No. 11 (1 pkg. of 100); Stainless Steel

Bard Parker Blade No. 15 (1 pkg. of 100) ; Stainless Steel Suture Tying Forceps

Tower Clamp Barraquer Lid Speculum (Child)

Barraquer Lid Speculum (Adult) Kalt Needle Holder

Micro Needle Holder, Extra Delicate Jaws, Streight. W/O Lock

Hartman Mosquito Forcep Superior Rectus Forcep

Halstead Artery Forcep (Streight) Halstead Artery Forcep (Curve)

Bishop Harmon Forcep Eye Scissors; Streight. Blunt

Copper Cautery and Spirit Lamp Bard Parker Handle No.9

Colibri Corneal Forcep (Corneal) Troutman Castroviejo Corneo Scleral Scissors (left)

Troutman Castroviejo Corneo Scleral Scissors (Right) Iris Forcep (Iridectomy) 1*2 Teethe, Curved

Deweaker Scissors Graefe Muscle Hook- Small

Graefe Muscle Hook- Medium

Intracapsular Forcep-Arruga Troutman Needle Holder with Lock

Weber Lens Loop Gills cortical aspiration Cannula(set of 4)

Rycroft AC cannula air Inj / irrigate( set of 4) Bishop harmon AC Irrigator (cannula &bulb)

Wheeler Double –ended spatula Maumennevitreous aspiration cannula

Bard parker Blade Handle No.:09 stainless steel CE Marked

Tender no: J-II/239/19/07

129

O.7. Direct Ophthalmoscope Specifications:

Illumination form: big spot, small spot, red, central net, slit, spot, red ,

free Compensation filter: Polarizing filter, red-free filter, no filter

Dioptre Compensation: 0 ±1 ±2 ±3 ±4 ±5 ±6 ±8 ±10 ±15 ±20 ±25 +40(D)

Power Supply: 1.5V X2 “C” Type Illumination Bulb: 2.5V/0.45A

CE Marked Rechargeable battery

CE Marked

O.8. Indirect Ophthalmoscope Specifications of indirect Ophthalmoscope:

Binocular indirect ophthalmoscope pupillary distance adjustable, halogen

illumination with output voltage variable up to 6V, four spare bulbs, transformer, red free filter, cobalt blue filter, teaching mirror, scleral

depressor, 20D aspheric lens, detachment charts and carrying case, CE Marked.

O.9. Retinoscope

Separate control for beam adjustment & streak rotation 360 deg Beam adjustments to Divergent, Parallel & Convergent

Large Semi-Reflector interference Mirror With one spare Bulb

Available in C & D Battery Handle Optical Electric Handle

Streak Retinoscope in Case : MS-11 Streak Retinoscope Bulb : MS-11.01

Streak Retinoscope Head : MS-11.02

Streak Retinoscope Handle : MS-11.03 Streak Retinoscope with Halogen Bulb : MS-12

Spare Halogen Bulb : MS-12.00

O.10. Snellen acuity Chart- Drum & screen O.11. Near vision Chart – Jaeger vision test

O.12. Color Vision testing equipment –

Ishihara color Test 14 plate

Farnsworth Lantern( FALANT) Colour perception test

FM 100 Hue color Vision test

O.13. Streak Retinoscope With rechargeable handle , 3.5 V bulb

O.14. Surgical Eye Microscope

Technical specifications:

Tender no: J-II/239/19/07

130

Microscope section: Innovative designed, highly versatile with latest 45° inclined optical

system 15x wide field eye pieces

3 Step magnification ( 5x, 10x & 20x) or 5 Step magnification (0. 4x, 0. 63x, 1x, 1. 6x & 2. 5x) or

Continuous zoom (5x ~ 25x) Beam splitter with ‘c’ mount

CCD digital camera

Working distance: f= 200mm objective lens Interpupillary distance adjustment: 55mm to 75mm

Focusing – manual or motorized with foot control LCD monitor/screen: mount on microscope to display live surgery

Illumination section:

Light source: 15v-150w / 24v-250w twin halogen reflector lamp Illumination control: continuous adjustment

Co-axial through-the-lens fibre optic light guide, white bright light Field of illumination: 70mm

Filter: cobalt blue, red-free, heat absorbing filter

Stand section:

Type: mobile floor stand on four caster wheel for easier handling and

absolute stability Vertical height adjustment range of counter balanced pantographic

arm: 300 to 560mm Rotation of arm: 320 with lock

General information:

Base size: 600mm x 550mm Weight: 65 kgs. Approx.

Height: 1550mm Electrical power: AC 220V, 240V, 50/60hz or 110 V on request

Power consumption: 220va or 110 V

Optional accessories: Monocular assistoscope

Objective lens 250mm, 300mm & 400mm

Tender no: J-II/239/19/07

131

P. Building Facility P.1. Fabricated Operation Theatre

Note: (Please take help of drawings, attached in Annexure IX)

OBJECTIVES

The Main Objectives of Planning should be:

Promote high standard of asepsis

Ensure maximum standard of safety Optimize utilization of OT and staff time

Optimize working conditions Patient & Staff comfort in terms of thermal, acoustic and lighting

requirements Allow flexibility

Facilitate coordinated services Minimizes maintenance

Ensure functional separation of spaces Provide soothing environment

Regulates flow of traffic

Detailed Technical Specification for Modular Operation Theatre

(Please take help of drawings, attached in Annexure IX)

Wall & Ceiling Panel:

Paneling : Pre Fabricated Operating Room walls & false ceiling of GP/SP Sheet

1.50 mm thick panel backed with 12 mm thick Gypsum board complete with all supports.

Painting:-

Filling of all Joints and Cavities with Metallic Epoxy filler and sanded flush to

provide a jointless finish and then sprayed with a water based aseptic and self-sterilizing wall coating system to a d.f.t. of 300 microns with primer.

Flooring:-

Flooring seamless with perfectly curved flash-covings, resistance to mechanical stress and dynamic loads and having ECD/EMI (Conductive) protection

characteristics, 2mm thick, washable vinyl.

Control panel:-

Control panel film type , 6 services tile, mounted flush in the theatre wall,

comprising of the following: Standard Clock Elapsed Clock Telephone Pressure Status Indication Temp and Humidity Indicators A/c Run and set back controls

Filter status monitoring Lighting Controls

LED X-Ray View Box :-

Twin Plate X-ray viewing screen, designed to provide a high level of control luminance without flicker. Size 640x640x110mm

Pressure Release Damper:-

Tender no: J-II/239/19/07

132

Cascade Pressure Stablizer having multi 304 Graded stainless steel blades to control room air pressure -(PRD)

Door:- 1500mm x 2100mm

Single leaf Manual hermetically sealing type of manual door having 60mm thick door blade with 52mm PUF & 4mm HPL on both sides.

Planair :-

Planair Ceiling constructed out of 1.5 mm thick extruded aluminium sheet of size 2400 x 2400 mm having 6 Nos. of hepa filters. The hepa filters dust spot

efficiency of 99.99 down to 0.3 micron. Air diffuser made out of SS304 for the plan air ceiling to give a "LAMINAR FLOW" of filtered air.

Writing board:-

Writing board of size 840 x 640 x 35 mm comprises of a flush mounted, 1.50

mm thick, white laminated board.

Peripheral lights:-

Recess mounted IP54 Protocol, Non-hygroscopic peripheral lights having

compact fluorescent lamp and ballast. Surgeon Pendant :-

Single Arm Pendant horizontal movement, comprising of - 1 x 1000mm articulated Arm -1 x 800mm Basic Console - 1 x single shelf -8 x Mains Socket

.Provision for 6 x Medical Gas Terminal & Hose Assembly One Set (Medical

Gas point i.e O2 - 2nos, Vac- 2nos, Air 4- 1no

Anesthesia Pendant

Single Arm Pendant Horizontal movement, comprising of - 1 x 1000mm articulated Arm -1 x 800mm Basic Console - 1 x single shelf -8 x Mains Socket

.Provision for 6 x Medical Gas Terminal & Hose Assembly One Set (Medical Gas point i.e O2 - 2nos, Vac- 2nos, Air 4- 1no, & N2O -1no.

Hatch Box: Made of SS304 Size: 600x600x600mm

Scrub sink:

2 Bay scrub sink made out of 304 graded brushed finished stainless steel, 1600 mm length, with Manual mode , 1 No. Mixture valve 2 nos. Solenoid valves.

Electrical cable MGPS

Medical gas pipe line inside the OT , Electrical Conducting & FR Wiring inside

Operation theatre and complete connection.

Electrical Distribution box

BOQ for OT- 2NOS (OT-1 & OT-2) Please take help of drawings attached in Annexure

IX

Sr. No. Description Qty Unit

1 Wall & Ceiling Panel:

Panelling: Pre Fabricated Operating Room walls & false ceiling of GP/SP Sheet 1.50 mm thick panel

backed with 12 mm thick Gypsum board complete with all supports.

170 Sq mtrs

2 Painting:-

Tender no: J-II/239/19/07

133

Filling of all Joints and Cavities with Metallic Epoxy filler and sanded flush to provide a joint less finish

and then sprayed with a water based aseptic and self-sterilizing wall coating system to a d.f.t. of 300

microns with primer. Imported

170 Sq mtrs

3 Flooring:-

Flooring seamless with perfectly curved flash-

covings, resistance to mechanical stress and dynamic

loads and having ECD/EMI (Conductive) protection characteristics, 2mm thick, washable vinyl.

70 Sq mtrs

4 Control panel:-

Control panel film type , 6 services tile, mounted flush in the theatre wall, comprising of the following:

Standard Clock Elapsed Clock Telephone Pressure Status Indication Temp and Humidity Indicators A/c

Run and set back controls Filter status monitoring Lighting Controls

2 No.

5 LED X-Ray View Box :-

Twin Plate X-ray viewing screen, designed to provide

a high level of control luminance without flicker. Size 640x640x110mm

2 No.

6 Pressure Release Damper:-

Cascade Pressure Stabilizer having multi 304 Graded

stainless steel blades to control room air pressure -(PRD)

2 No.

7 Door:- 1500mm x 2100mm

Single leaf Manual hermetically sealing type of

manual door having 60mm thick door blade with 52mm PUF & 4mm HPL on both sides.

2 No.

8 Planair :-

Planair Ceiling constructed out of 1.5 mm thick extruded aluminium sheet of size 2400 x 2400 mm

having 6 Nos. of hepa filters. The hepa filters dust spot efficiency of 99.99 down to 0.3 micron. Air

diffuser made out of SS304 for the plan air ceiling to give a "LAMINAR FLOW" of filtered air.

2 No.

9 Writing board:-

Writing board of size 840 x 640 x 35 mm comprises

of a flush mounted, 1.50 mm thick, white laminated board.

2 No.

10 Peripheral lights:-

Tender no: J-II/239/19/07

134

Recess mounted IP54 Protocol, Non-hygroscopic peripheral lights having compact fluorescent lamp

and ballast. 12 No.

11 Surgeon Pendant :-

Single Arm Pendant horizontal movement,

comprising of - 1 x 1000mm articulated Arm -1 x 800mm Basic Console - 1 x single shelf -8 x Mains

Socket .Provision for 6 x Medical Gas Terminal & Hose Assembly One Set (Medical Gas point i.e O2 -

2nos, Vac- 2nos, Air 4- 1no

2 No.

12 Anaesthesia Pendant : Indian

Single Arm Pendant Horizontal movement,

comprising of - 1 x 1000mm articulated Arm -1 x 800mm Basic Console - 1 x single shelf -8 x Mains

Socket .Provision for 6 x Medical Gas Terminal & Hose Assembly One Set (Medical Gas point i.e O2 -

2nos, Vac- 2nos, Air 4- 1no, & N2O -1no.

2 No.

13 Hatch Box: Made of SS304 Size: 600x600x600mm 2 No.

14 Scrub sink:

2 Bay scrub sink made out of 304 graded brushed finished stainless steel, 1600 mm length, with Manual

mode, 1 No. Mixture valve 2 nos. Solenoid valves. 1 No.

15 Electrical cable MGPS

Medical gas pipe line inside the OT, Electrical

Conducting & FR Wiring inside Operation theatre and complete connection.

2 No.

16 Electrical Distribution box 2 No.

P.2. HVAC

(Please take help of drawings, attached in Annexure IX)

1 Supply, installation, testing and commissioning of double skin

construction draw thru type Floor Mounted / Ceiling Suspended AIR

HANDLING UNITS with 0.6 mm thick GI panels from inside / outside and complete with Thermal Break Profile as per specification, each

complete with following : a. Supply air centrifugal forward curved fan with efficiency >65%

b. Pre filters and Micro-vee filters in supply air stream. c. 4/6 Row deep cooling coil of copper tube and aluminum construction

sized at maximum face velocity of 500 fpm. d. Squirrel cage induction motors suitable for 415 ± 10% volts, 50 Hz, AC

supply and high efficiency. e. Fan belt drive package

f. Vibration isolators.

Tender no: J-II/239/19/07

135

g. Fan outlet velocity not exceeding 10 mps. h. Total static pressure shall be 65 mm.

Tag No. Description Type CFM/ TR i AHU - 1 Surgical ICU FM 6000 CFM / 15 TR

ii AHU - 2 Paed ICU FM 4800 CFM / 12 TR iii AHU - 3 Pre Post ICU FM 2000 CFM / 05 TR

iv AHU - 4 BURN ICU FM 2800 CFM / 07 TR Note:

a. All air handling units shall be provide with GI end plates for coil.

b. All AHUs shall be provided with 4 / 6 Row Deep Cooling Coil.

c. All AHU's shall be supplied with hydrophillic coating on fins

d. FM stands for Floor Mounted Unit.

e. AHU shall be provided with 2 Stage Filtration ..

2 AIR HANDLING UNITS FOR OT :

Supply, installation, testing and commissioning of sectionalised

construction double skin blow thru type Air Handling Units for Operation Theatres. AHU shall comprise of following sections:

Supply Air Stream:

i. Filter section consisting of pre filter and

microvee filters. ii. Fan section with blower motor, drive and

flexible connection. iii. 8 row deep cooling coil.

iv. Discharge plenum section. v Mixing Box comprising of damper & filter

section. DX Type Copper Cooling Coils shall be selected for air velocity of 500

ft/minute . Motors shall be suitable for 415 ± 10% volts, 50 Hz, 3 phase AC supply & high efficiency with belt drive package and vibration

isolation. The AHU shall be capable of delivering total static pressure of 120 mm.

The AHU shall be double skin construction draw thru type Floor

mounted with 0.8 mm thick AL sheet from inside and 0.6 mm thick GI sheet from outside with minimum 40 mm thick PUF filled panels and

Thermal Break Profile, each complete with following : Description

TR CFM Min. SP

(mm) OT-1

Supply Air Blower 11 2500 120

AHU as described above for OT-1

Note:

a. AHU shall be suitable for outdoor

application, provided with canopy and thermal break profile.

b. AHU shall be supplied with hydrophyllic coating on fins.

c. Frame-work for coils of all AHU’s shall SS-304 construction.

d. AHU shall be provided with 2 Stage

Tender no: J-II/239/19/07

136

Filtration ..

3

Supply, installation of Variable refrigerant flow modular type air-

conditioning system suitable for Heating/Cooling , Three Phase

driven by DC inverter scroll type capacity control compressor complete with indoor and outdoor units with pre charged R 410a.

3.1 Out Door Units

a) 40 HP

3.2 Supply of Accessories of AHU

a) Control Kit , Expansion Valve Kit , Corded Remote

4

Supply of 'Y'Joint Required for distribution of refrigerant in

copper piping etc. 5 Interconnecting refrigerant pipe work with (19mm/13 mm thick)

closed cell elastomeric nitrile rubber tubular insulation between each set of indoor & outdoor units as per specifications, all piping

inside the building shall be properly supported with MS hanger support

Pipe Size Thickness of insul

(O.D.)

MM

41.3 mm 19

mm

34.9 mm 19

mm

28.6 mm 19

mm

22.2 mm 19

mm

19.1 mm 13

mm

15.9 mm 13

mm

12.7 mm 13

mm

9.50 mm 13 mm

6.54 mm 13 mm

6 Providing and fixing in position the PVC pipes for AHU drainage complete with 9 mm thick insulation, required elbows, tees and reducers.

iii. 32 mm dia pipes

7 AIR DISTRIBUTION

7.1 Supply, installation and testing of Factory fabricated GSS ducts as per SMACNA of following thickness including neccesary supports, adjustable

dampers, vanes, etc.

i. 26 gauge galvanised sheet steel

ii. 24 gauge galvanised sheet steel

iii 22 gauge galvanised sheet steel

Tender no: J-II/239/19/07

137

7.2 Supply, installation and testing of Factory fabricated / Site Fabricated Al ducts of following thickness including neccesary supports, adjustable

dampers, vanes, etc. i. 22 gauge Al sheet

7.3 Supply, fabrication, installation and testing the Flexible connections

constructed of fire resistant double resin sleeve. 7.4 Supply, installation and testing of GI construction Louver dampers

within ducts to be provided with suitable ducts lever and quadrants for manual control of volume of air flow and for proper balancing of the air

distribution system.

7.5 Supply, installation, testing and balancing of powder coated extruded aluminium. Supply Air Grilles with volume control dampers

7.6 Supply, installation, testing and balancing of powder coated Extruded Aluminium Exhaust Air Grilles without volume control dampers

7.7 Supply, installation, testing and balancing of Powder coated extruded

aluminium construction. Square / round shape Supply air diffusers with removable core, antismudge ring & with volume control damper

7.8 Supply, installation, testing and balancing of Powder coated extruded aluminium construction. Square / round shape Return air diffusers

with removable core, antismudge ring & without volume control damper

7.9 Supplying & fixing of GI opposed blade Volume control dampers in

supply air duct collars as per specifications as required.

7.10

Supply, installation, testing and balancing of Powder coated/Anodised extruded aluminium construction inlet air Louvers with bird screen

and volume damper for fresh air as per specifications as required.

7.11

Supply, Installation, Testing and Balancing of powder coated extruded aluminium construction Linear Grilles with removable core as per

approved drawings. 7.1

2

Supply, Installation, Testing and Commissioning of Motorised Fire

Damper suitable for at least 90 minutes of fire rating. The item shal complete with wiring and control wiring

a. Bare Fire Dampers

b. Spring return action type actuator complete with control panel and

temperature sensor 8 THERMAL INSULATION

8.1 Supply, installation and testing of Duct insulation of Al foil faced XLPE of

following thickness a 13 mm thick for inside areas

b 19 mm thick for outside areas

9 ELECTRICAL EQUIPMENTS

9.1 CONTROL PANELS FOR OPERATION THEATRES AHU :

Design, manufacture, supply, installation, testing and commissioning of

the following cubicle type minimum 1.6 mm thick sheet steel enclosed separate compartment for each feeder, front operated, rear connections

indoor type LT motor control panel, dust and vermin proof, drawout/hinged and lockable doors, complete with internal wiring, colour

Tender no: J-II/239/19/07

138

coding with ferrules, cable glands, bonding to earth and painting.

a. Incoming One No. 63 amps TPN MCCB with built in release for over current, short

circuit and earth fault protection with the following:

i. 0 - 500 volts 96 x 96 sq mm voltmeter with selector switch. -1Set

ii. 0 - 63 amps 96 x 96 sq mm Ammeter with 3 No. 63/ 5 amps CT’s and

selector switch.-1Set

iii. Phase indicating lamps.

iv. On, off, trip indicating lamp

Maximum density of Aluminium bus bars for current carrying capacity shall be 1.0 amp per square mm.

b. Outgoing i. 1 No. TP MCB, suitable rating DOL / star delta starter for 1 No. AHU

motor, over load relay with built in single phasing protection and outgoing feeder to AHU fan motor for supply air. The compartment shall

contain an indicating lamp with MCB for ‘ON’ status of fan motor. ii. 2/3 Nos. TP MCB, suitable rating for set of condensers for above AHU

with over load relay with built in single phasing protection and outgoing feeder to compressor motor. The compartment shall contain an

indicating lamp with MCB for ‘ON’ status of fan motor. iii. 1 No. 24 V transformer for operating actuators. Interlocking

arrangements of the on/off of AHU's with Compressors

iv. 1 Set of push button for ' ON ' & ' OFF ' with timer for time delay to start a set of starters above

v. 1 No. 16 amps TPN MCB as spare .

Motor Control Centre as described above. Note : All Exposed Motor Control Centre shall be provided with IP 55

protection.

9.2 CONTROL PANEL FOR AHU's (WITH DOL / SD STARTER) Design, manufacture, supply, installation, testing and commissioning of

the following starter / control panel in minimum 1.6 mm sheet steel, complete with suitable rating contactors, overload relay, SPPR, Timer

etc. and all accessories, jumper wiring as required for commissioning.

The panel shall include the following components and accessories.

The number of AHU control panels shall be as follows. 0- 16 Amp TP MCB upto 1.5 kW with DOL Starter

0- 25 Amp TP MCB from 1.75 kW to 3.73 kW with DOL Starter

0- 32 Amp TP MCB from 3.75 kW to 5.5 kW with DOL Starter

0- 40 / 63 Amp TP MCB above 5.5 kW with Star Delta Starter

Note: All exposed panel shall be provided with IP55 protection. Note: All cables, control cables and required cable trays, from AHU to

panel, shall be in scope of HVAC vendor

Tender no: J-II/239/19/07

139

BOQ for HVAC (Please take help of drawings attached in Annexure IX)

Item Description Unit Qty

.

1 Supply, installation, testing and commissioning of double

skin construction draw thru type Floor Mounted / Ceiling Suspended AIR HANDLING UNITS with 0.6 mm thick GI

panels from inside / outside and complete with Thermal

Break Profile as per specification, each complete with following :

a. Supply air centrifugal forward curved fan with efficiency

>65%

b. Pre filters and Micro-vee filters in supply air stream.

c. 4/6 Row deep cooling coil of copper tube and aluminum construction sized at maximum face velocity of 500 fpm.

d. Squirrel cage induction motors suitable for 415 ± 10% volts, 50 Hz, AC supply and high efficiency.

e. Fan belt drive package

f. Vibration isolators.

g. Fan outlet velocity not exceeding 10 mps.

h. Total static pressure shall be 65 mm.

Tag No.

Descriptio

n

Typ

e CFM/ TR

I AHU - 1 Surgical ICU FM 6000 CFM / 15

TR No. 1

Ii AHU - 2 Pediatric

ICU FM

4800 CFM / 12

TR No. 1

Iii AHU - 3 Pre Post ICU FM 2000 CFM / 05

TR No. 1

Iv AHU - 4 BURN ICU FM 2800 CFM / 07

TR No. 1

Note:

a. All air handling units shall be provide with GI end plates for

coil.

b. All AHUs shall be provided with 4 / 6 Row Deep Cooling Coil.

Tender no: J-II/239/19/07

140

c. All AHU's shall be supplied with hydrophilic coating on fins

d. FM stands for Floor Mounted Unit.

e. AHU shall be provided with 2 Stage Filtration ..

2 AIR HANDLING UNITS FOR OT :

Supply, installation, testing and commissioning of

sectionalized construction double skin blow thru type Air

Handling Units for Operation Theatres. AHU shall comprise of following sections:

Supply Air Stream:

i. Filter section consisting of pre filter

and microvee filters.

ii. Fan section with blower motor, drive and flexible connection.

iii. 8 row deep cooling coil.

iv. Discharge plenum section.

v Mixing Box comprising of damper &

filter section.

DX Type Copper Cooling Coils shall be selected for air

velocity of 500 ft/minute . Motors shall be suitable for 415 ± 10% volts, 50 Hz, 3 phase AC supply & high efficiency

with belt drive package and vibration isolation. The AHU shall be capable of delivering total static pressure of 120

mm.

The AHU shall be double skin construction draw thru type Floor mounted with 0.8 mm thick AL sheet from inside

and 0.6 mm thick GI sheet from outside with minimum 40 mm thick PUF filled panels and Thermal Break Profile, each

complete with following :

Description

TR CFM Min. SP

(mm)

OT-1

Supply Air Blower

11

250

0

120

AHU as described above for OT-1 No. 2

Note:

a. AHU shall be suitable for outdoor application, provided with canopy

and thermal break profile.

b. AHU shall be supplied with

hydrophilic coating on fins.

c. Frame-work for coils of all AHU’s shall SS-304 construction.

d. AHU shall be provided with 2 Stage Filtration ..

Tender no: J-II/239/19/07

141

3

Supply, installation of Variable refrigerant flow modular type air- conditioning system suitable for Heating/Cooling

, Three Phase driven by DC inverter scroll type capacity control compressor complete with indoor and

outdoor units with pre charged R 410a.

3.1 Out Door Units

a) 40 HP Nos 2

3.2 Supply of Accessories of AHU

a) Control Kit , Expansion Valve Kit , Corded Remote Sets 6

4 Supply of 'Y' Joint Required for distribution of refrigerant in copper piping etc.

Nos 8

5 Interconnecting refrigerant pipe work with

(19mm/13 mm thick) closed cell elastomeric nitrile rubber tubular insulation between each set of indoor

& outdoor units as per specifications, all piping inside

the building shall be properly supported with MS hanger support

Pipe Size Thickness of insul

(O.D.)

MM

41.3 mm

19 mm

Rmt 20

34.9 mm

19 mm

Rmt 10

28.6 mm 19 mm

Rmt 20

22.2 mm 19 mm

Rmt 30

19.1 mm

13 mm

Rmt 10

15.9 mm

13 mm

Rmt 20

12.7 mm 13 mm

Rmt 15

9.50 mm 13 mm

Rmt R/O

6.54 mm

13 mm

Rmt R/O

6 Providing and fixing in position the PVC pipes for AHU drainage complete with 9 mm thick insulation, required

elbows, tees and reducers.

Tender no: J-II/239/19/07

142

iii. 32 mm dia pipes Rm 100

7 AIR DISTRIBUTION

7.1 Supply, installation and testing of Factory fabricated GSS ducts as per SMACNA of following thickness including

necessary supports, adjustable dampers, vanes, etc.

i. 26 gauge galvanized sheet steel Sqm

.

250

ii. 24 gauge galvanized sheet steel Sqm.

100

Iii 22 gauge galvanized sheet steel Sqm.

30

7.2 Supply, installation and testing of Factory fabricated / Site Fabricated Al ducts of following thickness including

necessary supports, adjustable dampers, vanes, etc.

i. 22 gauge Al sheet Sqm

.

250

7.3 Supply, fabrication, installation and testing the Flexible connections constructed of fire resistant double resin

sleeve.

Sqm.

2

7.4 Supply, installation and testing of GI construction Louver

dampers within ducts to be provided with suitable ducts

lever and quadrants for manual control of volume of air flow and for proper balancing of the air distribution system.

Sqm

.

2

7.5 Supply, installation, testing and balancing of powder coated extruded aluminum. Supply Air Grilles with volume

control dampers

Sqm.

3

7.6 Supply, installation, testing and balancing of powder coated

Extruded Aluminum Exhaust Air Grilles without volume

control dampers

Sqm

.

4

7.7 Supply, installation, testing and balancing of Powder coated

extruded aluminum construction. Square / round shape Supply air diffusers with removable core, antismudge

ring & with volume control damper

Sqm

.

5

7.8 Supply, installation, testing and balancing of Powder coated extruded aluminum construction. Square / round shape

Return air diffusers with removable core, antismudge ring & without volume control damper

Sqm.

6

7.9 Supplying & fixing of GI opposed blade Volume control dampers in supply air duct collars as per specifications as

required.

Sqm.

2

7.10

Supply, installation, testing and balancing of Powder coated/Anodized extruded aluminum construction inlet air

Louvers with bird screen and volume damper for fresh air as per specifications as required.

Sqm.

1

7.11

Supply, Installation, Testing and Balancing of powder coated extruded aluminum construction Linear Grilles with

removable core as per approved drawings.

Sqm.

15

Tender no: J-II/239/19/07

143

7.12

Supply, Installation, Testing and Commissioning of Motorized Fire Damper suitable for at least 90 minutes of

fire rating. The item shall complete with wiring and control wiring

a. Bare Fire Dampers SqM 1.5

b. Spring return action type actuator complete with control panel and temperature sensor

No 3

8 THERMAL INSULATION

8.1 Supply, installation and testing of Duct insulation of Al foil

faced XLPE of following thickness

A 13 mm thick for inside areas Sqm 300

B 19 mm thick for outside areas Sqm 350

9 ELECTRICAL EQUIPMENTS

9.1 CONTROL PANELS FOR OPERATION THEATRES AHU :

Design, manufacture, supply, installation, testing and

commissioning of the following cubicle type minimum 1.6 mm thick sheet steel enclosed separate compartment for

each feeder, front operated, rear connections indoor type LT motor control panel, dust and vermin proof, draw

out/hinged and lockable doors, complete with internal wiring, colour coding with ferrules, cable glands, bonding to

earth and painting.

a. Incoming

One No. 63 amps TPN MCCB with built in release for over

current, short circuit and earth fault protection with the following:

i. 0 - 500 volts 96 x 96 sq mm voltmeter with selector switch. -1Set

ii. 0 - 63 amps 96 x 96 sq mm Ammeter with 3 No. 63/ 5

amps CT’s and selector switch.-1Set

iii. Phase indicating lamps.

iv. On, off, trip indicating lamp

Maximum density of Aluminum bus bars for current

carrying capacity shall be 1.0 amp per square mm.

b. Outgoing

i. 1 No. TP MCB, suitable rating DOL / star delta starter for 1 No. AHU motor, over load relay with built in single phasing

protection and outgoing feeder to AHU fan motor for supply air. The compartment shall contain an indicating lamp with

MCB for ‘ON’ status of fan motor.

ii. 2/3 Nos. TP MCB, suitable rating for set of condensers for above AHU with over load relay with built in single phasing

protection and outgoing feeder to compressor motor. The compartment shall contain an indicating lamp with MCB for

Tender no: J-II/239/19/07

144

‘ON’ status of fan motor.

iii. 1 No. 24 V transformer for operating actuators.

Interlocking arrangements of the on/off of AHU's with Compressors

iv. 1 Set of push button for ' ON ' & ' OFF ' with timer for time delay to start a set of starters above

v. 1 No. 16 amps TPN MCB as spare .

Motor Control Centre as described above. Set 2

Note : All Exposed Motor Control Centre shall be provided with IP 55 protection.

9.2 CONTROL PANEL FOR AHU's (WITH DOL / SD

STARTER)

Design, manufacture, supply, installation, testing and

commissioning of the following starter / control panel in minimum 1.6 mm sheet steel, complete with suitable rating

contactors, overload relay, SPPR, Timer etc. and all accessories, jumper wiring as required for commissioning.

The panel shall include the following components and accessories.

The number of AHU control panels shall be as follows.

0- 16 Amp TP MCB upto 1.5 kW with DOL Starter No. R/o

0- 25 Amp TP MCB from 1.75 kW to 3.73 kW with DOL Starter

No. 1

0- 32 Amp TP MCB from 3.75 kW to 5.5 kW with DOL Starter

No. 2

0- 40 / 63 Amp TP MCB above 5.5 kW with Star Delta

Starter

No. 1

Note: All exposed panel shall be provided with IP55 protection.

Note: All cables, control cables and required cable trays,

from AHU to panel, shall be in scope of HVAC vendor

Tender no: J-II/239/19/07

145

P.3. Gas manifold System (MGPS)

(Please take help of drawings, attached in Annexure IX)

Oxygen Manifold: Main Manifold: Main manifold: 6+6 cylinder manifold with 12 nos. of pig tail pipes, 12 nos. of

NRV with middle frame complete. Oxygen Manifold: Emergency Manifold:

Emg manifold: 3cylinders manifold with 3nos. of pig tail pipes, 3 nos. of NRV

with middle frame complete. Fully Automatic Oxygen gas control panel;

N2O Manifold: Main Manifold: Main manifold: 1+1 cylinder manifold with 2nos. of pig tail pipes, 2 nos. of NRV

with middle frame complete. N2O Manifold: Emergency Manifold - Regulator mount

Emergency manifold: 1 cylinder manifold with 1no. of pig tail pipes, 1 no. of NRV with middle frame complete

Fully Automatic N2O gas control panel; Terminal outlet with Probe -

Oxygen N2O

M. Air - 4 Bar Vacuum

High Pressure Hose

Oxygen Flowmeter with Humidifier Bottle: Isolation Valve:

15mm 22mm

28mm 42mm

Alarm System: 2 Services

3 Services 4 Services

Valve Box System: 2 Services

3 Services 4 Services

Ward Suction unit 600ml jar, regulator, bracket:

Theatre Suction unit 2x2000ml jar & regulator: Copper Pipe: Copper Pipe make - Mehta Tube - Maxflow

Seamless DHP Copper tubes non arsenic, chemical and physical properties in accordance with EN13348

12mm x 0.7mm 15mm x 0.9mm

22mm x 0.9mm 28mm x 0.9mm

42mm x 1.2mm Vacuum System: Twin Ingersoll Rand Vacuum Pump model V255 with 5 H.P.

three phase motor, Vacuum reservoir 1000 ltrs, Vacuum Filter-Imported Domanik Hunter, UK

Tender no: J-II/239/19/07

146

BOQ for MGPS (Please take help of drawings, attached in Annexure IX)

Sr. No. Description Unit Quantity

1 Oxygen Manifold: Main Manifold:

Main manifold: 6+6 cylinder manifold with 12 nos. of pig tail pipes, 12 nos. of NRV with middle frame

complete.

Set 1

2 Oxygen Manifold: Emergency Manifold: Emg manifold: 3cylinders manifold with 3nos. of

pig tail pipes, 3 nos. of NRV with middle frame complete.

Set 1

3 Fully Automatic Oxygen gas control panel; Set 1

4 N2O Manifold: Main Manifold: Main manifold: 1+1 cylinder manifold with 2nos.

of pig tail pipes, 2 nos. of NRV with middle frame complete.

Set 1

5 N2O Manifold: Emergency Manifold - Regulator mount

Emergency manifold: 1 cylinder manifold with

1no. of pig tail pipes, 1 no. of NRV with middle frame complete

Set 1

6 Fully Automatic N2O gas control panel; No. 1

7 Terminal outlet with Probe -

Oxygen Nos. 35

N2O Nos. 2

M. Air - 4 Bar Nos. 24

Vacuum Nos. 27

8 High Pressure Hose Mtrs. 100

9 Oxygen Flowmeter with Humidifier Bottle: Nos. 35

10 Isolation Valve:

15mm Set 20

22mm Set 20

28mm Set 10

42mm Set 5

11 Alarm System:

2 Services Set 1

3 Services Set 3

4 Services Set 3

12 Valve Box System:

2 Services Set 5

3 Services Set 3

4 Services Set 3

13 Ward Suction unit 600ml jar, regulator, bracket: Set 35

14 Theatre Suction unit 2x2000ml jar & regulator: Set 2

15 Copper Pipe: Copper Pipe

Seamless DHP Copper tubes non arsenic, chemical and physical properties in

Tender no: J-II/239/19/07

147

accordance with EN13348

12mm x 0.7mm Mtrs. 200

15mm x 0.9mm Mtrs. 500

22mm x 0.9mm Mtrs. 500

28mm x 0.9mm Mtrs. 100

42mm x 1.2mm Mtrs. 50

16 Vacuum System: Twin Ingersoll Rand Vacuum

Pump model V255 with 5 H.P. three phase motor, Vacuum reservoir 1000 ltrs, Vacuum Filter-

Imported Domanik Hunter, UK

Set 1

17 Medical Air System: Twin Anest Iwata 22.93

CFM Comp with 5 H.P. 3 phase electrical motor, Air Dryer - Trident, Air Receiver 1000 ltrs.,

Reducing Station - 4 Bar & 7Bar, Air Filtration unite-Imported Domanik Hunter, UK

Set 1

18 Bed Head Panel: 4 Feet 6 inches long with direct

& indirect light, provision for 5 nos. Medical gas terminal outlet, provision for Nurse Call cutouts, 6

nos. of Electrical Switch & Sockets.

Set 22

P.4. Patient Calling System

(Please take help of drawings, attached in Annexure IX)

It should include

Nurse call dry area stations & waterproof/ wet area Call stations Nurse call Digital LED Displays and LCD Displays

Nurse call Pendants and peripherals Nurse call stations/ call points/ buttons

Entertainment Handsets for Hospital TV (Nurse call integration) Hospital Bed Head Stations for Speech and Entertainment

Audible Indicators for Nurse call systems Visual Light Indicators for Nurse call systems

Power Supply units suitable for rack or wall mounting

BOQ for Patient Calling System (Please take help of drawings, attached

Annexure IX)

Nurse call system for 22 Beds with central monitor-1no, Central plug point 1no each on each

bed with button, cabling with conduit pipes. (Nurse station LCD display with soft - touch keypad, voice

module , power supply one in each nursing station, Patient inter phase hub, Patient interface extender,

Electronic calling unite at bed side with push button, LED indication and spring cord)

Set 5

Nurse station LCD display with soft - touch

keypad-

Set 5

Patient inter phase hub- Set 5

Tender no: J-II/239/19/07

148

Electronic calling unite at bed side with push button, LED indication and spring cord)

Set 22

P.5. EPABX

(Please take help of drawings, attached in Annexure IX)

PBX SYSTEM (ANALOG HYBRID SYSTEM)

Key Telephone System 100% Non-Blocking voice

switch initially equipped for :

o EXCHANGE LINES:

o P&T Lines

o SUBSCRIBER INTERFACE:

o Extensions

Expandable up to 8 P&T Lines, 8 Digital & 24 Analog Extensions

KEY PHONES Up to 128 port

Alphanumeric Display (3 Line & 16 Characters ) 3 lines back light LCD Display,16 character

24 Programmable Key with Dual Colour LED

Speakerphone

Speakerphone Volume Control

Handset Volume Control

3 Step Ringer Volume Control

Contrast Control

Incoming Call / Message Lamp

Auto Answer / Mute

Headset port

Navigator Key

ANALOG PHONES

04 Colour Choice

Electronic Volume Selector

Last number redial (20 dialled numbers)

3 Step Ringer Selector

Tone/Pulse Switchable

Time Flash

CABLE

a) Cable two pair on surface

b) PVC channel / Conduit

BOQ for EPABX Unit Quantity

8 P&T Line 12 Digital Port 24 Analog Extension Set 1

Digital Phone (KTS) 12 Key No. 8

Extension Indicating Phone No. 1

Tender no: J-II/239/19/07

149

Normal Phone No. 24

MDF 100 pair with 10 crown Set 1

FRC Cable No. 1

Wire 2 Pair metre 2000

P.6. Stretchers

Overall approx. size-2100 mm X 590 MM X 700 MM height without mattress.

Base frame size should be -1200 mm X 600 mm

Base frame and top frame should be made of SS Square Pipe-18G and 25 X 50 MM

Top frame should be removable with good quality fix mattress. It should have 200 mm castors, two with lock and two without lock

It should have IV rod. It should have SS side rail on both sides.

Manufacturer should have CE certification.

P.7. Wheel Chairs

SPECIFICATION OF FIXED WHEEL CHAIR

Overall Approx. Size: 94 cm L x 77 cm W x 116 cm H seat Dimensions 46 cm W x 47 cm D x 53.5 cm H,

having Velcro belt and foot straps Made with SS tubular framework construction,

Fixed seat and backrest with refine cover provides steady support and comfort. Front swivelling castors are of 15 cm dia.

Rear wheels are of cycle rings with solid rubber tyres Folding leg rests support feet of Aluminium.

Manufacturer should have CE certification

Q. Furniture Q.1. Emergency Cart

The trauma care crash cart should have overall approx. size: overall approx. size: 960mm l x 500mm w x 1545mm h.

The trauma care crash cart should have 18g stainless steel (SS 304) tubular/Rectangular frame work. Two lockable plastic box units with 3

drawers should measure 305mm l x 380mm d x 320mm h. The trauma care crash cart should have following facilities: 6 nos. hand

out bins to keep important supplies easily accessible of size approx. 110 mm w x 125 mm d x 75 mm h. light weight plastic box with three drawers

each to hold emergency medicines, ambu. Bags, IV solutions, catheters.

The trauma care crash cart should have facility to carry monitors, ecg, suction apparatus on open areas at top centre and bottom shelves

The trauma care crash cart should have stainless steel saline rod made of 12 mm dia. 304 grade s.s. approx. 750 mm long and bent at top to have

an arm of 400 mm approx. at the end of which of 6 mm dia. s.s. hook shall be welded with tig.

The trauma care crash cart should have 12.5 cms dia non-rusting swivelling castor wheels. Two having locking arrangement.

Tender no: J-II/239/19/07

150

The trauma care crash cart should have pull out cardiac massage board made of plywood.

The trauma care crash cart should have oxygen cylinder stand epoxy powder coated, on one side.

The Manufacturer should have CE certification.

Q.2. Instrument Trolley SPECIFICATION OF INSTRUMENTS TROLLEY-SS 304

Overall approximate size: 680 mm L x 450 mm W X 900 mm H.

Stainless steel (304 Grade) tubular frame mounted on four 125 mm diameter castors with synthetic body, two with brake & two without

brake. Two stainless steel shelves (304 Grade) with protective rallying on

three sides. The manufacturer should have CE certification.

Q.3. Dressing Trolley

Complete Stainless Steel Twin Shelf Instrument - Dressing Cart (304 grade) with tubular steel frame. Upper Shelf With Side Rails On Three

Sides Lower Shelf With Side Rails On All Sides.

Sturdy, Antistatic, Smooth 5” Swivel Castors. Equipped With 1 S.S Cuvette Container & 1 S.S Disposal Bin.

Size: L 37” X W 18” X H 28

Q.4. Storage Cupboard medical

Durable steel cabinets feature an anti-microbial white powder coat

finish for safety and durability. Powder coat finish releases positive ions that bind to harmful bacteria, which in turn destroy them.

Ideal for use in clean rooms, hospital and medical labs, educational facilities and 5S environments.

Cabinets include 4 height adjustable shelves with 230 lb. shelf

capacity. Shelves allow height adjustments at 2" increments. Doors feature 3-

point locking mechanism for security. Solid Door Cabinets feature recessed locking handles for a flush,

catch-free surface. Clear view Cabinet features chrome locking handles and clear acrylic

window door panels for full content viewing.

Q.5. Wide Body Foot Step The single step stool should have overall step size approx. 510mm l x

400mm w.

The single step stool should step made of 18g circa sheet. Welded on ms. Tubular frame or rectangular frame of 25.4mm x18g fitted with

aluminium tread flats, fitted by aluminium pop rivet.

The single step stool should legs fitted with pvc. Shoe with nylon

reinforcement

Tender no: J-II/239/19/07

151

The Manufacturer should have CE certification.

Q.6. Stretchers (Pediatric) Specification for Stretcher trolley-SS-Paediatric

Overall approx. size-1800 mm X 500 MM X 700 MM height without

mattress. Base frame size should be -1000 mm X 500 mm

Base frame and top frame should be made of SS Square Pipe-18G and 25 X 50 MM

Top frame should be removable with good quality fix mattress. It should have 200 mm castors, two with lock and two without lock.

It should have IV rod. It should have SS side rail on both sides.

Manufacturer should have CE certification.

Q.7. Scrub Table Complete Stainless Steel Ergonomically Designed Tri Bay Surgical Scrub

Station With Machine Pressed Recessed Top And Cover. Made Of Acid-Proof Stainless Steel; Grade – Polandoh18n9 /Germany1.4301 / Usa304

Grade, 1.5mm Thickness Laser Cut Stand With Back Wall Panel

Water & soap knee operated system. Water Control

1 Scrub Brush Dispenser Size: L 790mm X W 635mm X H 1130mm

Q.8. Semi-Fowler

The semi fowler bed should have overall approx. size 2150 mm LX910mm

WX600 mm height.

The semi fowler bed main frame should be made from 6cmsX 3cms X16G

ERW rectangular tube.

The semi fowler bed two section top should be made of 18 G C.R.C sheets

uniformly perforated and should be suitably fitted to the main frame.

The semi fowler bed should have H shaped Leg

The semi fowler bed back rest should be manoeuvred by the screw

mechanism(Removable Handle) welded with approx. 31.7 mm dia. X 16 G ERW M. S. Tube for linear movement in approx.38 mm dia. X 16 G ERW

M. S. cover tube which can be smoothly operated on thrust bearings.

The semi fowler bed should have fix and foldable handle with PVC grip.

The semi fowler bed should have SS laminated wooden head and foot panel.

The semi fowler bed should have four locations for IV rod.

The semi fowler bed should have S.S. saline rod.

Tender no: J-II/239/19/07

152

The semi fowler bed should have two section mattresses with 100 mm thick PU foam and 40 densities with good quality Rexene cover.

The manufacturer should have CE certification.

Q.9. Fowler Beds

TECHNICAL SPECIFICATIONS FOR MANUAL ICU BED

The manual ICU bed should have adjustment of backrest, upper leg, height and trendlenberg / reverse trendlenberg positions on separate

crank mechanisms, provided at foot end of the bed. The manual ICU bed should have an overall approx. dimension: 2150

mm l x 1000 mm w.

The manual ICU bed should have a bed frame approx. dimensions: 2050 mm l x 900 mm w.

The manual ICU bed main frame and base frame should be made from 6cms X 3cms X 16GCR rectangular Pipe.

The manual ICU bed four section top should be made of 18 G CRC sheets uniformly perforated and should be suitably fitted to the main

frame. The manual ICU bed should have a minimum height 510 mm approx.

(without mattress) The manual ICU bed should have a maximum height 700 mm approx.

(without mattress) The manual ICU bed should have 125 mm diameter castor wheels non-

rusting with high grade synthetic body two with brake and two without brake.

The manual ICU bed should have four corner side buffers.

The manual ICU bed should be pre-treated and powder coated. The Manual ICU bed should have collapsible railing with SS pipe for ¾

length of the bed. The manual ICU bed should have options of oxygen cylinder cage and

urine bag holder The manual ICU bed should have SS head and foot panel with

laminated wood. The manual ICU bed should have four section mattresses with 100 mm

thick PU foam of 40 densities with good quality Rexene. The manufacturer should have CE certification.

Q.10. Crash Cart fully equipped

The contents should be clearly documented for each unit. Emergency Resuscitation Cart:

o Dished stainless steel top with welded liquid retaining corners. Approx. 630 x 445mm. 25mm dished.

o Lift-up laminated work flap Approx. 305 x 455 o Three drawers 2 shallow 600 x 430 x 65mm and 1 deep 600 x 430

x 165mm.

Tender no: J-II/239/19/07

153

o 1 Shallow drawer fitted with drawer Tidy Unit. o Lower cupboard 625 x 475 x 290mm with central locking/securing

all drawers and cupboard. o Operated by cupboard door and use of security seals.

o Double hook stainless steel I.V. Pole. o Double push handle

o Low level plastic bumper bar o Quality cushion castors (2 x braking)

o 2 x stainless steel cylinder holders for D or E size cylinders.

o Cardiac board 600 x 400 x 55mm with stainless steel housing brackets at rear of trolley.

o Universal rail system fitted to width of trolley. o 6" aneroid sphygmomanometer with adult Velcro cuff and rail

clamp. o Electronic timer and rail clamp.

o Venturi suction unit with O2 outlet and 1.8 litre jar and rail clamps. o Yankauer suction tube and connecting tubing.

o 0-15rpm O2 flow meter fitted to O2 venturi outlet. o Pin index regulator with outlet for connection to remote venturi

hose and O2 outlet. o Intubation set comprising:

Macintosh laryngoscope with 3 blades. Magill introducing forceps

Adult resuscitator

Set disposable E.T. tubes (5) Set Guedel airways (3)

Pen torch Artery forceps (2)

Dressing scissors (2) Set plastic tubes

Examination light to rail clamp (Angle poise type).

Q.11. Over Bed Food Tray

The Bedside Table should approx. dimension of the Top-750 mm L and

400 mm W. The bedside table should have laminated top with railing.

The bedside table should have gas spring height adjustment from approx. 725mm to 975 mm.

The bedside table should have mild steel rectangular base frame mounted on four swivel synthetic body castors 50 mm wheel diameter

without brake. The manufacturer should have CE certification.

Q.12. Bed Side Cabinet The Bedside locker should have SS top with pre-treated and powder

coated MS body Frame. The bedside locker should have overall approx. size 40cmsX40cms and

80cms Height.

Tender no: J-II/239/19/07

154

The bedside locker should have one box which should be made of CRCA MS sheet of 20 G and size should be 30cms L X 32cms H X 38cms

approx. The door should be made of 20 G MS CRCA sheet and should have 3

louvers. The bedside locker should have one Drawer with slide.

The bedside locker should be made from machine pressed CRCA MS sheets enclosed on three sides.

The bedside locker should have a 24 G SS top with three sides Edges.

The bedside locker should be mounted on four swivel synthetic body castors 50 mm wheel diameter without brake.

The manufacturer should have CE certification.

Q.13. Medication Cart

SPECIFICATION OF MEDICINE TROLLEY

Overall approximate size: 750 mm L x 450 mm W X 800 mm H. Frame work made od MS tubes mounted on four 125 mm diameter

castors with synthetic body, two with brake & two without brake. Two sus shelves with three side railing on top shelf.

Two drawers under each shelf Pre-treated and powder coated.

The manufacturer should have CE certification. Q.14. Ceiling Curtain Cubical System

Railing made of Extruded Channelled metal alloy in L shape with bend Plastic Runner

Plastic rings End Stopper

Netted curtains (length 4x7 feet) made from100% Flexible Polyester Type Urethane, Soft, Gentle, Water Proof, Antibacterial, Antistatic, Flame

Retardant, and Washable with PU coating

Note: Please take help of drawings, attached in Annexure IX.

Q.15. Wall Mounted Bed Head Panel Specification

Made of strong aluminium extrusion alloy with Attractive appearance, &

Modular design, compact/broader, sleek, good finish. Length: 1 meter, 1.2 meter, 1.5 meter (customized as per

requirement). Light cover: Can install tube light in the panel to give aesthetically rich

look.

Q.16. Hydraulic Patient Trolley Overall approx. size: 1900mm-1950 (length) x 700mm-750(Width) x

660-910mm adjustable height. Removable stretcher size – 1830 mm - 1875mm (length) x 710 mm-

750(Width) approx. Top should be x-ray permeable. Two section Top. Back section on ratchet

The main frame work to be made from Heavy duty rectangular Mild steel. ERW tubes.

Pushing handle at both ends covered with PVC sleeving.

Tender no: J-II/239/19/07

155

Height adjustment by foot operated imported hydraulic pump from 680mm to 900mm.

Gas Spring assisted quick trendelenburg and reverse trendelenburg positions.

Stainless steel swing away type side railings. 12.5cm diameter non-rusting castor wheels. (Two with locking

arrangement). 50mm thick suitable rubber mattress covered with good quality

Rexene

Complete with corner buffers , synthetic rubber covered handles , sliding X ray cassette , accessories tray , oxygen cylinder holder , SS

telescopic IV rod The Manufacturer should have CE certification.

Q.17. Dressing Trolley

The dressing trolley should have overall approx. size: 1010 mm l x 510 mm w x 900mm h welded stainless steel tubular frame work.

The dressing trolley should have two stainless steel shelves 22 g over with 10 mm dia stainless steel railings are provided on all four sides.

The dressing trolley should have stainless steel bucket with s.s. lid at lower level and s.s. bowl at top level respectively.

The dressing trolley should have only 304 grade stainless steel should be used for tubular frame work & ss shelves of trolley.

The dressing trolley should have buff finish

The dressing trolley should have 125 mm dia non –rusting swivel

castors wheels two with brakes, two without brakes

The manufacturer should have CE certification.

Q.18. Recording cabinets for blocks for about 2500 block Block Cabinet made of mild steel duly powder coated. The internal

drawers are also made of M.S. duly powder coated.

Each drawer having 4 to 8 compartments with capacity of 125 blocks approximately. Index card holder and handle are provided on each

drawer Handle has been provided on front panel. The cabinet has door for dust free storage & is provided with lock &

key. Capacity: 2500 slides.

Q.19. Couch for USG/Echo 1. Safe working load and lifting capacity (from minimum height) of 240kgs

(528lbs = 37.7 stone) 2. Electric positioning for height, tilt and backrest operation

3. Adjustable angle backrest from horizontal to +85 degrees positive 4. Adjustable angle footrest from horizontal to -90 degrees negative

5. Supplied with paper roll holder and matching head cushion 6. Height range from 50-102cm (19”-39”)

7. Compact frame design with retractable wheel system 8. Adjustable foot for stability on uneven surfaces

9. Purpose made precision bearings on all pivot points 10. Hand switch (triple or quad) fitted as standard

Tender no: J-II/239/19/07

156

11. Standard width 65cm (25”) 12. Choice of upholstery colours

Annexure III

Statement of Applicant

Subject: Tender for Supply, Delivery, Installation and Maintenance of

Medical Equipment at Indira Gandhi Institute of Child Health, Kabul

1 Name of the bidder

Address of Head Office

2 Telephone

Fax No.

E-mail Address :

3 Address of office in India

4

Address for communication (if

different)

5 Legal Status

6

Place & date of

incorporation/establishment/ registration

Place: (Name & Signature of Authorized Representative)

Date:

Tender no: J-II/239/19/07

157

Annexure IV

Price Schedule for Equipment

Subject: Tender for Supply, Delivery, Installation and Maintenance of Medical Equipment at Indira Gandhi Institute of Child Health, Kabul

A B C D E F G =D x E

Group Name

(e.g. A,B, etc)

Item

Sl. No

Name of the

Equipment

Quantity

(Nos.)

Price/ unit ( INR)*

Total Price *

Figures Words

1

2

Total Composite Price

*

Total Tender price in Rs. (in figures)

In words:

* Note: - a) In case of discrepancy between the unit price and total price THE UNIT PRICE shall prevail.

b) In case of discrepancy between the figures and words, the price quoted in words shall prevail.

c) The price quoted by bidder under column E and F above, should be lump-sum price which includes cost of medical equipment,

cost of Warranty/CMC, all taxes, etc. Payment shall be released to the bidder, on the basis of lump-sum price quoted above.

d) The cost of Comprehensive Maintenance Contract (CMC) which includes preventive maintenance including testing & calibration as per technical/ service

/operational manual and labour, should be quoted for 2 years(excluding the year of warranty)

e) The payment will be made as per Clause 3 under Section-II of the tender document. f) The uptime warranty will be 95 % on 24 (hrs) x 7 (days) x 365 (days) basis or as stated in Section III Clause 3.d of the Tender document. g) All software updates should be provided free of cost during CMC period.

h) The supplier shall keep sufficient stock of spares required during Comprehensive Maintenance Contract period. In case the spares are required to be imported, it would be the responsibility of the supplier to import and get them custom cleared and pay all necessary duties.

i) Bidder is required to quote for all the items defined in the Group for which the bid is being submitted. Partial proposals shall be summarily

rejected.

-

Signature of Tenderer

Name

Business Address

Tender no: J-II/239/19/07

158

Annexure V

Equipment Requiring CMC

Subject: Tender for Supply, Delivery, Installation and Maintenance of Medical Equipment at Indira Gandhi

Institute of Child Health, Kabul

S.No. Name of equipment requiring Comprehensive Annual Maintenance Contract

1 Ventilators

2 Digital X-RAY (500 mA)

3 CT Scanner- 64 Slice

4 Bronchoscope

5 Gastroscope

6 Cystoscope

7 Colonoscope

8 Arthroscope

9 Bactec

10 Mini VIDAS

11 Biochemistry Semi auto-analyser

Tender no: J-II/239/19/07

159

Annexure VI

Group wise Bid Security to be deposited

Subject: Tender for Supply, Delivery, Installation and Maintenance of Medical Equipment at Indira Gandhi Institute of Child Health, Kabul

Group name Bid Security (in INR)

Group – A 80,000

Group – B 1,00,000

Group – C 80,000

Group – D 2,50,000

Group – E 1,80,000

Group – F 1,50,000

Group – G.1 80,000

Group – G.2 2,00,000

Group – G.3 50,000

Group - H 50,000

Group - I 13,00,000

Group - J 1,00,000

Group - K 1,30,000

Group- L 50,000

Group – M 10,000

Group – N 20,000

Group – O 50,000

Group – P 9,00,000

Group - Q 1,50,000

Tender no: J-II/239/19/07

160

Annexure VII

PROFORMA OF BANK GAURANTEE FOR BID SECURITY

Bank Guarantee No. --------------------------------------- Ref:

To

The Ministry of External Affairs Jawaharlal Nehru Bhawan 23-D, Janpath, New Delhi,

PIN-110011

Dear Sirs, Whereas the Ministry of External Affairs having its office at Jawaharlal Nehru Bhawan, 23-D, Janpath, New Delhi-110011 (hereinafter called the MEA) which expression shall, unless

repugnant to the context or the meaning thereof, include all its successors, administrators, executors and assignees has on behalf of the President of India invited Tender No.-------------

------------------------and M/s ---------------------------------------------------------------------------------------- having Registered/head office at ------------------------------------------------------------------ -------------------- (Hereinafter called the "Bidder" which expression shall,

unless repugnant to the context or the meaning thereof, mean and include alt its successors, administrators executors and assignees) have submitted a Proposal Reference No. ------------

-------------- and the bidder having agree to furnish as a conditions precedent for participation in the tender as unconditional and irrevocable bank guarantee of Rs----------------------(Rupees ------------------------------------------------------- Only) for the due

performance of Bidder’s obligations as contained in the Tender Document supplied by the MEA specially the conditions that the bidder shall keep his Proposal open for a period of day

i.e. from ------------------------ to --------------------- or any extension thereof, and shall not withdraw or modify it in a manner not acceptable to the MEA. The Bidder has absolutely and unconditionally accepted these conditions. The MEA and the Bidder have agreed that Proposal

submitted by the Bidder is an offer made on the condition that the Proposal, if submitted would be kept open in its original form without variation or modification in a manner not

acceptable to the MEA for a period of ----------days i.e. from -------------- to --------------- or any, extension thereof and that submission of the Proposal itself shall be regarded as an unconditional and absolute acceptance of the conditions, contained in the Tender document.

They have further agreed that the contract consisting of Tender document and submission of the Proposal as the ACCEPTANCE shall be a separate contract distinct from the contract which

will come into existence when the Proposal is finally accepted by the MEA. The consideration for this separate initial contract preceding the main contract is that the MEA is not agreeable

to sell the Tender documents to the Bidder and to consider the Proposal to be made except on the condition that the Proposal shall be kept open for the period indicated above and the Bidder desires to submit a Proposal on this condition after entering into this separate initial

contract with the MEA promises to consider the Proposal on this condition and Bidder agrees to keep this Proposal open for the required period. These reciprocal promises form the

CONSIDERATION for this separate initial contract between the parties. 2. Therefore, we ------------------------------------------------------------- registered (indicate

the name of Bank) under the laws of ------------------------------------------having head/registered office at (hereinafter referred to as the "Bank") which expression shall,

unless repugnant to the context or meaning thereof, include all its successors, administrators and executors hereby issue irrevocable and unconditional bank guarantee and undertake to

Tender no: J-II/239/19/07

161

pay immediately on first demand in writing Rupees all money to the extent of Rs------------------ (Rupees------------------------------------------ only) at any time immediately on such

demand without any demur, reservations, recourse, contest or protest and/ or without any reference to the Bidder and any such demand made by the MEA on the bank shall be conclusive and binding notwithstanding any difference between the MEA and the Bidder or

any dispute pending before any court/arbitrator or any other matter whatsoever. We also agree to give that Guarantee herein the MEA in writing. This guarantee shall not be

determined/discharged/affected by the liquidation, winding up, dissolution or insolvency of the Bidder and will remain valid, binding and operative against the bank.

3. The bank also undertakes that the MEA at the option shall be entitled to enforce this guarantee, against the Bank as a principal debtor, in the first instance, without proceeding

against the Bidder. 4. The bank further agree that as between the bank and the MEA, purpose of the guarantee,

any notice of the breach of the terms and conditions contained in the Tender Documents as referred above given to the bank by the MEA shall be conclusive and binding on Bank, without

any proof, notwithstanding any other matter or difference or dispute whatsoever. We further agree that this guarantee shall not be affected by any change in our constitution, in the constitution of the MEA or that of the Bidder. We also undertake not to revoke, in any case,

this Guarantee during its currency.

5. The bank agree with the MEA that the MEA shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms of the Tender or get extension of the validity period from time to time. We shall not be

relieved from our liability by reason of any such variation or extension of the validity period or for any forbearance, act of omission and commission on the part of the MEA or any

indulgence shown by the MEA to the said Bidder or by any such matter or thing whatsoever which under the law relating to sureties, would, but for this provision, have the effect of so relieving us.

6. Notwithstanding anything contained here in above our liability under his Guarantee is

limited to Rs. ---------------------------- (Rupees ------------------------------------------------------------ only) in aggregate and it shall remain in full force upto -------------------------------

(225 days from the date of bid opening) unless extended further from time to time, for such period as may be instructed in writing by M/s -------------------------------------------- on whose behalf this guarantee has been given, in which case, it shall remain in full force upto

the expiry of extended period. Any claim under this guarantee must be received by us before --------------------------------(date of expiry of validity period) or before the expiry of

extended period, if any. If no such claim is received by us within the said date/extended date, the rights of the MEA under this guarantee will cease. However, if such a claim has been received by us within and upto the said date/extended date, all right of the MEA under this

guarantee shall be valid and shall not cease until we have satisfied that claim. 7. In case contract is awarded to the Bidder here in after referred to as "Contractor" the

validity of this Bank Guarantee will stand automatically extended until the Bidder furnished to the MEA a bank guarantee for requisite amount towards performance guarantee for satisfactory performance of the contract. In case of failure to furnish performance bank

Guarantee in the format prescribed by the MEA by the required date the claim must be submitted to us within validity period or extended period, if any. If no such claim has been

received by us within the said date /extended date, rights, of the Ministry under this guarantee will cease. However if such a claim has been received by us within the said date/extended date all rights of the MEA under this guarantee shall be valid and shall not

cease until we have satisfied that claim,

Tender no: J-II/239/19/07

162

In witness where of the Bank, through its authorised officer, has sent its hand & stamp on this --------------------day of at__________ of----------------------at-------------------of-------

---------------------------------- (month & year).

Signature

(Full name in capital Letters) Designation with bank stamp

Witness No.1

Signature (Full name and address in capital letters)

Witness No.2

Attorney as per power of attorney

No ---------------------------------- Date --------------------------------

Signature

(Full name and address in capital letters)

Tender no: J-II/239/19/07

163

Annexure VIII

BID FORM

Subject: Tender for Supply, Delivery, Installation and Maintenance of Medical

Equipment at Indira Gandhi Institute of Child Health, Kabul

To: Date:

The Director(DPA)

Room no 3121, B Block

Ministry of External Affairs

New Delhi

IFB Ref.:………………………………………………….

Having examined the Bid Document including if any Addenda Nos. issued _______________ , the receipt of which is duly acknowledged, we, the undersigned,

offer to supply, install, commission and maintain the list of equipment mentioned in our selected Groups in conformity with said bidding documents.

We, undertake, if our bid is accepted, to deliver the equipment in accordance with the

delivery schedule specified.

We understand that you are not bound to accept the lowest or any bid you may

receive.

We accept all your terms and conditions stipulated in this tender document without deviations, both technical & Financial

We ensure that the below mentioned documents are attached with this letter:

1. 2.

3. 4.

Dated this…………………………………. Day of………………………………………… 200………………

(Signature) (In the capacity of)

Duly authorised to sign Bid for and on behalf of

Tender no: J-II/239/19/07

164

Annexure IX

Subject: Tender for Supply, Delivery, Installation and Maintenance of Medical

Equipment for Indira Gandhi Institute of Child Health, Kabul.

FACILITY LAYOUT

Tender no: J-II/239/19/07

165

Tender no: J-II/239/19/07

166

Tender no: J-II/239/19/07

167

Tender no: J-II/239/19/07

168

Tender no: J-II/239/19/07

169

Tender no: J-II/239/19/07

170

Annexure X

MANUFACTURER’S AUTHORIZATION FORM

Subject: Tender for Supply, Delivery, Installation and Maintenance of Medical

Equipment for Indira Gandhi Institute of Child Health, Kabul.

To

(Name of the purchaser)

Dear Sirs,

Ref. your TE document no___________________, dated ___________

We, _____________________________________ who are proven and reputable

manufacturers of ___________________________ (name and description of the goods offered in the tender) having factories at__________________________,

hereby authorize Messrs______________________ (name and address of the agent) to submit a tender, process the same further and enter into a contract with you

against your requirement as contained in the above referred TE documents for the above goods manufactured by us.

We further confirm that no supplier or firm or individual other than

Messrs._________________ (name and address of the agent) is authorized to submit a tender, process the same further and enter into a contract with you against your

requirement as contained in the above referred Tender documents for the above goods manufactured by us.

We also hereby extend our fully warranty, CMC as applicable as per clause 3 of the

General Conditions of Contract, read with modification, if any, in the Special

Conditions of Contract for the goods and services offered for supply by the above firm against this Tender document.

Yours faithfully,

___________________ [Signature with date, name and designation]

For and on behalf of Messrs_________________

[Name & address of the manufacturers]

Note: 1. This letter of authorization should be on the letter head of the manufacturing firm and should be signed by a person competent and having the power of attorney to

legally bind the manufacturer.

2. Original letter may be sent.