25.04.2013 Views

I.G. ESI HOSPITAL, JHILMIL, DELHI-95 - Employees' State ...

I.G. ESI HOSPITAL, JHILMIL, DELHI-95 - Employees' State ...

I.G. ESI HOSPITAL, JHILMIL, DELHI-95 - Employees' State ...

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

I.G. <strong>ESI</strong> <strong>HOSPITAL</strong>, <strong>JHILMIL</strong>, <strong>DELHI</strong>-<strong>95</strong><br />

Fax: 011-22267518, Phone: 22144814/22151329,Web:www.esic.nic.in<br />

Tender No-113/D/53/(13)2009-tender/medical store Dated 17/08/2010<br />

SHORT NOTICE TENDER<br />

Sealed tender in prescribed forms are invited by the undersigned under two bid system, from<br />

experienced and bonafide contractor/Supplier/Agencies/Manufacturers for the following Medical<br />

equipments /Instruments/ Articles<br />

SL<br />

N<br />

o<br />

Description of Supply/Services Earnest Money/bid Security(in Rs) Security<br />

Deposit/Performance<br />

1 Equipments and Instruments<br />

for Anesthesia, Blood Bank, EYE<br />

,CSSD ,ICU, Pathology, Surgery<br />

,Casualty, Ortho ,Skin,<br />

Biochemistry<br />

Pediatrics and Radiology,<br />

Amount of EMD to be deposited is as<br />

mentioned against each of<br />

equipment/Instrument/item/in annexure-IV<br />

of the tender document.<br />

Money(in Rs)<br />

1<br />

10% of the bill value<br />

of each individual<br />

equipment to be<br />

purchased from the<br />

tenderer after<br />

sanction<br />

The schedule for issue of blank tender forms containing the terms and conditions of tender and details<br />

of the items to be procured as well as due and last date of submission of completed tender form in the<br />

Tender Box kept for the purpose in the office of the Dy Medical Superintendent, shall be as detailed<br />

below:<br />

Cost of each<br />

Tender<br />

Document<br />

Rs 200.00(Rupees Two Hundred Only). To be paid by demand draft in favour of <strong>ESI</strong> Fund A/C<br />

No-1,payble at Delhi( for each Group)<br />

Period of supply of blank tender<br />

forms and related documents at the<br />

Medical Store of IG.<strong>ESI</strong> Hospital<br />

Jhilmil on all working Day(Except<br />

Sundays and Holidays)<br />

Last Date & Time of<br />

submission of completed<br />

tender Document in the<br />

Tender Box kept in the office<br />

of the Dy Medical<br />

Superintendent<br />

Date & Time of<br />

Opening of Technical<br />

Bid<br />

Group Date Time Date Time Date Time<br />

A 20/8/2010<br />

onward<br />

10.00AM to<br />

3.00Pm<br />

31/8/2010<br />

1/9/2010<br />

10 AM-4PM<br />

10 AM-4PM<br />

3/9/2010 11 AM<br />

3/9/2010 9 AM- 10 AM<br />

B<br />

C<br />

D<br />

20/8/2010<br />

onward<br />

20/8/2010<br />

onward<br />

20/8/2010<br />

onward<br />

10.00AM to<br />

3.00Pm<br />

10.00AM to<br />

3.00Pm<br />

10.00AM to<br />

3.00Pm<br />

4/9/2010<br />

6/9/2010<br />

7/9/2010<br />

8/9/2010<br />

9/9/2010<br />

11/9/2010<br />

13/9/2010<br />

14/9/2010<br />

15/9/2010<br />

10 AM-1PM<br />

10 AM-4PM<br />

9 AM- 10 AM<br />

10 AM-4PM<br />

10 AM-4PM<br />

9 AM- 10 AM<br />

10 AM-4PM<br />

10 AM-4PM<br />

9 AM- 10 AM<br />

7/9/2010 11 AM<br />

11/9/2010 11 AM<br />

15/9/2010 11 AM<br />

N B: The Tender forms can also be downloaded from the web site www.esic.nic.in in that case<br />

DD/Banker’s Cheque for the cost of the tender form to be enclosed with tender.<br />

Firms who had quoted Equipments in previous tender (18/06/2010) may request to use E M D in this<br />

tender for the same equipment (reference of the D D/ Banker Cheque may please be enclosed)<br />

MEDICAL SUPERINTEDENT


Sub:- Open Tender Enquiry – Two Bid System – ....................... For supply of various<br />

Medical Equipments<br />

The envelope containing the tender as well as subsequent communications should be addressed<br />

and delivered to The Medical Superintendent, I.G. <strong>ESI</strong> Hospital, Jhilmil, Delhi. All communications must<br />

be addressed to the officer named above by title only and not by name.)<br />

To :<br />

...........................................................................<br />

Sir (s),<br />

Sealed tenders are invited (under Two Bid System – “TECHNICAL BID & PRICE BID”) by post/per<br />

bearer from bonafide manufacturers / authorized dealers for supply of “Medical Equipments / Articles”<br />

as per categories specifications and/or quantities detailed in the Schedules / Specifications (Annexure I<br />

–VII) attached.<br />

The “Tender Documents” comprising the General Terms and Conditions of Contract<br />

(Annexure-I) and the special terms and conditions of contract (Annexure-II) which will govern any<br />

contract made, the Tender Application Form (Annexure-III) and the list of medical equipments with<br />

quantity and EMD /Schedule of contract / specifications of items (Annexure-IV) and check list<br />

(Annexure-V) and authorization certificate (Annexure-VI) undertaking (Annexure-VII) are enclosed<br />

herewith. If you are in a position to quote for the contract in accordance with the requirements stated<br />

in the attached schedule as per the terms and conditions stated, please submit your quotation to this<br />

office.<br />

The tender document may be obtained from the office of the Medical Superintendent in person<br />

by the bonafide applicant or his authorized representative by applying in their letter head at a cost of<br />

Rs. 200.00 (Rupees two hundred only). The “tender documents” can also be downloaded from the<br />

web site (www.esic.nic.in) and in such case the same may be signed and submitted as per the<br />

procedures mentioned hereinafter along with the fee(s) for the “tender documents” @ 200.00 (Rupees<br />

two hundred only) (To be submitted along with the Technical Bid. It should not be enclosed in the<br />

envelop containing the price Bid). All the payment may be made by Demand Draft; drawn in favour of<br />

<strong>ESI</strong> Fund A/c No. 1, <strong>ESI</strong>C Hospital , Jhilmil, payable at Delhi: Cheque will not be accepted.<br />

Tenderers are requested that, before quoting their rates or sending tender, the tender forms<br />

may please be read out thoroughly (line by line) so as to have a clear knowledge of the requirement<br />

contained therein, otherwise purchaser will not be held responsible for any error / oversight of his<br />

own and the penalties shall be levied for not complying with the requirements stated herein or supply<br />

of the required item/services.<br />

The form is a Standard Form of Tender. Certain clause / clauses may not be applicable in some<br />

cases, so, Tenderers are requested to ignore such clause / clauses, which are not applicable in the<br />

instant case.<br />

The Tender forms containing the Terms and Conditions (Annexure – I & II), the Tender<br />

Application Form (Annexure-III) and the list of medical equipments with quantity and EMD /Schedule of<br />

contract / specifications of items (Annexure-IV) and check list (Annexure-V) and authorization<br />

certificate (Annexure-VI) undertaking (Annexure-VII) are enclosed herewith, should be returned in<br />

original along with the technical bid documents, intact after filling up the same and duly signing in full<br />

with stamp, on each page. Otherwise it will not be considered.<br />

In the event of the space on the schedule of contract/ specifications of items/Performa being<br />

insufficient for the required purpose, additional pages may be added. Each such additional page must<br />

be numbered consecutively, bearing the Tender Number and be duly signed and stamped by the<br />

tenderer. In such cases, reference to the additional pages must be made in the Tender Form. If any<br />

modification of the schedule is considered necessary, you should communicate the same by means of<br />

separate letter sent along with the Tender.<br />

2


Cost of each Tender Document<br />

Period for supply of Bank Tender Forms and<br />

related comments at the hospital on all<br />

working days (Except Saturday, Sundays and<br />

Holidays)<br />

Last Date & Time of submission of<br />

completed Tender Document in the Tender<br />

Box kept in the office of <strong>ESI</strong>C Hospital<br />

Date & Time of Opening of Technical Bid<br />

Bid Security / Earnest money to be<br />

deposited<br />

Performance security / Security Deposit<br />

Money to be deposited<br />

Medical Superintendent, <strong>ESI</strong>C Hospital , Jhilmil, Delhi, does not pledge himself to accept the lowest or<br />

any tender and reserves the right of accepting or rejecting the whole or any part of the tender without<br />

assigning any reason thereof and also that competent authority have the right to place order on one or<br />

more firms. Canvassing in any form by the tenderer or his representative with any of the officials of <strong>ESI</strong>C<br />

Hospital shall render the tender liable to be rejected.<br />

Acceptance by the purchaser shall be communicated in due course. You are requested that the<br />

instructions contained in the said communications should be acted upon immediately as asked for.<br />

Enclosures:<br />

1. Annexure – I (General Tender Terms & Conditions).<br />

2. Annexure – II (Special Tender Terms & Conditions).<br />

3. Annexure – III (Tender Application Form).<br />

4. Annexure – IV (The list of Medical Equipments with quantity and EMD /Schedule / Specifications<br />

of items / equipment).<br />

5. Annexure-V (Check list )<br />

6. Annexure-VI (Authorization Certificate)<br />

7. Annexure-VII (Undertaking on Stamp Paper of Rs. 100/-)<br />

Yours faithfully<br />

Copy for information and necessary action to :<br />

1. J.D. (Finance), <strong>ESI</strong>C Hospital, Jhilmil, Delhi<br />

2. Jt. Director / Dealing Assistant ( Tender), <strong>ESI</strong>C Hospital, Jhilmil, Delhi<br />

ANNEXURE –I<br />

GENERAL TERMS AND CONDITIONS FOR TENDER / BID<br />

3<br />

MEDICAL SUPERINTENDENT<br />

MEDICAL SUPERINTENDENT


1. PREPARATION OF TENDER:<br />

a. The Tender form containing the Terms and Conditions (General and Special) and the Schedule<br />

should be returned in original after filling up the form and duly signing in full on each page with stamp,<br />

whether you are quoting for any item or not.<br />

b. If any item in the schedule is not being tendered for, the corresponding space against the item<br />

should be defaced by writing ‘not quoting’.<br />

c. In the event of the space on the schedule form being insufficient for the required purpose,<br />

additional pages may be added. Each such additional page must be numbered consecutively, bear the<br />

Tender Number and the duly signed and stamped by you. In such cases, reference to the additional<br />

pages must be made in the Tender Form.<br />

d. The Tender shall, wherever call upon to do so, give full information with reference to the<br />

services in hand and shall also permit the Medical Superintendent or any other officer nominated by him<br />

to inspect the premises of the tenderer within reasonable times and shall give full assistance and<br />

information as may be required by him in connection with the contract.<br />

2. SIGNING OF TENDER:<br />

a.) The tender is liable to be rejected if complete information is not given therein or if the<br />

particulars and date (if any) asked for in the tender are not duly & fully filled in. Particular attention may<br />

be given to the dates of delivery, places of delivery and also to the particulars referred to in the<br />

conditions of contract so as to comply with them.<br />

b.) Individual signing tender or other documents connected with the contract must specify:<br />

i) Whether signing as a ‘Sole Proprietor’ of the firm or his Attorney?<br />

ii) Whether signing as a ‘ Registered Active Partner’ of the firm or his Attorney?<br />

iii) Whether signing for the firm ‘ Per Procreation’?<br />

In the case of companies and firms registered under the Indian Partnership Act, the capacity in which<br />

signing e.g. Secretary, Manager, and Partner etc. or their attorney and produce copy of documents,<br />

empowering him to do so, if called upon to do so.<br />

NOTE: In case of unregistered firms, all the members or all Attorneys duly authorized by all of them or<br />

the Manager of the firms should sign the tender and subsequent documents.<br />

3. PROCEDURE FOR SUBMISSIONOF TENDER / BIDS:<br />

I. The tender should be submitted in ‘two bid’ system:-<br />

(i) Technical Bids:-<br />

a. TECHNICAL BIDS in one separate envelope, sealed, super scribed with the wordings<br />

“TECHNICAL BIDS”.<br />

b. The original copy of tender along with (Annexure – I to Annexure – VII) duly<br />

completed and signed on each page, should be submitted/returned back, enclosed along with the<br />

“TECHNICAL BIDS”.<br />

c. The “Technical Bid” shall contain Earnest Money, the cost of the Tender Document (If<br />

downloaded from the web), both in the form of demand drafts as prescribed<br />

hereinbefore, and all the technical details & documents along with commercial terms<br />

and conditions in support of the quoted equipment.<br />

4


d. The Earnest Money Deposit (EMD) for each equipment / article should be submitted in<br />

separate envelopes super scribed with the wordings “EMD” and the NAME OF THE<br />

EQUIPMENT.<br />

e. Prices should not be indicated anywhere in the Technical Bid.<br />

(ii.) PRICE (FINANCIAL) BID<br />

a PRICE (FINANCIAL) BID for each equipment is to be submitted in SEPARATE sealed<br />

envelopes, super scribe with the wordings “PRICE (FIANNCIAL) BID” and the NAME OF<br />

THE EQUIPMENT. All such sealed envelopes of Price Bids for individual equipment are<br />

to be kept in a large sealed envelope, again super scribed with the wordings “PRICE<br />

(FINANCIAL) BID”.<br />

b The ‘Price / Financial Bid’ will contain item-wise price / cost for the items mentioned/<br />

quoted in the technical bid, along with Rate of AMC/CMC.<br />

(iii) Both the Technical Bid envelope and the price (Financial) Bid envelope, prepared as above, are<br />

to be kept in a large single envelope super-scribe with “TENDER (TWO BID SYSTEM) FOR<br />

SUPPLY OF MEDICAL EQUIPMENT / FOR ARTICLES- 2009” so as to give a double cover<br />

protection.<br />

(iv) The outer cover should also be sealed and addressed to the Medical Superintendent in the<br />

address mentioned hereinbefore.<br />

(v) Tenders submitted without following the “Two Bid’ System procedure will be rejected.<br />

4. LATEST HOUR FOR RECEIPT OF THE TENDER:<br />

Your tender must reach this office not later than the date and time notified in the Tender Notice stated<br />

in the TENDER DOCUMENT. Any tender received after that shall be rejected. In the event of the<br />

stipulated date of opening of the tender being declared a closed holiday for Govt. offices the date of<br />

opening of the tender(s) will be the next working day. Tender sent by hand delivery, should be delivered<br />

at this office not later than the due date and time stipulated in the schedule of tender.<br />

5. THIS TENDER DOCUMENT IS NON-TRANSFERABLE<br />

6. PERIOD FOR WHICH THE OFFER WILL REMAIN OPEN AND PERIOD OF VALIDITY:<br />

i. All tenders should remain open for acceptance for a period of twelve months from the date of<br />

opening of the tender.<br />

ii. Quotations qualified by such vague and indefinite expressions such as ‘subject to immediate<br />

acceptance; ‘subject to prior sale’ etc. will not be considered.<br />

7. OPENING OF TENDER:<br />

I The Technical bids will be opened in the presence of bidders/representatives who choose to<br />

attened on the date and time as mentioned.<br />

5


II The bidders / representatives who are present in the opening shall sign evidencing their<br />

attendance.<br />

III The Price / Financial bids of the bidders whose technical bids are fond technically suitable (after<br />

the selection of samples / demonstration of equipment / instrument, if any) only will be opened<br />

later. The decision of the committee on technical suitability shall be final and shall not be<br />

opened for discussion.<br />

8. PRICES:<br />

i. The prices quoted must be per unit shown in the schedule inclusive of al packaging, installation<br />

and delivery charges wherever applicable. Refunds on account of returnable package (if any)<br />

are to be separately specified. Price must be clearly quoted in figure and in words in Rupees<br />

(Indian Currency)<br />

ii. Tenderers should clearly specify whether prices quoted are inclusive of Sales Tax / Vat / duties /<br />

statutory charges or such charges as extra. Where no specific mention is made to Sales tax /<br />

VAT / or other duties, prices quoted shall be deemed to be inclusive of such taxes / charges.<br />

iii. The <strong>ESI</strong>C Hospital, Jhilmil, Delhi is not authorized to issue C/D forms.<br />

9. BID SECURITY / EARNEST MONEY:<br />

The tenderer shall have to deposit an earnest money amount (as specified in Schedule IV of<br />

the tender document against each equipment / article) with their Technical Bid at the time of<br />

application, failing which the tender shall be rejected . The earnest money is to be paid by Demand<br />

Draft drawn in favour of <strong>ESI</strong> Fund A/c No. 1, payable at Delhi. NO CHEQUES OR CASH WILL BE<br />

ACCEPTED. In the event of the withdrawal / revocation of tenders before the date specified for<br />

acceptance, the earnest money shall stands forfeited. The earnest money will however, be returned<br />

without interest to the tenderer whose tender is not accepted after the finalization of the tender.<br />

10. SECURITY DEPOSIT / PERFOMANCE SECURITY:<br />

On acceptance of the tender, within the period specified by the Medical Superintendent the<br />

successful tenderer / contractor shall deposit a sum equivalent to 10 % ( Ten percentage) of the Total<br />

Cost including taxes of each and individual equipment / article to be purchased from the tenderer<br />

after selection, rounded off to the nearest Thousand, as security deposit, for due compliance &<br />

fulfillment of the terms and conditions of the contract. This has to be in the form of a bank draft, drawn<br />

in any of the nationalized bank, in favour of <strong>ESI</strong> Fund A/c No. 1, payable at Delhi NO CHEQUES WILL BE<br />

ACCEPTED for this purpose. On due performance and successful completion of the contract in all<br />

respect including warranty period, the security money deposit shall be returned to the contractor<br />

without any interest on presentation of an absolute ‘ No Demand Certificate’ in the prescribed form and<br />

upon return in good condition of any specifications, samples or other property belonging to be<br />

purchaser, which may have been issued to the contractor. If the contractor fails in fulfilling the terms<br />

and conditions mentioned here in different parts of this tender document, such failure will constitute a<br />

breach of the contract and the Medical Superintendent shall be entitled to make other arrangements at<br />

the risk and expense of the contractor. Also, non-performance / unsatisfactory performance or violation<br />

of terms and conditions of the contract will make the contractor liable for forfeiture of security deposit.<br />

The decision of the Medical Superintendent shall be final and binding on this count.<br />

11. DELIVERY TERMS:<br />

:<br />

a Time and date of delivery : The essence of contract:- The time for and the date of delivery of<br />

the stores/date of execution of work as stipulated in the schedule shall be deemed to be the<br />

essence of contract and delivery / execution must be completed not later than the date(s)<br />

6


specified. The delivery of the stores / execution of work / providing the services etc. are<br />

required within a period as specified in the purchase order and as the place mentioned therein.<br />

Normally maximum 6 weeks time is allowed from the date of issue of the purchase order for<br />

execution of the supply of the equipment / article. However, the time allowed for execution of<br />

order shall be governed by the stipulated time mentioned on the purchase order of Delivery of<br />

equipment / Items.<br />

b. The tenderer shall delivery the stores / execute the work at the destination / space defined to<br />

the consignee / authority in good order ( of which the Medical Superintended, <strong>ESI</strong>C Hospital,<br />

Jhilmil, Delhi shall be the sole judge) within the limits of the time as deemed reasonable and<br />

specify in such quantities / qualities as may be ordered by him from time to time.<br />

c. When a purchase order is placed to the successful tenderer, he shall have to acknowledge the<br />

receipt of the said order within 10 (ten) days of the issue.<br />

d. In case this office does not receive supply of the above item(s) by due or extended date of<br />

delivery, the above stated order will stand CANCELLED, unless extension is sought for and<br />

granted by the competent authority for the late supply otherwise EMD will be forfeited.<br />

e. But if the delay shall have arisen from any cause, such as strikes, lockouts, fire accidents, riots,<br />

etc., which, the Medical Superintendent, <strong>ESI</strong>C Hospital , Jhilmil, may admit it as reasonable<br />

ground for further time, and the Medical Superintendent may allow such additional time<br />

required by circumstances of the case.<br />

12. PAYMENT TERMS:<br />

1. 100% Payment will be made after supply, inspection, complete installation and satisfactory<br />

demonstration of performance of the item / equipment / instrument (including supply of all<br />

accessories) subject to deposition of a sum equivalent to 10% (Ten percentages) of the Total<br />

Cost including taxes of the equipment / article as security deposit as mentioned under Security<br />

Deposit / Performance Security Clause mentioned above. Security/Performance Guarantee<br />

10% payment will be released after successful completion of warranty period. No advance<br />

payment before effecting supply as above either part or full of any kind shall be made under any<br />

circumstance.<br />

13. OTHER TERMS:<br />

a. Responsibility for executing Contract: The contractor is to be entirely responsible for the<br />

execution of the contract in all respects in accordance with the terms and conditions as<br />

specified in the acceptance of tender.<br />

b. The contractor shall not sublet transfer or assign the contract to any part there of without the<br />

written permission of the medical Superintendent.<br />

c. Recovery of sums due: Whenever any claim for the payment of a sum of money arises out of or<br />

under this contract against the contractor the purchaser shall be entitled to recover of such<br />

sum by appropriating, in part or whole the security/earnest money deposited by the contractor,<br />

when the balance or the total sum to be recoverable, as the case may be shall be deducted from<br />

any sum then due or which at any time thereafter may become due to recoverable under this or<br />

any other contract with the purchaser. Should this sum not be sufficient to cover the full<br />

amount recoverable, the contractor shall pay to the purchaser on demand the remaining<br />

balance due.<br />

d. Insolvency and breach of contract: The Medical Superintendent may at any time by notice in<br />

writing summarily terminate the contract without compensation to the contractor in any of the<br />

following events, that is to say:-<br />

7


i. If the contractor being at individual or if firm, any partner in the contractor’s firm, shall at any<br />

time be adjudged insolvent or shall have a receiving order or orders for administration of his<br />

estate made against him or shall take any proceedings for liquidation or composition under any<br />

insolvency not for the time being in force or shall make any convenience or assignment of his<br />

efforts or enter into any arrangements or composition with his creditors or suspend payment of<br />

if the firm be dissolved under partnership act, or<br />

ii. If the contractor being a company shall pass a resolution or the court shall make an order for the<br />

liquidation of the affairs or a receiver of Manager on behalf of the debenture holder shall be<br />

appointed or circumstances shall have arisen which entitled the court or debenture holders to<br />

appoint a receiver or Manager.<br />

iii. If the contract commits any breach of this contract not herein specifically proved for: provided<br />

always that such determination shall not prejudice any right of action or remedy which shall<br />

have accrued or shall accrue thereafter to the purchaser and provided also that the contractor<br />

shall be liable to pay the purchaser for any extra expenditure, he is thereby put to but shall not<br />

be entitled to any gain on repurchased.<br />

e Arbitration:- In the event of any question, dispute or difference arising under these conditions<br />

or any special conditions of the contract, or in connection with this contract, except as to any<br />

matter the decision of which is specially provided for by these on the special conditions, the<br />

same shall be referred to the sole arbitration as appointed by the Medical Superintendent. It<br />

will be no objection that the arbitrator is a Govt. servant, that he had to deal with the matter to<br />

which the contract relates for that in the course of his duties as a Govt. servant he had<br />

expressed views on all or any of the arbitration dispute or difference. The award of the<br />

arbitrator shall be final and binding on the parties to the contract, it is a term of this contract:-<br />

i. If the arbitrator be Medical Superintendent, <strong>ESI</strong>C Hospital , Jhilmil, Delhi<br />

- In the event of his being transferred to vacating his office by resignation or otherwise, it shall<br />

be lawful for his successor in office either to proceed with the reference himself or to appoint<br />

another person as arbitrator, OR<br />

- In the event of his becoming unable to act for any reason, it shall be lawful for Medical<br />

Superintendent, <strong>ESI</strong>C Hospital, Jhilmil, Delhi to appoint another person as arbitrator.<br />

ii If the arbitrator be a person appointed by the Medical Superintendent.<br />

In the event of his denying neglecting or refusing to act being unable to act, for any reason, it<br />

shall be lawful for the Medical Superintendent either to proceed with the reference himself or to<br />

appoint another person as arbitrator in place of the outgoing arbitrator. It is further a term of this<br />

contract that no person other than the Director General, <strong>ESI</strong> Corporation or the person appointed by<br />

him should act as arbitrator and that if for any reason that is not possible, the matter is not be referred<br />

to arbitrator at all. Upon every and such reference , the assessment of the costs incident of the<br />

reference and award respectively shall be in the discretion of the arbitrator.Subject as aforesaid the<br />

Arbitration Act, 1940 and the rules there under and any statutory modifications thereof for the time<br />

being in force shall be deemed to apply to the arbitrator proceedings under this clause. Work under the<br />

contractor shall, if reasonable possible continue during the arbitration proceeding under this clause.<br />

Work under the contractor shall, if reasonable possible continue during the arbitration proceeding and<br />

no payment due to payable by the purchaser shall be withheld on account of proceedings:- The venue of<br />

arbitration shall be at Delhi.- In the clause of expression ‘The Director General’, <strong>ESI</strong> scheme means, the<br />

Medical Superintended, <strong>ESI</strong> Scheme for the time being and includes is there be no Medical Superintend<br />

the officer who is for the time being the administrative head of the <strong>ESI</strong> Corporation, whether in addition<br />

or otherwise. For the purpose of the contract including arbitration proceedings there under, the<br />

Medical Superintended, <strong>ESI</strong> Hospital, Jhilmil, Delhi shall be entailed to exercise all the rights and powers<br />

of the purchaser.<br />

8


f. Document:- The tenderer should have valid Trade license / PAN /TAN/ other statutory<br />

document as applicable and produce attested copies of such certificates along with the tender<br />

papers.<br />

g. Right to accept/reject:- The hospital authority reserves the right to reject any or all tender<br />

without assigning any reason whatsoever. Also, the hospital authority reserves the right to<br />

award any or part or full contract to any successful agency at its discretion and this will be<br />

binding on the tenderer.<br />

h. The quantity shown in the tender can be increased or decreased to any extent depending upon<br />

the actual requirement.<br />

i. Medical Superintendent, <strong>ESI</strong>C hospital , Jhilmil, Delhi does not pledge himself to accept the<br />

lowest or any tender and reserve to himself the right of accepting the whole or any part of<br />

the whole or any part of the tender or portion of the quantity offered and you shall supply<br />

the same / execute the work at the rate quoted by you. You are at liberty to tender for the<br />

whole or any part.<br />

j. Failure and Termination:- If the contractor fails to deliver the stores or any installment thereof<br />

within the period prescribed for such delivery in the contract or any time liquidation the<br />

contract before the expiry of such period, the Director (Medical) / Medical Superintendent may<br />

without prejudice to his right to recover damages for breach of the contract, be entitled at his<br />

option.<br />

i. To purchase elsewhere, without notice to the contractor on his account and at the risk of the<br />

contractor, the stores not delivered or stores of similar description (where stores exactly<br />

complying with the particulars are not in the opinion of the Director (Medical)/medical<br />

Superintendent, <strong>ESI</strong>C Hospital, Jhilmil, Delhi readily procurable such opinion being final).<br />

Without cancelling the delivery in respect of the consignment not yet due for delivery, or<br />

ii. To cancel the contract or a portion thereof, and if so decided to purchase or authorize to<br />

purchase of stores not so delivered or other of a similar description (where stores exactly complying<br />

with the particulars are not, in the opinion of the Director (Medical) / Medical Superintend readily<br />

procurable, such opinion being final) at the risk and cost of the contract.<br />

9<br />

MEDICAL SUPERINTENDENT.


ANNEXURE-II<br />

SPECIAL TERMS AND CONDITION<br />

The following special terms and conditions shall apply for supplying various Medical, Surgical and<br />

General Equipments / Articles at <strong>ESI</strong>C Hospital, Jhilmil, Delhi<br />

A. INSPECTION / INSTALLATION OF STORES / EQUIPMENTS:<br />

Supplies shall be accepted and work shall be certified as completed subject to satisfactory and complete<br />

installation (upto full potentials claimed for that respective equipment) of the equipment / stores<br />

supplied including supply of all accessories, and certified by the assigned officer and subsequent<br />

inspection by Medical Superintendent, <strong>ESI</strong>C Hospital, Jhilmil, Delhi or his assigned representative. Any<br />

defect found in the materials / equipment / stores supplied / work done will render the supplies / work<br />

open to rejection and decision of the Medical Superintendent, <strong>ESI</strong>C Hospital, Jhilmil, Delhi shall be final<br />

and legally binding. The tenderer shall have to take the same (rejected store) back at their own cost<br />

and risk, and shall replace such rejections with the items of standard specifications / quality as<br />

acceptable to the Hospital authority.<br />

B. Warranty / Guarantee:<br />

Along with the technical bid following information are to be provided exclusively.<br />

(i). All the equipments / Articles shall be carrying at least 1 (one) year warranty / guarantee<br />

against defects of manufacturer / workmanship and poor quality of components.<br />

Accordingly, the tenderers shall indicate clearly and exhaustively the mandatory<br />

warranty / guarantee offered by them / by the manufacturing / supplying firms, its<br />

duration, as well as the various Terms & Conditions involved therein, at the time of<br />

submission of the Technical Bid papers.<br />

(ii) The tenderer must be able to provide comprehensive after sales service AMC/CMC for the<br />

equipments quoted at least for a period of five years after warranty period and calibration of<br />

equipments on six monthly basis (Wherever required)<br />

(iii) Uptime guarantee: During the warranty / guarantee / AMC period the firm will<br />

maintain the equipment in good working condition. All the complaints will be attended by the<br />

firm within 24 hours of the dispatch of a complain to their office. The firm shall ensure the<br />

machine is set right within 7 days ( Seven days) of the intimation. However, the tenderer have<br />

to arrange similar equipment as a standby at his cost and risk in case of breakdown. In case of<br />

the machine not being made functional within 7 days ( Seven days), Stiff Penalty equivalent to<br />

0.25 % of the cost of machine per day shall be levied for of delay at the discretion of the<br />

authority. In addition, the tenderer have to arrange similar equipment as a standby as stated<br />

above.<br />

(iv) Only manufacturer or distributor/Agent authorized by manufacturer would be considerer.<br />

C. Delay in Delivery of Items/Equipment<br />

(i) Liquidated Damages / Penalty:- If the supplier fails to deliver any or all of the goods or fails to<br />

perform the services within the time frame (s) incorporated in the contract/supply order, the<br />

Purchaser / Consignee shall, without prejudice to other rights and remedies available to the<br />

purchaser / consignee under the contract, deduct from the contract price, Security money/EMD<br />

as penalty/liquidated damages, a sum equivalent to 0.5% per week of delay or part thereof on<br />

delayed supply of goods and/or services until actual delivery or performance subject to a<br />

maximum of 10% of the contract price. Provided time limit for delivery goods is extended by<br />

the competent authority. Once the maximum 10% Penalty is reached Purchaser/Consignee<br />

may consider termination of the contract.<br />

ii. EMD/Performance Guarantee:- In case the supply is not made within the stipulated period from<br />

date of supply order, the EMD/Performance Guarantee deposited shall be stand forfeited.<br />

10


D. SOFT WARE UPGRADATION:<br />

(i) Free up-gradation of software (all update & upgrades) at least for 5 years is to be provided.<br />

(ii) Where are applicable<br />

- Equipment must support interface / integration for data transfer from equipments to third party<br />

Hospital management applications.<br />

- Equipment manufactures must also provide Technical documents explaining the pre requisites, data<br />

exchange format and detailed user and technical manuals explaining how to integrate and transfer data<br />

with third party hospital management applications.<br />

- Equipment manufacturers must also provide the needed hardware drivers and technical support to<br />

integrate the equipments with third party hospital management applications.<br />

E. CERTIFICATES TO BE SUMBITTED ALONGWITH THE TENDER ON STAMP PAPER OF RS. 100/-<br />

The following written guarantee / declaration must be provided as per Annexure-VII, exclusively<br />

without which the quotation shall be liable for rejection.<br />

1. the name, address, phone no, fax no, etc, of the authorized service centre for each of the<br />

specific equipment / Article quoted.<br />

2. A certificate about satisfactory performance of the equipment duly authenticated by other<br />

existing users of the equipment has to be supplied.<br />

3. A declaration that the after sales service facilities as well as spare parts shall be made available<br />

at least for five years after warranty period for each of the specific equipment / Article quoted.<br />

4. A declaration indicating willingness to provide AMC services at least for five years after the<br />

expiry of the warranty for each of the specific equipment quoted. Accordingly, the tenderer may<br />

quote prices for with and without comprehensive warranty, separately, for each year, for 5 years.<br />

The quotation for the cost of such AMC may be furnished along with cost of the equipment in<br />

the Price Bid.<br />

5. A declaration that the specific equipment / article with the given specification has not been sold<br />

/ supplied to any other organization at a lesser price than the price quoted here for each<br />

of the specific equipment quoted here.<br />

6. Certificate there is no Black listing/Vigilance/CBI case or court case pending against the<br />

firm/supplier.<br />

7. To keep the equipment in working order throught the year.<br />

F. SAMPLES / DEMONSTRATION<br />

Wherever applicable / whenever asked the firms shall have to submit samples of item(s) / arrange for<br />

demonstration of items for verification / inspection, approval, etc., and the firm shall have to comply<br />

with such conditions. It is, therefore, in the own interest of the firm (s) concerned to get their proof /<br />

samples, etc. verified / inspected before effecting supply at their own cost. If samples are supplied they<br />

should not be less than the quantity necessary for the test given in the specifications (if any) or in the<br />

schedule to tender. Each sample should have a card affixed to it which should bear the following<br />

information:<br />

i. Your Name and address<br />

ii. Tender Number<br />

iii. Date of opening of tender<br />

iv. Item no. against which tendered<br />

v. Any other relevant description deemed fit.<br />

When samples are supplied those shall not be returned normally (until specifically asked for within one<br />

month of opening of tender in case of Implants, Equipments and Instruments only, where the same shall<br />

be collected back from the hospital at the cost and risk of the tenderer) and shall be the property of the<br />

<strong>ESI</strong>C. The tenderer / firm / company shall arrange for demonstration of equipment / instrument /<br />

article when asked to do so at his own cost and risk in Delhi only during anytime before finalization<br />

of tender.<br />

11


G. DETAILS OF ITEMS QUOTED:<br />

It is mandatory to indicate the full name, make / brand, model number, and details specification<br />

of the equipments quoted by them, (in addition, a brochure of product information may be attached<br />

along with). Tenderers also have to indicate clearly the Name, Address and all Contact numbers of the<br />

MANUFACURING FIRM and the firm responsible for providing AFTER SALES SERVICES, of the equipment<br />

quoted by them.<br />

MEDICAL SUPERINTENDENT<br />

12


TENDER APPLICATIION / DECLARATION FORM<br />

1 Name of the firm:a<br />

Full Postal Address:-<br />

2<br />

b Cell Phone No.<br />

c Telephone No.:-<br />

d Fax No.<br />

e E-mail address:<br />

3 Date of Establishment of Firm:-<br />

4<br />

If your Firm Registered under:-<br />

a The Indian Factories Act:-<br />

ANNEXURE - III<br />

b Any other Act, if not, who are the owners (Please give full<br />

address):-<br />

5 Name and Address of your Bankers stating the name in which<br />

the Account stands:-<br />

6 Whether insured against fire, theft, burglary etc. if so, please<br />

state the amount and name of company with policy no:-<br />

7 Total number of Employees:-<br />

8 Are you in the list of approved contractors of any other<br />

organizations / institutions, if any give details (Append extra<br />

page if necessary):-<br />

9 Give details of any Government contracts executed during the<br />

last twelve months (Append extra page if necessary):-<br />

10 Any other information which you consider necessary to<br />

furnish:<br />

UNDERTAKING:<br />

a. I, the undersigned certify that I have gone through the terms and conditions mentioned in the<br />

tender document and undertake to comply with them.<br />

b. The rates quoted by me are valid and binding upon me for the entire period of contract and it is<br />

certified that the rates quoted are the lowest quoted for any other institution / hospital in India.<br />

c. The earnest money of Rs. ___________________ to be deposited by me has been enclosed<br />

herewith vide Demand Draft no. ____________________ , Date ______________ , drawn on<br />

bank _____________________________ , Branch<br />

_____________________________________________ .<br />

d. I hereby undertake to supply the items as per directions given in the tender document / supply<br />

order within stipulated period.<br />

e. I / We give the rights to Medical Superintendent to forfeit the earnest money deposited by<br />

me/us if any delay occur on my / agent’s part or failed to supply the article within the appointed<br />

time or the items of desired quality.<br />

f. I have submitted on Stamp Paper of Rs. 100/- certificate mentioned in ‘E’ (Annexure-VII) of<br />

special terms & conditions.<br />

Date:- Signature of the tenderer:-<br />

Place:- Full Name:-<br />

Designation:-<br />

(Office seal of the tenderer)<br />

13


ANNEXURE - IV<br />

List of Medical Equipments with Specifications quantity and EMD.<br />

1 For Group A......................................................................................................<br />

2.For Group B.......................................................................................................<br />

3. For Group-C.......................................................................................................<br />

4.For Group-D.......................................................................................................<br />

14


Annexure - V<br />

CHECK LIST<br />

The bidder should ensure that the following information/documents are enclosed along with the bidding<br />

documents (Technical Bid).<br />

(I)EMD (As per Sl. No. 9 of general terms & conditions) Yes/No<br />

(II) Bid-Form and price schedule as given in S.No3 of General terms and conditions for tender/bid<br />

15<br />

Yes/No<br />

(III) Five years AMC/CMC charges as given in S.No. ’E’ of special terms & conditions Yes/No<br />

(IV) Rate certificate indicating that they have not supplied the said equipment to any individual, Govt.<br />

or private institution at the rate lower than the quoted rate. Yes/No<br />

(V) Manufacturer’s Authorization Certificate (As per Annexure - VI) in case Bid is submitted by<br />

Agents. Yes/No<br />

(VI) User’s list along with the Certificates about SATISFACTORY PERFORMANCE REPORT OF THE<br />

EQUIPMENT AND QUALITY OF AFTER SALE SERVICE duly authenticated from existing users of the<br />

quoted model of equipment. A list of the users of quoted model, indicating the complete postal<br />

address of the users and date of supply of the equipment is also endorsed. Yes/No<br />

(VII) Authorization Certificate from the Principal/manufacturer that they will be solely responsible for<br />

maintenance of equipment during guarantee/warranty and AMC/CMC period even when the<br />

Agent is changed during this period (As per Annexure-VI) Yes/No<br />

(VIII) Authorization certificate from principal that spares and any other miscellaneous items (As<br />

applicable) of the equipment quoted will be freely available for at least five years after expiry of<br />

warranty/guarantee period (As per annexure VI) Yes/No<br />

(IX) Tenderer has to submit a signed undertaking on stamped paper of Rs.100/- (Rupees One<br />

hundred only) along with tender (As per ‘E’ of special terms & conditions). Yes/No<br />

(X) Confirmation from the Principal/manufacturer that they will be solely responsible during<br />

guarantee/warranty and AMC/CMC period even when the Agent is changed during this period<br />

(As per Annexure-VI) Yes/No<br />

(XI) For the equipments where consumables/reusable etc are required a list indicating cost and life of<br />

consumables be given. Yes/No<br />

NAME, SIGNATURE AND ADDRESS OF THE TENDERER WITH RUBBER STAMP


To,<br />

Medical Superintendent,<br />

I.G. <strong>ESI</strong> Hospital, Jhilmil,<br />

Delhi-1100<strong>95</strong><br />

Dear Sir,<br />

Annexure-VI<br />

AUTHORIZATION CERTIFICATE<br />

Authority letter against<br />

Tender No.-------------------------------------------due on --------------------------item quoted----------------------------<br />

------------------------------------------------------------------------------------------------------------------------------------------<br />

-------------------We,---------------------------------------------, who are established and reputed manufacturers<br />

of---------------------------------------------having factory at---------------------------------------------and hereby<br />

authorize M/s------------------------------------------------------------------------------(Name and address of agent) to<br />

bid, negotiate and conclude the contract with your institution against above tender for the above<br />

goods manufactured by us.<br />

We hereby extend our full guarantee/warranty as per Clause ‘B’ of special terms & conditions of<br />

tender for the goods offered for supply against this invitation of bid from the above firm. We also<br />

confirm that the spares and any other miscellaneous items (As applicable) of the equipment quoted, will<br />

be freely available for at least five years after expiry of warranty/guarantee period.<br />

Our other responsibilities include:<br />

1. Information regarding the name of new agent, incase of change of agent<br />

2. ------------------------------------(Here specify in detail manufacturer’s responsibilities)<br />

The services to be rendered by M/s---------------------------------------------are as under<br />

1. ---------------------------------------<br />

2. --------------------------------------<br />

(Here specify the services to be rendered by the agent)<br />

Yours faithfully,<br />

(Signature & Name of manufacturer)<br />

with address and seal<br />

NOTE: This letter of authorization should be on the letter head of the manufacturing concern and should<br />

be signed by a person competent and having the Authorization to issue said certificate on behalf of the<br />

manufacturing firm. The said certificate should also bear the signature of participating tenderer as a<br />

witness.<br />

16


To,<br />

Medical Superintendent,<br />

I.G. <strong>ESI</strong> Hospital, Jhilmil,<br />

Delhi-1100<strong>95</strong><br />

Sir,<br />

Annexure-VII<br />

UNDERTAKING<br />

Date of Opening:<br />

Item No.<br />

Name of Item<br />

1. The undersigned certifies that I have gone through the terms and conditions mentioned in the<br />

tender document including annexure and undertake to comply with them. The rates quoted by<br />

me/us are valid and binding on me/us for acceptance for the period of one year from date of<br />

opening of tender.<br />

2. It is certified that rate quoted are the lowest quoted for any institution/Hospital in India.<br />

3. Earnest money deposited by me/us viz Rs._____________ in the form Demand Draft/Banker’s<br />

Cheque in favour of <strong>ESI</strong> Fund Account No.1 New Delhi is attached herewith and shall remain in<br />

custody of the Medical Superintendent, I.G. <strong>ESI</strong> Hospital, Jhilmil, Delhi as per Sl No 3 of terms<br />

and conditions.<br />

4. (A) I/We give the rights to Medical Superintendent, I.G. <strong>ESI</strong> Hospital, Jhilmil, Delhi to forfeit<br />

the Security Money deposited by me/us if any delay occur on my/agent’s part or fails to<br />

supply the article at the appointed place and time and of the desired specification.<br />

(B) I/we undertake that I/we will be in position to provide annual Maintenance<br />

contract/comprehensive Maintenance Contract (AMC/CMC) , Spare Parts, and consumables for<br />

5 years after completion of guarantee/warranty period .I/we also undertake to keep the<br />

equipment in running order throughout the year under warranty / guarantee/ AMC/CMC and in<br />

case of equipment going out of order, the fault will be attended within 24 hours of lodging the<br />

complaint. The firm shall ensure the machine is set right within 7 days of intimation. However<br />

the tenderer have to arrange similar equipment as a stand by at his cost and risk in case of<br />

breakdown of machine is not set in working condition. Failing which, a penalty of 0.25% of the<br />

total cost of the equipment per day for the period equipment remains out of order be levied on<br />

me/us.<br />

5. There is no vigilance/CBI case or court case pending against the firm/supplier.<br />

6. On Inspection if any article is found not as per supply order, it shall be replaced by me/us in time<br />

as asked for, to prevent any inconvenience at my /our own expenses<br />

7. I/we hereby undertake to supply the items as per specifications and directions given in supply<br />

order within the stipulated period.<br />

8. I/we undertake to provide guarantee/warranty as mentioned in specifications from the date of<br />

satisfactory installation and inspection. I also undertake that I will maintain the equipment<br />

during this period and replace the defected parts free of cost, if necessary.<br />

9. I/we understand that Medical Superintendent, I.G. <strong>ESI</strong> Hospital, Jhilmil, has the right to accept<br />

or reject any or all the tenders without assigning any reasons (s) thereof.<br />

NAME, SIGNATURE AND ADDRESS OF THE TENDERER WITH RUBBER STAMP<br />

17


List of Equipments for Group-A<br />

S<br />

No Name of Equipments Qty EMD Bid<br />

A-1 Lab Equipments<br />

1<br />

Trinocular Microscope with<br />

microphotography system 1 20000 Two Bid<br />

2 Chemical Balance 1 1000 Two Bid<br />

3 Slide Warming Table 1 1000 Two Bid<br />

4 Tissue Floatation Bath 1 1000 Two Bid<br />

5 Slide Cabinet 1 1500 Two Bid<br />

6 Block Cabinet 1 1500 Two Bid<br />

7 Calori meter 2 1200 Two Bid<br />

A-2 C S S D Equipments<br />

1 Washer Disinfector 2 40000 Two Bid<br />

2 Distribution Trolley 4 8000 Two Bid<br />

3 Basket Rack with Storage Trolly 7000 Two Bid<br />

(a) Basket rack 4<br />

(b) storage baskets 30<br />

4<br />

Autoclave Machine with accessories 2 92000 Two Bid<br />

(a) Steel Tubular Trolley ( Loading) 2<br />

(b) Transfer Trolley 4<br />

A-3 casualty Deptt<br />

1<br />

2<br />

3<br />

4<br />

5<br />

6<br />

CPR Equip. with Silicon with<br />

Accessories(manual resuscitation<br />

unit) (Adult-3, Paediatrcs -2, Neonatal-1) 6 2400 Two Bid<br />

Defibrilator with Cardic Monitor &<br />

recorder 2 10000 Two Bid<br />

Shadowless laght Lamp(Portable)<br />

1 4000 Two Bid<br />

BIPAP 1 3000 Two Bid<br />

Fowlers Bed 4 4800 Two Bid<br />

Three Bodies Mortuary Chamber 1 6000 Two Bid<br />

Note:- Specifications of only quoted Equipments should be enclosed with tender as per<br />

Annexure-IV of the tender terms & Conditions<br />

18


ANX-IV(Group-A)<br />

List of Medical Equipments with Specifications Quantity and EMD<br />

S No Name of Equipment Qty Total EMD<br />

( in RS)<br />

A-1<br />

LAB EQUIPMENTS<br />

1 SPECIFICATION OF TRINOCULAR MICROSCOPE WITH MICROPHOTOGRAPHY SYSTEM<br />

1.Optical System: Infinity corrected optical system, anti mould/anti-fungus.<br />

2.Eye pieces- 10x, wide field (FOV about 25) adjustable, inter 19ynchroni distance 48 to 75 mm)<br />

Diopteric adjustment in both eyes. Presence of eye guards.<br />

3. Objectives: 2x<br />

4x<br />

10x<br />

20x<br />

40x<br />

100x – Oil immersion, spring loaded<br />

Anti fungus, plano-apochromat<br />

4. Nose piece : Revoling, sextuple, reversed tilt<br />

5. Observation tube : Tilt-able, Trinocular, with 25-30 degree inclination.<br />

6. Stage : Scratch resistant, Two slide holder<br />

7. Illumination system : 6-12 V/20-30 W Halogen bulb, built in Diaphragm, built in<br />

illumination system.<br />

8. Condenser : bright field condenser compatible to all objectives.<br />

9. Teaching head : For three persons with 10x wide field eye pieces<br />

10. Electrical object Marker should be present<br />

MICROPHOTGRAPHY SYSTEM:<br />

-Digital imaging head for camera- photo eye pieces, camera objectives, focusing and framing,<br />

graticule, multipoint sensor, adaptors for CCTV & photo-micrographic system.<br />

- Digital camera with control software for automatic exposure control. Auto point objective,<br />

image port zoom magnification, frame selection with optical zoom.<br />

- Mega pixel 12 (Twelve) or more with charge coupled device.<br />

- LCD Monitor in the camera.<br />

- Should be network ready without connection of PC.<br />

- Image type colour or grey scale.<br />

- Software: Use friendly image analysis software with instant capturing, capturing of still images,<br />

video capturing, net meeting, sound recording system.<br />

- Image processing capabilities (Shade tone correction, measurements, speed setting).<br />

- Memory cards for transfer of images and rate of image transfer to computer.<br />

Interface:- C-Mount, video adaptor, CCTV adaptors ( 2.5 x 4x) lenses for video enhanced control.<br />

COMPUTER WITH PRINTERS;<br />

PC interface, latest Pentium series computer with compatible UPS and colour printer for printing<br />

photographs.<br />

Source of supply:- Indigenous/Imported<br />

2 Chemical Balance<br />

1. Top loading.<br />

2. Digital Display.<br />

3. Weighing Capacity = up to about 400 g<br />

4. Readability = 1 mg<br />

5. With cover to prevent any effect of air currents.<br />

6. Capable of both external and internal calibration.<br />

7. To work on 220 V / Single phase / 50 Hz AC supply.<br />

Make – Indigenous/ Imported.<br />

3 Specification of Slide Warming Table<br />

Specification – Thermostatically controlled<br />

- Temperature range approx 60 degree to <strong>95</strong> degree C ( + 5 degree C)<br />

- Temperature display<br />

- Power requirement 220 v to 240 v<br />

- Approx. Size 600 mm x 150 mm<br />

Make – Indigenous / Imported<br />

19<br />

1 20,000/-<br />

1 1000/-<br />

1 1000/-


4 Specification of Tissue Floatation Bath<br />

Make – Indigenous / Imported<br />

Circular / rectangular Temperature range approx. 30 degree C to 80 degree C, + 5 0 C<br />

Proper insulation<br />

Temperature display / thermostat<br />

Power requirement 220 v to 240 v<br />

5 Specification of Slide Cabinet<br />

Make – Indigenous / Imported<br />

To stock at least 50,000 (Fifty thousand) Slides of 75x25 mm size, vertical, close packing<br />

manner with facility for labeling and lock facility.<br />

Mild steel / CRC sheet with coating.<br />

6 Specification of Block Cabinet<br />

Make – Indigenous / Imported<br />

Mild steel / CRC sheet coating<br />

Removavable drawers with identification card holder lock and key on door<br />

To stock 50,000 blocks<br />

7 Calorimeter<br />

1.Digital<br />

2.Eight(8) Filters from 400 to 700nm<br />

3.Measuring Modes=%T,ABS,concentration<br />

4. Acessories=20 cuvetts, dust cover<br />

5.To work on 220V/single phase/50Hz AC supply<br />

A-2<br />

1.<br />

2<br />

3<br />

make indigenous/ Imported<br />

SPECIFICATION OF CSSD EQUIPMENT<br />

WASHER DISINFECTOR<br />

Single door, suitable for cleaning and disinfection of surgical instruments,<br />

anesthetic equipment, suction bottles, cleaning buckets, general circulation goods,<br />

dental tray and glassware with a fully closed process.<br />

The washer disinfector should be designed as micro-processor controlled fully automatic<br />

capacity of 275 ltrs. The door should be provided with interlocking system.<br />

DISTRIBUTION TROLLEY<br />

Designed for the distribution of finished linen from laundry to hospital wards etc.<br />

BASEKT RACKS WITH STORAGE BASKETS<br />

BASKET RACKS – 4<br />

STORAGE BASKETS – 30<br />

The basket rack should be built up as a modular system with the storage of sterilizing<br />

wire baskets made of steel.<br />

Wire Baskets, size : 585 x 3<strong>95</strong> x 190 mm<br />

20<br />

1 1000<br />

1 1500-<br />

1 1500/-<br />

2 1200/-<br />

2<br />

4<br />

1<br />

40,000/-<br />

8000/-<br />

7000/-


4 AUTOCLAVE MACHINE WITH ACCESSORIES:-<br />

ACCESSORIES<br />

(A) Stainless Steel loading/ Unloading Trolley (one with each autoclave)<br />

(B) stainless Steel Transfer Trolley for the above carriage ( two with each autoclave)<br />

Specification For Autoclave:<br />

The chamber size should be 600x600x1200mm with manual hinge doors, suitable for<br />

operation on electricity Capacity should be at least 450 litters.<br />

Should be ISI mark as per IS:3829<br />

should be double door, steam jacketed<br />

The Chamber should be hydraulically tested to 2 times the working pressure.<br />

The normal working pressure should be 21Kg/cm 2 corresponding to temperature of<br />

135 0 C .<br />

The chamber and doors should be made of stainless Steel AISI 316 quality<br />

It should have water ring vacuum pump to create vacuum of 24” Hg when the<br />

temperature of cooling water to the pump is less then 30 0 C for total evacuation of the<br />

air from the chamber.<br />

Should be fully automatic with pre selected programs<br />

Should have self sterilizing vacuum drier<br />

should have spring loaded safety valve and vacuum breaker<br />

Should have chamber discharge line with steam trap and swing check valve<br />

Should have dial thermometer and screen plug for chamber discharge line<br />

Should have automatic self locking device<br />

Should have stainless steel electric steam generator fitted with three Nos 6 KW heaters<br />

each, mounted on a thick stainless Steel Plate and electric controls and should<br />

comprise of air brake contactor, pressure controller, low water protection with two<br />

neon indicators<br />

The unit should be microprocessor controlled for controlling entire cycle of sterilization<br />

and steam pulsing automatically through water ring vacuum pump.<br />

The control panel should have automatic process control arrangement for timers,<br />

relays, contactors.<br />

The Sterilizer should display the following parameters<br />

1) Chamber Pressure<br />

2) Chamber temperature<br />

3) Cycle Number<br />

4) Batch Number<br />

5) Time and date<br />

6) Alarm indicator<br />

7)Error Code<br />

8) Low water indicator<br />

Printer: Should automatically and continuously monitor and record dates , time of<br />

day, load, identification number and operating parameters i.e. temperature, pressure<br />

throughout the length of the autoclave cycles<br />

A-3 CASULTY DEPTT<br />

1 CPR EQUIPMENT<br />

(2) Manual Resuscitation Unit, Adult<br />

• Self inflating silicon resuscitator bag<br />

• Latex free ,robust and user friendly, autoclavable to 134 0 C<br />

• Built in pressure limitation facility in the form of double wall bag<br />

• Single shutter non-rebreathing valve system<br />

• To be supplied with face masks having good quality air seal transparent<br />

• Transparent Top with thumb rest in sizes2,3,4,5 each to be provided with<br />

2 masks of each sizes<br />

• Autoclavable reservoir bag for 100% oxygenation attachable to the rear<br />

End of resuscitator<br />

• To be provided with fibre case<br />

B. Paediatric manual Resuscitation Unit<br />

• Self inflating silicon resuscitator bag<br />

• Latex free ,robust and user friendly, autoclavable to 134 0 C<br />

Two<br />

Set<br />

2<br />

4<br />

3<br />

2<br />

21<br />

Rs 92000<br />

2400/-


• Built in pressure limitation facility in the form of double wall bag<br />

• Single shutter non-rebreathing valve system<br />

• To be supplied with face masks having good quality air seal<br />

transparent tops for at least 2 infant sizes(sizes 1&2)<br />

• Each resuscitator to be provided with 2 masks of each size<br />

• Autoclave reservoir bag for 100% oxygenation attachable to the<br />

rear end of the resuscitator<br />

• To be provided with fibre case<br />

C. Neonatal Manual Resuscitation Unit<br />

• Self inflating silicon resuscitator bag of 250 ml volume<br />

• Latex free ,robust and user friendly, autoclavable to 134 C<br />

• Built in pressure limitation facility in the form of double<br />

wall bag<br />

• Masks should be of sizes 0,1,2(neonatal), two mask of<br />

each sizes,2 mask of each size<br />

• Autoclave able reservoir bag for 100% oxygenation<br />

attachable to the rear end of the resuscitator<br />

To be provided with fibre case<br />

2 ELETRONIC DEFIBRILLATOR WITH CARDIAC MONITOR AND<br />

RECORDER<br />

• Should be portable biphasic defibrillator having Semi automatic(AED)<br />

& manual Modes with LCD display of at least 4”<br />

• Manual mode must allow variable energy levels up to2-360J,possible<br />

by paddles.<br />

• AED mode must allow energy level of 150J or more<br />

• Should have 22ynchronized cardio version.<br />

• Should have 5 lead interpretive ECG monitoring with continuous ST<br />

segment Monitoring.<br />

• Should be easily chargeable<br />

• Should have voice and text prompts.<br />

• Should be supplied with rechargeable battery pack, with inbuilt battery<br />

with charge level indicators<br />

• Should be supplied with 2 sets of gel pads, carrying case jacket.<br />

• Should have memory of 12 hours.<br />

• Should have computer interface to be provided with printer.<br />

3 MOBILE SHADOWLESS LIGHT<br />

• Shadow less, Cold light<br />

• Should confirm to international safety norms and standards (C E /<br />

IEC/FDA)<br />

• Should be mounted on Castors.<br />

• Output should be at least 80,000 lux, with 4300 K Colors temperatures.<br />

• Should be spring balanced.<br />

• Should have sterilizeable focusing handle.<br />

• The dome size should be small.<br />

• Each light to be supplied with 10 spare bulbs.<br />

4 BIPAP<br />

The unit should be designed specifically for noninvasive ventilation.<br />

• Should have facility to assure automatic optimum triggering and<br />

cycling throughout changing breathing pattern and leaks.<br />

• It should automatically correct volumes for leaks and achieve targeted<br />

volume by automatically augmenting the pressure support.<br />

• Should have pressure relief technology.<br />

• Should have following parameters ranges<br />

IPAP range 4 – 30 cm H2O<br />

1<br />

22<br />

2 10000/-<br />

1 4000/-<br />

1 3000/-


EPAP range 4 – 25 cm H2O<br />

CPAP range 4 – 20 cm H2O<br />

Breath rate 0 – 30 BPM (Pc, T & S/T)<br />

• Should have following modes<br />

CPAP, BIPAP – s (Spontaneous), ST (Spontaneous time), Timed Mode,<br />

and PC (Pressure control) with VPAS display, pressure, volume Ji Leaks<br />

etc.<br />

• Should have alarm for high pressure patient disconnect, apnea and<br />

low Vlc unit should be CE marked and FDA approved.<br />

• Reusable :- (1) Nasal masks (Small medium & Large adult each<br />

size)<br />

(2) Full face masks and 2 each size, Total 6 masks.<br />

• Should be provided with humidification ability.<br />

5 FOWLERS BED<br />

• Frame work should be made of Rectangular M.S.Tube<br />

• 4 section Top should be made of perforated M.S. sheet<br />

• Back Rest &Knee Rest Positions should be maneuvered by Separate screw<br />

from Foot End<br />

• Should have collapsible safety side Railing.<br />

• Should have telescopic IV Rod with Four Locations<br />

• Bed should be mounted on two Castor with Brakes<br />

• Overall Size should be : 210-220cms(L), 90-100 cms (W),40- 55 cm height<br />

• Should be Epoxy Powder Coated<br />

6 Three Bodies Mortuary Chamber<br />

1. Designed for storing cadavers under cool condition to prevent<br />

decomposing.<br />

2. Double walled with pre-painted CRC/Pre-fabricated.PUF insulated<br />

panels for outer surface and stainless steel inner chamber preengineered<br />

polyurethane foam insulation.<br />

3. Gasket on both the inside and outside of the chamber<br />

4. Front opening, hinged insulated doors lined with magnetic gasket,<br />

handle and lock arrangement with keys in duplicate for individual dead<br />

bodies.<br />

5. Panels should be environmental friendly with use of non CPC gases or<br />

blowing agents<br />

6. Tray to carry dead body should be designed in one piece , stainless<br />

steel, with tubular edge to carry dead body easily<br />

7. Easy to maintain and clean.<br />

8. Temperature should be maintained at -2 0 C to +5 0 C<br />

9. The carriage three piece assembly with:-<br />

- Stationary frame<br />

- Lower Carriage with wheel<br />

- Upper Carriage with wheel<br />

- Lock system for copulate assembly<br />

10. Microprocessor based temperature controller cum indicator on front<br />

panel along with pilot Lamp<br />

11. Suitable work on 220 V single phase 50Hz AC supply.<br />

12. Stabilizer -5 KVA<br />

13. Outer body- stainless Steel<br />

14. Make :- Indigenous<br />

23<br />

4 4800/-<br />

1 6000


List of equipments for Group-B<br />

S No Name of Equipments Qty EMD(Rs) Bid<br />

B-1 Anaesthesias Department<br />

1 Surgical Diathermy 20000 Two Bid<br />

2<br />

(a) Regular Surgical Diathermy 1<br />

(b)<br />

Vessel Sealing system with monopolar<br />

and Bipolar Cautery<br />

CPR Mannquin with adult Intubation<br />

1<br />

Trainer 16000 Two Bid<br />

(a) CPR Mannquin 1<br />

(b) Adult Intubation Trainer 1<br />

3 Neo-Natal Resuscitation Trolley 2 4000 Two Bid<br />

4 Laryngeal mask Airway-LMA<br />

Sizes 1,1.5,2,2.5,3,4,5( set each)<br />

2 2800 Two Bid<br />

5 Intubating Laryngeal Mask Airway<br />

size-3&4)<br />

1 1400 Two Bid<br />

6 Mobile Shadowless Light 2 8000 Two Bid<br />

7 Peripheral Nerve Locator 1 1000 Two Bid<br />

8 Pharmaceutical refrigerator<br />

Autometic point of care Haemostasis<br />

1 10000 Two Bid<br />

9 Analyzer 1 20000 Two Bid<br />

B-2 X-ray Deptt<br />

1 Portable X-ray Machine (150mA) 2 22000 Two Bid<br />

B-3 I C U Equipments<br />

1 I C U Ventilator/respiratory Ventilator 3 87000 Two Bid<br />

Note:- Specifications of only quoted Equipments should be enclosed with tender as per<br />

Annexure-IV of the tender terms & Conditions<br />

24


ANX-IV( Group-B)<br />

List of Medical Equipments with Specifications Quantity and EMD<br />

S No Name of Equipment Qt<br />

y<br />

4 SURGICAL DIATHERMY,<br />

One should be a regular surgical diathermy and second should be a vessel sealing system<br />

with monopolar & bipolar cautery<br />

(A) Regular Surgical Diathermy should have following specifications<br />

1<br />

- It should be microprocessor controlled<br />

- it should have multi function connector for biopolar instruments.<br />

- it should have progressively increasing or decreasing HP output power value in 1 – watt<br />

steps<br />

- It should have facility to display actual delivering power.<br />

- It should have twin neutral electrode plate for patient control system (PCs) for<br />

continuous monitoring.<br />

- The unit should have self-testing facility for proper function and<br />

- Facility to block the O/P power in case of a fault.<br />

- It should have some footswitch for monopolar and biopolar functions.<br />

- It should have not less than 6 different types of currents for monopolar and biopolar<br />

application<br />

- The unit should be safer for the patient through active leakage current limitation.<br />

- It should be compatible with argon plasma coagulator system.<br />

- It should have auto start and auto stop function for biopolar coagulation.<br />

- it should be functional at both hand and foot mode.<br />

- The maximum power of different type outputs should be as:<br />

Power cutting max – 400 W at Ohms<br />

Blend cutting max – 300 W at 300 Ohms<br />

Endomode max – 100 W at 200 Ohms<br />

Contact Coagulation max – 250W at 200 Ohms<br />

Spray Coagulation max – 120W at 300 Ohms<br />

Biopolar Coagulation max – 100W at 100 Ohms<br />

- The unit should be supplied with all the standard accessories such as<br />

- Double pedal footswitch, twin earth pad, biopolar forceps with cable electricity handle<br />

with finger switch and different types of electrodes.<br />

- The equipment should be CE approved.<br />

The unit should be supplied with following accessories:<br />

- Electrode handle with twin switch and electrodes.<br />

- Biopolar forceps with cable.<br />

- APC handle with twin switch.<br />

- Beams electrode of 25 mm, 100 mm, and 320 mm of working length.<br />

- Argon lancet electrode of 40mm and 115mm working length<br />

-Argon needle electrode of 40mm and 115mm working length<br />

-Double pedal foot switch.<br />

- Patient plate.<br />

- Footswitch signal cable.<br />

(B) VESSEL SEALING SYSTEM WITH MONOPOLAR AND BIPOLAR CAUTERY<br />

1<br />

- The system will be of minimum 300 WRF output generator with touch pad monopolar,<br />

bipolar and vessel seal system integrated.<br />

- System must be having microcontroller based device incorporating<br />

- Closed loop control for all output modes in the microcontroller firm wire.<br />

- The system must be having instance response technology in real<br />

- Time basis which should identify the tissue type with a feed back of 3333 times/sec.<br />

- The monopolar output must have Cut, Blend, Hemostasis with division (HWD) fulgurate<br />

and spray mode. Simultaneous Monopolar mode should be there<br />

- Closed loop coag should be must to control spray and fulgurate.<br />

- Twin coag should be must to control critical surgery.<br />

- The Bi-polar must have low, standard and Macro mode with Bi-polar current monitor for<br />

25<br />

Total EMD<br />

( in RS)<br />

20,000/-


Tubular Legation with Auto Bi-polar control.<br />

- 2-Simultaneous Vessel seal can be done with 2 different output<br />

Which should seal vessel, tissue bungle artery and vein up and maximum 7mm, and can<br />

withstand up to and minimum 3 times of normal systolic blood pressure.<br />

- The Vessel seal system should be of minimum 150W with bar<br />

- Control power setting facility’<br />

- Surgeon should have the facility to control the power from the sterile zone with a sliding<br />

control 3-button hand switching pencil.<br />

- 5mm Electrical dissecting device for laparoscopic use should have<br />

- Hand control facility with the tip of the jaw must contain a tiny protrusion for monopolar<br />

dissection.<br />

- During monopolar RF the REM monitoring system should be<br />

- Available for patient safety<br />

- Integrated seal and cut of 10mm and 5mm should be there.<br />

- Both disposable and reposable instruments should be available for open surgery.<br />

- Machine should display error and not get activated if REM is not connected.<br />

- FDA certificate required by principal manufacturer.<br />

The following accessories should be supplied with the system:<br />

1. Genertor Box – 1 Pcs<br />

2. Monopolar Foot Switch – 1 Pcs<br />

3. Biopolar Foot Switch – 1 Pcs<br />

4. Vessel sealing foot switch – 1 Pcs.<br />

5. Laparoscopic sealer and cutting instruments – 1Pcs<br />

6. Monopolar handswitching pencil – 1 pcs.<br />

7. Patients plates disposable – 1 pcs.<br />

8. Triverse pencil – 1 pcs<br />

9. Universal – 1 pcs<br />

10. Impact instruments for vessel sealing – 1 pcs<br />

2 CPR TRAINING MANNQUIN WITH ADULT INTUBATION TRAINER<br />

(A) CPR MANNQUIN<br />

-Multi parameter system to simulate CPR<br />

- Whole body manikin for adults<br />

- Should have movable head neck and jaw, and allow for basic life support training<br />

- Should have facility to monitor ventilator volume, depth of chest compression on a<br />

mechanical monitor<br />

- Should have ability to adjust chest rigidity<br />

- Should have provision to monitor 3-5 ECG leads on connecting to an ECG monitor and be<br />

provided with an ECG simulator box to simulate different rhythms. The ECG simulator<br />

should run on power or have an internal battery back up.<br />

- Should allow for training in defibrillation<br />

- Should be provided with suitable hard case for easy transportation.<br />

- Should have automatic communication through computer and be provided with latest<br />

computer and with software and all accessories to support all above features.<br />

(B) ADULT INTUBATION TRAINER<br />

For accurate simulation of mouth, nostrils, teeth, tongue, pharynx, epiglottis, vocal cords,<br />

trachea, esophagus and lungs;<br />

Realistic movement of head, cervical spine and jaw showing relevant anatomical changes<br />

during intubation, lifting and tilting of head;<br />

Left side of head and neck should be open for visualization;<br />

Should allow training with oral ETT, nasal ETT, comtitube, LMA, nasopharyngeal and<br />

Guedel airways.<br />

Acoustic alarms for incorrect laryngosc opy due to pressue on upper incisors and incorrect<br />

intubation due to oesophageal placement;<br />

Hard case for easy transportation;<br />

Should be quoted with 5 bottles of lubricants, 2 brushes for application of lubricants & 2<br />

head raisers.<br />

3 NEO-NATAL RESUSCITATION TROLLEY<br />

- Should consist of radiant warmer, basinet, provision of oxygen with humidifier, suction<br />

and Apgar timer.<br />

A.- Radiant warmer :- Should have<br />

(1) Heating rods in a swiveling source box to take x-ray.<br />

(2) Temperature resistant design of overhead unit to keep extension surface cool even<br />

1<br />

1<br />

26<br />

16,000/-<br />

2 4,000/-


after continuous use.<br />

(3) Stainless Steel reflector and heater grill for complete cleaning of heater and reflector<br />

without electric shock hazard.<br />

B.- Provision of Skin/air/manual modes<br />

(1) Servo controlled manual mode--- zero to maximum skin mode.<br />

(2) Flexible, unbreakable skin temperature probe.<br />

(3) Set point range between 34-38 degree Celsius.<br />

C.-Control panel- Should be microprocessor based with the following:-<br />

(1) Heater output display<br />

(2) Heater output control knob.<br />

(3) Temperature selection knob.<br />

(4) Dual digital temperature display (of patient and set temperature)<br />

(5) Apgar time 1, 5, 10 min,<br />

D.-Provision of safety alarms for<br />

(i) Skin mode i.e. for<br />

- Skin temperature high (more than 0.5 degree Celsius of set temperature)<br />

- Skin temperature low (less than 0.5 degree Celsius of set temperature.<br />

(ii) Air mode<br />

- Air temperature high (more than 1.5 degree Celsius of set temperature)<br />

- Air temperature low (less than 3 degree Celsius of set temperature)<br />

Safety high temperature cutoff at Skin temperature > 38 degree CelsiusAir temperature ><br />

degree Celsius<br />

E.Provision to supply humidified oxygen with option of using pipeline supply or using<br />

oxygen cylinder<br />

Basinet to have one fixed side wall with three movable transparent side wall, side walls<br />

should be clear with acrylic collapsible sides with lock in facility<br />

F.Essential attachments: Instruments tray<br />

Pole for VI The entire unit should have wheels with 4 foot operated brakes with locking<br />

facility<br />

Each trolley to be provided with Laryngoscope (Pediatric) with straight and curved b<br />

4 LARYNGEAL MASK AIRWAY—LMA<br />

SIZE 1, 1.5, 2, 2.5, 3, 4, 5 (sets of each size)<br />

Reusable, autoclavable, anatomically curved LMA, reinforced tip, soft appropriate cuff,<br />

sizes 1, 1½, 2, 2 ½ , 3, 4, 5<br />

With cuff deflator<br />

5 INTUBATING LARYNGEAL MASK AIRWAY<br />

Sizes 3 and 4<br />

LMA with facility to pass endotracheal tube<br />

(1) Each ILMA to be provided with ILMA tubes of sizes 6, 6.5, 7, 7.5, 8<br />

(2) Each ILMA should be provided with stabilizing rod for ILMA tube – with length<br />

markings, appropriate for ILMA tube<br />

6 MOBILE LIGHT SHADOWLESS<br />

-Shadowless, Cold<br />

- Should conform to international safety norms & standards<br />

-Should be mounted on castors,<br />

- Output should be atleast 80,000 lux with 4300 degree K colour Temperature;<br />

-Should be spring balanced;<br />

-Should have sterilizable focusing handle<br />

-The dome size should be small;<br />

- Each light to be supplied with 10 number of spare bulbs<br />

2<br />

Set<br />

s<br />

1<br />

Set<br />

27<br />

2800/-<br />

1400/-<br />

2 8,000/-


7 PERIPHERAL NERVE LOCATOR<br />

Battery operated;<br />

Facility for identification of peripheral nerves in conduction anaesthesia and for<br />

percutaneous stimulation for neuromuscular stimulation under GA;<br />

LCD display of current, impulse pattern, pulse width and pulse amplitude;<br />

TOF, Twitch, DBS & Tetanus modes of stimulation;<br />

Autoclavable biopolar handle for visualizing intant muscle response without applying<br />

electrodes;<br />

To be supplied with rechargeable battery with charge<br />

8 PHARMACEUTAL REFRIGERATOR<br />

Temperature maintenance 2-8 degree C<br />

- Capacity 360-500 L, double wall steel cabinet<br />

- Alarm on lower and upper temperature deviation<br />

- Audio alarm for low and high temperature<br />

- Digital temperature display<br />

- Preferably with castor wheels for smooth movement<br />

- Quality certified CE or ISO or equivalent preferred<br />

- Operation at 220V/ 50 Hz / single phase power<br />

9 TECHNICAL SPECIFICATIOS FOR AUTOMATIC POINT OF CARE HAEMOSTASIS ANALYSER<br />

ALONG WITH ACCESSORIES;<br />

1) The Equipment should work on electromagnetic principle and measure secondary<br />

oscillation of the wire induced by blood clot.<br />

2) The Equipment should be a modular system which is upgradable from 1 to 4<br />

analyzing channels with in the machine and should be able to run all the analyzing<br />

channels simultaneously .Analyzing channels should be integrated with in the same<br />

machine<br />

3) Complete procedure from loading and unloading of sample filled cups, heating of<br />

blood samples to mechanical synchronization with electronic components should be<br />

fully automatic<br />

4) It should come with prefixed torsion wire sensor<br />

5) It should have an integrated notebook with in the main equipment<br />

6)The equipment should have automatic electromagnetic brake system for protection<br />

of sensor when not in use<br />

7) The Machine should have software which provide automatic facility for<br />

repositioning the cup carrier/holder and for engaging pin with torsion wire.<br />

8) The following parameter should be analyzed by the machine and provide the<br />

different reference values of all parameters with and without the reagents:<br />

i) R-time<br />

ii) K-time<br />

iii) Alpha angle<br />

iv) Maximum amplitude<br />

v) LY 30/60<br />

vi) A10 and A 20<br />

9) Blood sample required for single test should be less than o.5ml<br />

10) Demonstration of the machine would be required<br />

11) Essential accessories:<br />

a) consumables for at least 500 samples<br />

b) Branded printer<br />

c) Branded U P S.<br />

12) It should have interface facility/ integration for data transfer from equipment to<br />

third party hospital management application.<br />

28<br />

1 1000/-<br />

1 10,000/-<br />

1 20000/-


B-2/1<br />

X-ray Deptt<br />

High Frequency 150mA, Portable X-ray Machine<br />

for use in casualty wards, Operation Theatre, ICU, Nursery and stand alone unit<br />

1. Generator:- Microprocessor control, high frequency allowing a tube current of<br />

150mA and K V rating 45 to 125 with digital display of KV,mA,MAs and time with console<br />

switches and preferably remote operations switching from 12 feet or more<br />

2. Radiography Output:-<br />

150mA at 100kV for 0.1 sec.<br />

150MAS at 50kV<br />

100MAS at 80kV<br />

60MAS at 100kV<br />

MAS- 2- 150<br />

kV 40-125<br />

Exposure time 5mS to 5 Seconds. Increments should be in small steps of 2 to 3 kV/MAS.<br />

Independent KVP,mA and timer technique will be preferred.<br />

3. Tube:- Rotating anode X-ray Tube with focal spot of 0.8mm or less with anode<br />

rotation speed 2800 rpm or more with anode breaking device automatic protection of<br />

tube current and voltage with over heat protection indicator.<br />

4. Colli meter with automatic lamp shut off.<br />

5. Tube Stand:- Free movement of counter balanced X-ray tube arm in all direction with<br />

height of folded column not exceeding 1.5 meters.<br />

6. Power Supply: - Machine should be operable at 220 Volts and should be able to<br />

compensate for spike high/ low voltage/ amperage/ generator supply by some<br />

mechanism such as capacitor loading without external transformer.<br />

7. Unit Should confirm to BARC/AERB guidelines.<br />

8. The Company should have local repair Center.<br />

9. Indigenous/ Imported.<br />

B-3 ICU DEPARTMENT<br />

TECHNICAL SPECIFICATIONS OF RESPIRATORY VENTILATOR<br />

Microprocessor controlled ventilator suitable for Pediatric and Adult patients and<br />

upgradable to neonates.<br />

ßHinged arm holder for holding circuit.<br />

ßShould work on external air compressor as well as central gas pipeline.<br />

ßShould have built in touch screen TFT display of 10 inches or more for display<br />

of waveforms and monitored values.<br />

ßThe ventilator should have the following modes of ventilation as standard:<br />

1)Basic Modes of Ventilation<br />

a)Controlled/assisted control ventilation – volume targeted and pressure<br />

targeted.<br />

b) SIMV / with / without Pressure support<br />

c) CPAP with/ without Pressure Support<br />

2) Advanced Modes of ventilation<br />

a) BIPAP / Bi-Vent with pressure support<br />

b) APRV – Airway pressure release ventilation.<br />

3) Should have Non-invasive ventilation in all modes i.e. in volume &<br />

pressure mode with leakage compensation.<br />

29<br />

2 22000/-<br />

3 87,000/-


4) Preferably should have Automatic tube compensation inspiratory as well<br />

as in expiratory cycle.<br />

5) Should be upgradable for independent lung ventilation.<br />

6) Should have apnoea back-up.<br />

7) Preferably should have automatic adjustment of pressure and flow (Auto<br />

Flow) within a set PIP<br />

8) Should have Automatic compliance and leakage compensation for circuit<br />

and ET tube.<br />

Should have the following settings;<br />

Tidal Volume 20ml to 2000 ml<br />

Respiratory Rate 5 – 10 breaths per minute<br />

Peak Inspiratory Pressure 0 – 80 cmH2O<br />

CPAP/PEEP 0 – 35 cmH2O<br />

Pressure support 0 – 80 cmH2O<br />

FiO2 21 – 100%<br />

Inspiratory flow 0 – 120 litres per minutes<br />

SIMV Respiratory Rate 1 – 40 breaths per minute<br />

ß Should have monitoring and display of the following parameters:<br />

1. Airway pressure – Peak, Plateau, Mean, CPAP/PEEP<br />

2. Tidal Volume – Inspired and expired<br />

3. Minute Volume – Inspired and expired and spontaneous<br />

4. Respiratory Rate – Inspirtory, I:E Ratio<br />

5. FiO2<br />

6. Lung Mechanics – Resistance, Compliance<br />

7. Lung mechanics indicators – NIF, RSB,<br />

8. Occlusion pressure and Intrinsic (Auto) PEEP<br />

ß Should have built in alarms for the following:<br />

1. High/low Airway pressure<br />

2. High/low Minute Volume<br />

3. High Respiratory Rate<br />

4. High Tidal Volume<br />

5. Apnoea / apnoea alarm time<br />

6. High/low O2 %<br />

7. Power Failure<br />

8. Compressed air failure<br />

9. End tidal CO2 (Optional)<br />

Should have the real time waveform/loops for the following:<br />

A Waveforms : Pressure, Flow & Volume<br />

B Loops : Pressure Vs Flow, pressure Vs Volume, Volume Vs Flow<br />

C Trends User defined 24 hour graphical trends<br />

It should be supplied with following accessories to be supplied by the same<br />

manufacturer-<br />

A- Humidifier:- Should be servo controlled thermo compensated Airway.<br />

temperature to be controlled, measured and displayed<br />

ßTemperature probe should be provided for connect ion at Y piece of patient hose<br />

system<br />

ßHumidifier clamp / bracket also should be provided.<br />

ßOne additional humidifier chamber should also be provided.<br />

B- Non-corrosive trolley and hinged arm<br />

C- Reusable Adult and Pediatric breathing circuits :- Steam Sterilisable, made of<br />

silicon, Adult Six & Pediatric Two<br />

D- Disposable adult and paediatric breathing circuits compatible with humidifier,<br />

along with heater wire adapter – 50 Adult circuits and 25 Paediatrics circuits.<br />

E- HME filters – 50 Nos.<br />

F- Air & Oxygen hoses 1 each<br />

G- Orofacial masks for noninvasive ventilation – Autoclavable, in large, medium<br />

and small size<br />

30


Mask characteristics – 1) Soft dual wall cushion made of silicon<br />

2) Forehead support with pads<br />

3) Whisper flow swivel exhalation port<br />

4) Reusable head gear cushion<br />

H- Nebulizer with capability to deliver particle size of < 3 micron & to be used in<br />

both Off and On line.<br />

I- Compressor and trolley provided should be form same ventilator manufacturer<br />

company.<br />

J- It should have autoclavable and interchangeable expiratory valve / block (5<br />

Nos. disposable valves for use with serious infectious patients should also be<br />

included)<br />

K- ET tube cuff pressure monitor<br />

The equipment must be FDA approved/CE marked.<br />

It should have inbuilt battery back up for minimum 30 minutes and should be<br />

provided with UPS<br />

L – Autoclavable exhalation System – 1 No.<br />

31


List of equipments for Group-C<br />

S<br />

No Name of Equipments Qty EMD(Rs) Bid<br />

C-1 Surgery Department<br />

1 1 Ultrasonic Scalpel 1 50000 Two Bid<br />

C-2 Pead Equipments<br />

1 Apnaea Monitor Unit 1 2000 Two Bid<br />

2 Trans Cutaneous Bilirubinometer 1 3000 Two Bid<br />

3 Ventilator with facility for PEEP, CPAP 1 2000 Two Bid<br />

4 Neonatal Ventilator Respiration 1 16000 Two Bid<br />

5 Neonatal resucitation Trolly 2 3000 Two Bid<br />

C-3 Biochemestry Deptt<br />

Name of equipment<br />

Rendom asses Immunoway analizer chemi<br />

1 luminescent 1 19000 Two Bid<br />

Note:- Specifications of only quoted Equipments should be enclosed with tender as per<br />

Annexure-IV of the tender terms & Conditions<br />

ANX-IV( Group-C)<br />

List of Medical Equipments with Specifications Quantity and EMD<br />

S No Name of Equipment Qty Total EMD<br />

( in RS)<br />

C-1. SURGERY<br />

Technical Specifications of Ultrasonic Cutting and Coagulating<br />

Device for Open & Laparoscopic Surgery (Ultrasonic Scalpel)<br />

- It should have an ultrasonic generator with a frequency of 55.5 kHz, capable of<br />

incising tissue and providing homeostasis with minimal thermal injury.<br />

- It should have a vibration frequency of more than 55,500 times per second. It<br />

should denature tissue protein to form a sticky coagulam.<br />

- It should be capable to seal the blood vessels upto 5 mm from inside out.<br />

- Local temperature should not raise more than 100 0 Celsius in order to prevent<br />

lateral tissue damage.<br />

- It should have the function of cavitations effect for resection of solid organs.<br />

- The vibration should be gentle and should not shake the hand of operating<br />

surgeon. It should produce minimum charring and desiccation of tissue.<br />

- It should not produce any smoke in order to give a clear visualization of surgical<br />

field during the laparoscopic surgery.<br />

- The equipment should have two operating modes – min and max for cutting and<br />

coagulation.<br />

- The equipment should be light weight mounted on suitable trolley.<br />

- Dual switch receptacles to connect two foot switches to allow simultaneous use by<br />

1<br />

32<br />

50000/-


two surgeons.<br />

It should comprise of:-<br />

A. HARDWARE:-<br />

1. Generator<br />

2. Foot switch and cable.<br />

3. Cart.<br />

B. ACCESSORIES:-<br />

1. Hand Piece<br />

2. 5 mm blade system adaptor<br />

3. Adaptor for Shears<br />

4. Hand Switching Adaptor<br />

5. Sterilization tray<br />

6. Blade wrench<br />

7. Test tip<br />

C. OPEN SURGERY INSTRUMENTS:<br />

1. Hand Activated Coagulating Shears with Clicker – 5 mm Dia, Curved Mode, 14 cm<br />

long, scissor grip.<br />

- 3 Nos.<br />

2. Blue Hand piece for above shears.<br />

- 1 No.<br />

3. Hand Activated Coagulating Shears with Clicker – 8 mm dia, straight mode, 18 cm<br />

long with 18 mm Blade, Scissor grip.<br />

- 3 Nos.<br />

D. ENDOSCOPIC SURGERY INSTRUMENTS;-<br />

1. Laparoscopic Coagulating Shears, 10 mm dia, 34 cm long.<br />

- 3 Nos.<br />

2. Laparoscopic hand activated coagulating shears with clicker – 5 mm dia, curved<br />

Mode, 36 cm long<br />

– 3 Nos.<br />

- Equipment should be certified by appropriate authority regarding quality.<br />

- Warranty – 2 years for the machine.<br />

- Quantity required – 1 set (Complete with A+B+C+D)<br />

- Source of supply : Indigenous/imported.<br />

C-2 Specifications of Pediatric Instrument/Equipment<br />

1 Apnea Monitor<br />

-Non-invasive monitor<br />

-Able to detect respiratory rates.<br />

-Alarm limits for high and low rates, loose lead.<br />

-Should be able to detect apnea.<br />

-Simultaneous HR recording is essential.<br />

-Disposable neonatal electrode pads must be freely available .<br />

-Upgradable so that a stimulator can also be attached when apnea is detected.<br />

Make - Imported<br />

2 Transcutaneous Bilirubinometer<br />

-Must be multi reflectance spectral i.e. must be able perform spectral analysis of more<br />

than 100 different wavelengths.<br />

-Must be able to display the results in clinically appropriate units i.e. mg/dl<br />

-Values obtained form different sites must be recorded and the composite result displayed.<br />

-The optical head must be small to ensure proper skin – tip contact.<br />

-Should be able to run on batteries which are rechargeable.<br />

Make - Imported<br />

3 Bubble CPAP Machine<br />

-Should be suitable for use in Newborns including preterms weighing 1 – 6 kg.<br />

-Should be able to deliver manually delivered thumb controlled IPPR.<br />

-Should be able to deliver CPAP by nasal cannula (Nasopharyngeal & Nasal)<br />

33<br />

1 2,000/-<br />

1 3,000/-<br />

1 2,000/-


-Features.<br />

-pressure range from 0 – 20 mm Hg, CPAP, range 2 – 15 cm H2O.<br />

-Facility to adjust FiO2 of delivered Air.<br />

-Alarms:- High / Low pressure, apnea.<br />

-Digital display of - CPAP pressure in CPAP mode<br />

- Delivered pressure in IPPR mode.<br />

power 230 V AC, 50 Hz.<br />

-Servo controlled humidifier system with airway temperature probe.<br />

-Rechargeable and autoclave water chamber<br />

-Continuous use with Back-up batteries with 6 hr life.<br />

-Accessories with each machine:<br />

Soft reusable/disposable nasal cannulas / Reusable air<br />

Tubings with water traps / Reusable humidifying chambers/head<br />

cap & straps to fix nasal cannula snugly<br />

-Head Fixator 1 piece.<br />

-Test Lung 1 piece.<br />

- Nasal prongs! piece.<br />

Make - Indigenous<br />

4 Neonatal Ventilator<br />

-Should be microprocessor based, time-cycled suitable, pressure control for Neonatal and<br />

Pediatric patients.<br />

-Built in Air compressor and heated humidifier. Air compressor should be from the same<br />

principle.<br />

-Reusable circuit with online bacterial filter.<br />

-Should be able to provide ventilation in CMV, ACMV, IMV, CPAP and SIMV modes with<br />

apnea backup.<br />

-Should be able to run on compressor as well as on compressed air supply, the inlets<br />

should be compatible with oxygen points of the hospital.<br />

-Should display digitally both set as well as monitored parameters.<br />

-Frequency of ventilation, FiO2, PIP, PEEP, MAP<br />

-Derived parameters:- I;E ratio, TV, Minute ventilation.<br />

-The unit should be able to provide the following parameters:-<br />

- Tidal volume:- Wide range upto 1500 ml<br />

- Respiratory rate:- 0 – 150 breaths per minute<br />

- Pressure support:- 0 to 50 CM, H2O or equiv. mbar<br />

- PEEP:- 0 to 25 cm water or equivalent mbar<br />

- Fio2:- 21% to 100%<br />

- Inspiratory time:- 0.1 – 3 secs<br />

- Gas Flow:- 5 – 15 Lpm<br />

-Should have audio visual alarm for the following:-<br />

- Low or high pressure (PIP)<br />

- Low PEEP / CPAP<br />

- Patient disconnection / tube obstruction<br />

- Power / compressor failure<br />

- Insufficient Exp. Time<br />

-Humidifier:-<br />

- Flow resistance upto 1 cm H2 O/1/sec<br />

- Temperature range 31 – 40 0 C<br />

- Temperature control + 2 0 C<br />

- Digital display of temperature range<br />

- Water level indicator<br />

- Warm up time less than 15 mins.<br />

- Alarms<br />

Heater wire on:<br />

- Airway temp tracking + 2 0 C from set temp.<br />

- Chamber temp:- If chamber temp varies + 4 0 C from set temp.<br />

Heater wire off:<br />

Chamber temp limited to 60 max.<br />

Airway temp fixed at 41 C high & 29.5 0 C Low<br />

-Power 220 – 240 V, 50-6-Hz<br />

-Should have a battery backup for at least 60 minutes.<br />

-Spares with each ventilator:- Reusable circuit with Y piece, Heater wire, temperature<br />

probe and adapter<br />

34<br />

1 16,000/-


- Bacterial filter<br />

- Reusable humidifier chamber<br />

- Sensor cable<br />

- Oxygen cells<br />

- Flow / Pressure sensor<br />

-Preferably have an in-built nebulizer for bronchodilator.<br />

-Warranty period:- 2 years from date of installation.<br />

Make - Imported<br />

5 Neonatal Resuscitation Trolley (02 Numbers)<br />

Specifications:<br />

Should Consist of<br />

1. Radiant Warmer<br />

2. Bassinet<br />

3. Oxygen with humidifier<br />

4. Suction<br />

5. APGAR timer<br />

Radiant Warmer:-<br />

• Heating rods in a Swiveling source box to take X-ray<br />

• Temperature Resistant Design of overhead unit to keep exterior surface cool<br />

even after continuous use<br />

• Stainless steel reflector and heater grill for complete cleaning of heater &<br />

reflector without any electrical shock hazards<br />

• Skin / air /manual modes Servo controlled<br />

anual mode: Adjustable in steps from zero to maximum Skin<br />

Mode<br />

Method: Flexible, unbreakable skin temperature probe<br />

Set point range: 34-38 degrees C<br />

Skin temperature display<br />

Accuracy: of at least 0.5 degree C<br />

Type: digital LED with 0.1 degree resolution<br />

Correlation of displayed<br />

And actual skin temp: difference < 0.2 degree C<br />

• Control panel:<br />

Micro-processor based<br />

Heater output display<br />

Heater output control knobs<br />

Temperature selection knobs<br />

Dual digital Temperature display (patient & set temperature)<br />

Mode selector (aim/skin)<br />

Apgar timer at 1,5,10 mins.<br />

• User friendly on-board temperature calibration with feather touch keys<br />

• Intergral Examination light: llluminance 100 foot candies at mattress center<br />

• Temperature probe Thermistor based interchangeable probe. Wire should<br />

be easy to clean, long lasting, Terflon coated with silicon rubber sleave.<br />

Safety Alarms:<br />

Skin Mode<br />

“Skin Temp. High” (>0.5 C of set temp.)<br />

“Skin Temp. Low” (38 C)<br />

“Skin Temp. Over Range” (1.5 C of set temp.)<br />

“Air Temp. Low” (39 C)<br />

“Air probe Fail”<br />

Safety high temp. Cutoff at<br />

Skin temp. >38 C<br />

Air temp. >39 C<br />

Power fall<br />

35<br />

2 3000/-


Probe failure<br />

Oxygenation:<br />

Oxygen regulator<br />

Flow meter<br />

Humidifier<br />

Option of using central oxygen/cylinder<br />

Suction<br />

Electrically operated slow suction with manometer<br />

Bassinet:<br />

• 1 fixed and 3 movable transparent side wails<br />

• Clear acrylic collapsible sides with lock-in facility<br />

• Acrylic tray and cushion mattress with head up / down facility<br />

• Lower shelves<br />

Essential Attachments<br />

• Instrument Tray, Pole for Infusion Pump & IV Stand<br />

• Whole unit should swivel on 4 wheels with foot operated brakes with<br />

locking facility.<br />

Optional Attachments<br />

• One unit should have inbuilt phototherapy of halogen bulbs to provide fight<br />

intensity of more than 4.5 micro watts per sq cm/nm<br />

• One unit should have inbuilt CPAP facility<br />

Resuscitation Kit: (each resuscitation trolley should be equipped with)<br />

Laryngoscope with straight and curved blades sizes 0.1<br />

Additional advantageous features:-<br />

Should be able to run on generator<br />

Inbuilt volt stabilizer would be preferred<br />

36


C-3 BIOCHEMESTRY<br />

4<br />

RENDOM ASSES IMMUNOWAY<br />

ANALIZERCHEMI LUMINESCENT<br />

Instrument type Fully automated random access<br />

immunoassay analyzer<br />

principle Bichromatic kinetic fluorescence enzyme<br />

immunoassay<br />

detection LED illuminant, photometry method<br />

throughput 30-40 tests /hr<br />

Sample volume 10 -100µl<br />

Sample volume detection Automatic<br />

Sample loading primary tubes and sample cups<br />

Clot detection Facility required<br />

Reagent material On board loading of atleast 25-30<br />

different tests<br />

Reagent level and waste level sensing<br />

should be present<br />

Sample capacity On board loading of 25 -30 tests at one<br />

time<br />

Provision for continuous loading<br />

Provision for STAT samples<br />

Calibration stability 9 – 12 weeks for all parameters<br />

Should be able to perform following test<br />

profiles<br />

Touch screen for easy navigation<br />

Inbuilt thermal printer<br />

Latest model<br />

RS232 serial port<br />

Bar code reader<br />

UPS of half hour capacity<br />

Cost of reagents & consumables should be<br />

mentioned at time of tender quotation for the<br />

next five years<br />

Reagents for T3,T4,TSH for 500 test pack<br />

should be provided with the equipment as a<br />

startup kit<br />

THYROID –TSH,T3T4<br />

CARDIAC – CK MB,troponin,myoglobin<br />

REPRODUCTIVE-<br />

LH,FSH,prolactin,testosterone,progesteron<br />

e,beta HCG<br />

TUMOR MARKERS-AFP,CEA,CA125,CA19.9<br />

ANEMIA- ferritin<br />

METABOLIC-cortisol,insulin,PTH<br />

HEPATITIS MARKERS<br />

37<br />

1 19000/<br />

-


List of equipments for Group-D<br />

EMD(Rs<br />

S No Name of Equipments Qty ) Bid<br />

D-1 Blood Bank Equipments<br />

1 PH Meter 1 1400 Two Bid<br />

2 Dielectric Tube sealer bench Type 1 4000 Two Bid<br />

3 Insulated Blood Bag Container<br />

Insulated Blood Bag<br />

1 1000 Two Bid<br />

4 Container/Trolley battery operated 1 3000 Two Bid<br />

5 Fiber opitic Laryngoscope( adult) 2 1600 Two Bid<br />

6 Fiber opitic Laryngoscope( Pead) 2 1000 Two Bid<br />

D-2 Ortho<br />

1 C- Arm Image Intensifier 1 30000 Two Bid<br />

2 Canulated Pnumetic Drill with saw 1 30000 Two Bid<br />

D-3 Eye Instruments/Equipments<br />

1 B-Scan with Trolley<br />

Pneumo tonometer<br />

1 1<strong>95</strong>00 Two Bid<br />

2<br />

( Non contract Tonometer) 1 9000 Two Bid<br />

3 High Speed Sterilizer 1 4000 Two Bid<br />

D-4 Skin Deptt<br />

1 Cryo Gun 1 1000 Two Bid<br />

Note:- Specifications of only quoted Equipments should be enclosed with tender as per<br />

Annexure-IV of the tender terms & Conditions<br />

38


ANX-IV( Group-D)<br />

List of Medical Equipments with Specifications Quantity and EMD<br />

S No Name of Equipment Qty EMD<br />

( in RS)<br />

D-1 BLOOD BANK EQUIPMENTS<br />

1 pH meter (01 Number)<br />

Specifications:<br />

1. Microprocessor based.<br />

2. Digital display for pH, temp.<br />

3. Range 0-14 pH, 0.0-100°C temperature.<br />

4. Resolution 0.01pH/0.1 0 C.<br />

5. Dual point Calibration :- Automatic<br />

6. Necessary accessories to be provided: electrode, electrode stands & holders,<br />

temperature probe buffers, calibration solution, dust covers.<br />

7. Power requirement 220-240VAC, 50HZ<br />

8. Testing and calibration: Proof of compliance to the relevant Standards and<br />

calibrations should be provide.<br />

9. The company should have Delhi based excellent service back up with<br />

readily available spares with a certificate from the manufacturer for the<br />

availability of spares for a minimum period of ten years from the date of its<br />

installation.<br />

Source of Supply: Indigenous/Imported<br />

2 Dielectric tube sealer bench type (01 Number)<br />

Specifications:<br />

Bench top model.<br />

1. Compatible with all blood bags.<br />

2. No warm up time, automatic sealing when tube is in position.<br />

3. Seal minimum 2 mm wide.<br />

4. Easy to clean electrodes, easily accessible & protected by cover.<br />

5. 220-240 volts.<br />

6. Indication for sealing progress.<br />

Source of Supply: Indigenous/Imported<br />

3 Insulated Blood Bag container (01 Number)<br />

Specifications:<br />

1. Atoxic plastic material – inside and outside.<br />

2. Foamed polyurethane insulation.<br />

3. Side mounted handle, retractable made in PVC.<br />

4. Lock with Safety key.<br />

5. Capacity of approximately 50 Blood Bags of 350/450 ml.<br />

Source : Indigenous/imported<br />

4 Insulated Blood Bag container /trolley – Battery operated (01 Number).<br />

Specifications:<br />

1. Atoxic plastic material – inside and outside.<br />

2. Foamed polyurethane insulation.<br />

3. Side mounted handle, retractable made in PVC.<br />

4. Lock with Safety key.<br />

5. Battery operated.<br />

6. Capacity of approximately 50 Blood Bags of 350/450 ml.<br />

Source : Indigenous/imported<br />

5 Adult Fiberoptic Laryngoscope<br />

1 Curved macintosh blade<br />

2. Sizes of blade- 2,3,4<br />

3. Handle made of SS with bulb in built in handle<br />

4. Xeon lamp to prevent tissue burns<br />

5. Xeon lamp mounted on handle so as to avoid problem of electric contact<br />

39<br />

1 1400<br />

1 4000<br />

1 1000<br />

1 3000<br />

2<br />

1600


etween blade and handle<br />

6 Paediatric Fiberoptic Laryngoscope<br />

1. Miller blade<br />

2. Sizes of Neonate<br />

3. Handle made of SS with bulb in built in handle<br />

4. Xeon lamp to prevent tissue burns<br />

5. Xeon lamp mounted on handle.<br />

D-2 Ortho<br />

1 C-ARM MOBILE IMAGE INT<strong>ESI</strong>FIER<br />

1. Mechanical C-arm<br />

Fully counterbalanced C-arm having:<br />

Orbital movement : + 90 degrees / -35 degrees<br />

Angulations : + - 190 degress<br />

Vertical : 400 mm motorized<br />

Horizontal : 200 mm<br />

Vertical movement : Motorized<br />

Horizontal movement : Manual<br />

Lateral Movement : Steering wheel<br />

Swivel Range : +/ - 12.5 degrees<br />

Source to 1.1 distance : 880 mm<br />

Depth of immersion : 630 mm<br />

Clear space : 680 mm<br />

2. T.V. System<br />

- Immage Intensifier should be of size 9” with zoom facility.<br />

- System should have two 15” Monitors with work station.<br />

- Grid : 8:1, 40 lines / cm (Stationary)<br />

- Disk storage up to 100 images.<br />

- Digital zoom.<br />

- image annotation.<br />

- Image reversal.<br />

- Live & stored image rotation.<br />

- Reference measurement<br />

- Patient directory<br />

- CD Writing facility.<br />

3. X-Ray Parameters:<br />

High frequency X-ray generator 2.5 KW<br />

The X-ray generator should have facility of Radiography & fluoroscopy.<br />

The X-ray tube should have a dual focus stationary anode X-ray tube 0.6 mm &<br />

1.5 mm for fluoroscopy and Radiography with Anode heat storage capacity<br />

min 35 KJoules.<br />

The equipment should have:<br />

Fluroscopy KV range : 40-110 KV<br />

MA rabge : 5 mA & 7 mA<br />

The equipment should have:<br />

Radiography KV range : 40-100 KV<br />

MA range : upt to 63 mA<br />

MAs : Upto 200 mAs<br />

Collimation : Fixed slot Collimator.<br />

4. Power requirement: 160 V to 260 Volt single phase without any external<br />

transformer:<br />

5. Accessories<br />

i Sterile cover<br />

40<br />

2 1000<br />

1 30000


ii Cassette Holder.<br />

iii Light weight Lead Aprons 8 nos.<br />

Complete unit should be approved from AERB/BARC.<br />

6. Connectivity: USB for Pen drive, LAN: 10/100 base, T LAN for image transfer<br />

to PC for<br />

Archiving and printing.<br />

7. Guarantee:<br />

The complete system is to be guaranteed for 2 years including all accessories<br />

& X-ray tube.<br />

2 Pneumatic Drill with Saw (CAD)<br />

1. The Cannulated Pneumatic Drill Hand piece<br />

Cannulation with 3.2 mm diameter<br />

Air Consumption of 250 I/min<br />

operating pressure : 6-7 bars (maximum 10 bars)<br />

Weight of handpiece 0.8 kg without any attachments<br />

Power 120 w<br />

Variable Speed from 0-900 rpm<br />

Noise Level of max 72 db<br />

Separate forward and reverse triggers<br />

Safety Device to cut off air supply to drill on handpiece<br />

Hand piece is compatible with radiolucent derive<br />

Instant change between clockwise and counterclockwise rotation<br />

offers reliable protection of solft tissues with oscillating drill attachment<br />

Fully Autoclavable<br />

Fully machine washable<br />

All attachments can be fitted on single handpiece<br />

The reverse trigger automatically locks when the oscillating saw and the reduction<br />

drive attachments are attached to handpiece<br />

2. Jacob’s Chuck attachment<br />

Chuck capacity up to 0 to 6.5 mm<br />

Cannulation of 3.2 mm diameter<br />

Maximum Speed of 900 rpm<br />

Torque of 4.7 Nm<br />

3. AO/ASIFQuick Coupling attachment<br />

Cannulated<br />

Maximum Speed : 900 rpm<br />

Torque of 4.7 Nm<br />

4. Reduction Drive for Intramedullary / Acetabular Reaming (AO/ASIF Coupling)<br />

Reaming Speed of 340 rpm<br />

Reaming Torque of 13 Nm<br />

5. Quick Coupling for K-wire<br />

Continous adjustment facility for wire diameter from 0.6 to 3.2 mm<br />

Speed up to 900 rpm<br />

6. Torque Limiter<br />

Insertion of screws with limited torque up to 4 Nm<br />

7. Quick Coupling for DHS/DCS Tripple Reamer<br />

Cannulation of 3.2 mm<br />

Speed up to 900 rpm<br />

41<br />

1 30000


8. Oscillating Drill attachment<br />

Oscillations of 270 0<br />

Continuous frequency regulation : 0 – 1300 / min<br />

Soft tissue protection during drilling<br />

9. Radiolucent Drive<br />

Precise aiming and drilling under image intensifier control for locking<br />

intramedullary nails<br />

Drill Bit diameter 2.0 to 4.5 mm, Length 106 to 148 mm, Usable length 80 to 122<br />

mm, Reduced exposure to X-rays<br />

10. Oscillating Saw Attachment<br />

It can operate on an oscillating frequency of 0 to 14,000 osc/min.<br />

The amplitude is 4.5 0<br />

Attachment can be locked in 8 different postions<br />

Saw Blade for TJR Surgery Length 81 to 116 mm, Usable L 60 to <strong>95</strong> mm, Width<br />

12.5 to 25 mm, Thickness 0.89 to 1.47 mm<br />

Saw Blade for General Traumatology length 46 to 90 mm, Usable Length 25 to 69<br />

mm, Width 10 to 50 mm, Thickness 0.4 to 1.2 mm<br />

11. Reciprocating Saw Attachment<br />

Stroke 3 mm<br />

Maximum oscillations of reciprocating saw 12000 osc/min<br />

Saw Blade for Reciprocating saw Length 55 to 80 mm, Cutting thickness 0.85 to 1.1<br />

mm, Width 10 to 12 mm<br />

Attachment can be locked in 8 different positions<br />

Sternum guard for sternotomies available<br />

Saw Blade for Sternum attachment, Cutting thickness 1.1 mm<br />

12. Adapter for Lubrication<br />

Double Air Hose<br />

Length of 5 meters.<br />

D-3 EYE DEPARTMENT<br />

1. Specification of B – Scan (Ophthalmic Ultrasound)<br />

Probe: 10 MHz or more<br />

Gain: 60 dB or more<br />

Grey Scale: 256 Levels<br />

Scan Angle: 45degree to 60 degree<br />

Tissue resolution: 0.15mm or less<br />

Depth of the view: minimum 30 mm<br />

Images: Grey Scale<br />

B Scan with vector A Scan<br />

Freeze System: Foot pedal or touch screen<br />

Magnification: Zoom Function<br />

Printer: Should be available<br />

Memory: Should be available<br />

Power Supply: AC 100 – 240 v, 50/60 Hz<br />

Accessories: - Table<br />

-Printing paper<br />

-Dust cover<br />

42<br />

1 1<strong>95</strong>00


2. Specification of Pneumo Tonometer (Non contact Tonometer)<br />

Type – Non contact type<br />

Measurable range – 0 to 60 mm Hg<br />

Measuring increment – 1 mm Hg<br />

Alignment – Fully Automatic with chin rest<br />

Monitor – Should be available<br />

Printer – Should be available<br />

Memory - Should be available<br />

Power saving systems - Should be available<br />

Power Supply – Voltage = 100-240 v<br />

Hertz = 50/60 Hz<br />

Accessories –Motorized table<br />

- Dust cover<br />

- Chin rest paper<br />

- Printing paper<br />

3 Specification of High Speed Sterilizer<br />

Chamber Capacity : Approx 16 Litter<br />

D-4 Skin Department<br />

Power Consumption: 220v-240v/1.5KV(Max)/6.5 A<br />

Safety Devices: Over heat(Low water)cut off switch<br />

Safety valve and release valve<br />

Emergency exhaust valve<br />

Door Safety Holder<br />

{Pressure control switch<br />

Suitable for: Wrapped/unwrapped Opthelmic<br />

Instruments<br />

Sterilization Pressure: 0.9 to 2.1kg/Cm 2 (Approx115 0 C-<br />

134 0 C)<br />

Sterilization Time: About 15 minutes<br />

Accessories: Stainless Steel Sterilization Box<br />

Stainless Steel Sterilization Tray<br />

Specification of Cryo Gun 500ml with<br />

• Spray Nozzles ( Set of three)<br />

• Carrying case<br />

• Contact adapter and contact Tip<br />

• Liquid Nitrogen Cryo Can with 30 Ltr Capacity and withdrawl device<br />

• Provision for supply of Liquid Nitrogen to be quoted F O R Delivery at I G<br />

<strong>ESI</strong> Hospital, Jhilmil for future<br />

Make Indigenous<br />

........................................................................................................................................................................<br />

------------------------------------------------------------------------------------------------------------------------------------------<br />

43<br />

1 9000<br />

1 4000<br />

1<br />

1000

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!