tender for microbiology department at aiims, jodhpur

19
Tender For Equipments required for Department of Microbiology At All India Institute of Medical Sciences, Jodhpur NIT Issue Date : September 02, 2013 Pre-Bid Meeting : Sep 09, 2013 at 02:00 PM. Last Date of Submission : Sep 23, 2013 at 03:00 PM. All India Institute of Medical Sciences, Jodhpur Basni Phase - II, Jodhpur 342005, Rajasthan Telephone: 0291- 2740532, email: [email protected] www.aiimsjodhpur.edu.in

Upload: others

Post on 11-Feb-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Tender

For

Equipments required for Department of

Microbiology

At

All India Institute of Medical Sciences, Jodhpur

NIT Issue Date : September 02, 2013

Pre-Bid Meeting : Sep 09, 2013 at 02:00 PM.

Last Date of Submission : Sep 23, 2013 at 03:00 PM.

All India Institute of Medical Sciences, Jodhpur Basni Phase - II, Jodhpur – 342005, Rajasthan

Telephone: 0291- 2740532, email: [email protected]

www.aiimsjodhpur.edu.in

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 2

All India Institute of Medical Sciences (AIIMS), Jodhpur, Rajasthan, an apex healthcare institute being established by Parliament of India under aegis of Ministry of Health & Family Welfare, Government of India, invites sealed tenders for supply & installation of the following items at the institute. You are requested to quote your best offer along with the complete details of specifications, terms & conditions.

ANNEXURE ‘A’

S.No. NIT No.

Item Description Quantity EMD

(in Rs.)

1. Admin/General/124/2013-AIIMS.JDH

Automated system for blood culture with identification & antibiotic susceptibility

1 80,000

2. Admin/General/125/2013-AIIMS.JDH

Automated Mycobacterial culture and sensitivity system with software

1 41,000

3. Admin/General/126/2013-AIIMS.JDH

Laboratory refrigerator 3 7,200

4. Admin/General/127/2013-AIIMS.JDH

BOD incubator 1 5,700

5. Admin/General/128/2013-AIIMS.JDH

Bacteriological incubator 3 9,000

6. Admin/General/129/2013-AIIMS.JDH

CO2 incubator 1 8,400

7. Admin/General/130/2013-AIIMS.JDH

Water Bath 2 2,800

8. Admin/General/131/2013-AIIMS.JDH

Automatic air sampler 1 3,000

9. Admin/General/132/2013-AIIMS.JDH

Autoclave (vertical) 1 5,000

10. Admin/General/133/2013-AIIMS.JDH

Hot air oven 2 6,000

11. Admin/General/134/2013-AIIMS.JDH

Analytical Balance 200 gm 1 4,000

12. Admin/General/135/2013-AIIMS.JDH

Table top refrigerated centrifuge 1 16,000

13. Admin/General/136/2013-AIIMS.JDH

Microprocessor controlled Table top centrifuge

1 4,000

14. Admin/General/137/2013-AIIMS.JDH

Specification for Research Microscope for Faculty

3 60,000

15. Admin/General/138/2013-AIIMS.JDH

Specification for Fluorescence microscope

1 30,000

(Refer Specifications Details as per Annexure-‘B’)

Quotation should be sealed and superscribed with tender number and address to:

“Administrative Officer All India Institute of Medical Sciences, Jodhpur

Basni, Phase-II Jodhpur-342005, Rajasthan”.

The sealed quotations should reach the Institute, latest by September 23, 2013 at 03:00 PM and it will be opened on same day at 03:30 PM in the Project Cell, Resident Complex, AIIMS, Jodhpur of the Institute in the presence of the bidder(s) or their authorized representative(s), who will present at the scheduled date and time.

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 3

Terms & Conditions:

1. Earnest Money Deposit: The bidder shall be required to submit refundable amount as Earnest Money Deposit (EMD) and a non-refundable tender fee of Rs. 1000.00 for each NIT by way of demand drafts only as mentioned in Annexure ‘A’. The demand drafts shall be drawn in favour of “All India Institute of Medical Sciences, Jodhpur”. The demand drafts for earnest money deposit must be enclosed in the envelope containing the technical bid. The EMD of the successful bidder shall be returned after the successful completion of contract / order and for unsuccessful bidder(s) it would be returned after award of the contract. Bid(s) received without demand drafts of EMD shall be liable for rejection. The firms who are registered with National Small Industries Corporation (NSIC) / OR Small Scale Industrial (SSI) are exempted to submit the EMD (Copy of registration must be provided along with).

2. Preparation and Submission of Tender : The tender should be submitted in two parts i.e. Technical Bid and Financial Bid. The Technical Bid and the Financial Bid should be sealed by the bidder in two separate covers "Technical Bid for Tender for Supply of ........." and "Financial Bid for Tender for Supply of ......... ". Both Sealed Envelopes should be kept in a main/ bigger envelope superscribed as “Tender for Supply of ......... “

3. Rate: Rates should be quoted in Indian Rupees (INR) on DOOR Delivery Basis at AIIMS, Jodhpur, Rajasthan, Inclusive of all the Charges, with break-ups as:

Basic Cost.

VAT /CST as applicable.

Total Cost (F.O.R at AIIMS Jodhpur).

4. Validity: The quoted rates must be valid for a period for 120 days from the date of closing of the tender. The overall offer for the assignment and bidder(s) quoted price shall remain unchanged during the period of validity. If the bidder quoted the validity shorter than the required period, the same will be treated as unresponsive and it may be rejected.

In case the tenderer withdraws, modifies or change his offer during the validity period, bid is liable to be rejected and the earnest money deposit shall be forfeited without assigning any reason thereof. The tenderer should also be ready to extend the validity, if required, without changing any terms, conditions etc. of their original tender.

5. Delivery & Installation: All the goods ordered shall be delivered & installed within 30 days from the date of issue of purchase order. All the aspects of safe delivery, installation and commissioning shall be the exclusive responsibility of the supplier.

If the supplier fails to delivered, installation and commissioning of the goods on or before the stipulated date, then a penalty at the rate of 2% per week of the total order value shall be levied subject to maximum of 10% of the total order value. The successful tenderer will also provide required training for supplied items at AIIMS, Jodhpur.

The goods should be manufactured after adoption of latest technology.

6. Guarantee / Warrantee Period: For the equipment value upto Rs. 5 Lakh

The Tenderers must quote for 2 years comprehensive warranty (Including all Spares,

Accessories and Labour) from the date of completion of the satisfactory installation. The

warranty charges shall not be quoted separately otherwise the offer shall be summarily

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 4

rejected. Also the bidders are requested to submit their quote (Rates) for subsequent 3 years

Comprehensive Maintenance Contract (CMC) (Including All Spares, Accessories and Labour).

Failure to comply this condition will entail the rejection of the bids. The price comparison

shall be taking into account on basic price and post warranty CMC.

Guarantee / Warrantee Period: For the equipment value above Rs. 5 Lakh

The Tenderers must quote for 5 years comprehensive warranty (Including all Spares,

Accessories and Labour) from the date of completion of the satisfactory installation. The

warranty charges shall not be quoted separately otherwise the offer shall be summarily

rejected. Also the bidders are requested to submit their quote (Rates) for subsequent 5 years

Comprehensive Maintenance Contract (CMC) (Including All Spares, Accessories and Labour).

Failure to comply this condition will entail the rejection of the bids. The price comparison

shall be taking into account on basic price and post warranty CMC.

7. Signing of tender : The tenderer should sign and affix his firm’s stamp at each page of the tender and all its annexure as the acceptance of the offer made by tenderer will be deemed as a contract and no separate formal contract will be drawn. NO PAGE SHOULD BE REMOVED/ DETACHED FROM THIS NOTICE INVITING TENDER.

8. Opening of Tender: The tenderer is at liberty to present either him or authorize not more than one representative to be present at the opening of the tender. The representative present at the opening of the tender on behalf of the tenderer should bring with him a letter of authority from the tenderer and proof of identification.

9. Sample : i. AIIMS Jodhpur reserves the right to ask the tenderers for submitting the sample of each item for which rates have been quoted, Technically Qualified Bidders may be asked to submit samples along with their quoted items nos. and their firm name without indicating any prices before opening of Financial Bid to AIIMS, Jodhpur for Inspection. ii. The sample must confirm to specification given in Chapter-VI of the tender form. iii. Failure to submit sample on specified date & time will result in rejection of the tender.

10. Quantity : The quantity of item given in the tender is tentative, which may be increased or decreased as per the institute’s requirement.

11. Uptime guarantee: The firm should provide uptime guarantee of 95%.

12. Downtime penalty Clause: a) During the comprehensive warranty period, the guarantee uptime of 95% of 365 days will be ensured. In case the down time exceeds the 5% limit penalty of extension of guaranty period by two days for each additional day of down time will be enforced. The vendor must undertake to supply all spares for optimal upkeep of the equipment for at least FIVE YEARS after handling over the unit to the Institute. If accessories / other attachment of the system are procured from the third party, then the vendor must produce cost of accessory / other attachment and the CMC from the third party separately along with the main offer and the third party will have to sign the CMC with the Institute if required. b) The principals or their authorized service providers are required to submit a certificate that they have satisfactory service arrangements and fully trained staff available to support the uptime guarantee.

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 5

13. Performance Security: The supplier shall require to submit the performance security in the form of irrevocable Bank Guarantee (BG) / or Fixed Deposit Receipt (FDR) issued by any Nationalised Bank for an amount equal to the 10% of the order value and should be kept valid for a period of 60 days beyond completion of all the contractual obligation including CMC period.

14. Right of acceptance: AIIMS, Jodhpur reserve the right to accept or reject any or all tenders /quotations without assigning any reason there of and also does not bind itself to accept the lowest quotation or any tender. Any failure on the part of the tenderer to observe the prescribed procedure and any attempt to canvass for the work will prejudice the tenderer’s quotation or any tender.

15. Payment Term:

90% payment of the total order value shall be released after the successful installation/ commissioning of the ordered goods against the submission of the test report.

Balance 10% of the order value shall be released after the submission of the performance security.

15. Right to call upon information regarding status of work: The AIIMS, Jodhpur will have the right to call upon information regarding status of work/ job at any point of time.

16. Arbitration: If any difference arises concerning this agreement, its interpretation on payment to be made thereunder, the same shall be settled out by mutual consultation and negotiation. If attempts for conciliation do not yield any result within a period of 30 days, either of the parties may make a request to the other party for submission of the dispute for decision by an Arbitral Tribunal containing Sole Arbitrator to be appointed by the Secretary, Department of Legal Affairs. Such requests shall be accompanied with a panel of names of three persons to act as the sole arbitrator. In case of such arbitrator refusing, unwilling or becoming incapable to act or his mandate having been terminated under law, another arbitrator shall be appointed in the same manner from among the panel of three persons to be submitted by the claimant. The provision of Arbitration and Conciliation Act, 1990 and the rule framed there under and in force shall be applicable to such proceedings.Bidder shall submit a copy of the tender document and addenda thereto, if any, with each page of this document should be signed and stamped to confirm the acceptance of the entire terms & conditions as mentioned in the tender enquiry document.

17. Bidder shall submit a copy of the tender document and addenda thereto, if any, with each page of this document should be signed and stamped to confirm the acceptance of the entire terms & conditions as mentioned in the tender enquiry document.

18. Signed & stamped compliance sheet of the technical specification of the goods with technical printed literature must be enclosed with the bid.

19. After due evaluation of the bid(s) Institute will award the contract to the lowest evaluated responsive tenderer.

20. Conditional bid will be treated as unresponsive and it may be rejected.

21. The Institute reserves the right to accept in part or in full or reject any or more quotation(s) without assigning any reasons or cancel the tendering process and reject all quotations at any time prior to award of contract, without incurring any liability, whatsoever to the affected bidder or bidder(s).

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 6

22. Applicable Law:

The contract shall be governed by the laws and procedures established by Govt. of India, within the framework of applicable legislation and enactment made from time to time concerning such Commercial dealings / processing.

Any disputes are subject to exclusive jurisdiction of Competent Court and Forum in Jodhpur, Rajasthan, India only.

The Arbitration shall be held in accordance with the provisions of the Arbitration and Conciliation Act, 1996 and the venue of arbitration shall be at Jodhpur. The decision of the Arbitrator shall be final and binding on both the partied.

Force Majeure: Any delay due to Force Majeure will not be attributable to the supplier.

"PRE –BID Meeting" with the intending bidders shall be held on 9th Sep 2013

from 02:00 P.M. onwards at AIIMS, Jodhpur.

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 7

ANNEXURE ‘B’

TECHNICAL SPECIFICATIONS

Automated System for Blood Culture with identification and antibiotic

susceptibly:

Fully automated modular System capable of culture of blood and body fluids for bacteria, mycobacterium, yeast etc

Capacity ≥ 360 bottle positions & modular system (including blood culture & TB culture)

Should be a non radiometric assay system.

System should have specific algorithms for detection of growing micro organisms and should be capable of continuous monitoring of all samples for growth of micro organisms.

Every cell (bottle position) should have its own optics and detection device.

System should be capable of analyzing delayed entry specimens along with routine samples in case of blood culture

System should be having continuous agitation and incubation facility to provide optimal growth of microorganisms.

The bottled media should be capable of neutralizing the effect of antibiotic.

The culture bottles should be made of plastic.

System should be capable of processing both adult and paediatric samples.

The system should be capable of culture for mycobacterium from respiratory, non respiratory & blood specimens.

System should have interface for lab information system.

The system should be supplemented with automated bacterial identification and antibiotic susceptibility testing system for all types bacteria ( aerobes & anaerobes ) yeast etc

The system should be totally automated for sample standardization, loading, incubating and reading the results.

It should be used for identification and antimicrobial susceptibility of clinically significant bacteria and yeast (ID / AST).

Analytical parameters: Identification up to species level, Direct growth based (up to MIC level)

Testing base: Should be on disposable sealed bar coded card / panel (ready to use) with pre filled reagents. There should be no need to add any additional reagents after incubation

Type of panels: It should have different panels (ID & AST separately) to save cost. Should make use of non-radiometric measurements with no manual intervention

Panels for: ID & AST of Gram negative, Gram positive and Yeast.

ID panels for Anaerobes, ESBL confirmation, MRSA Confirmation, Neisseria & Haemophilus.

Panel capacity: The system should have capacity of processing more than 50 samples at a time.

Expert System: The software should have an expert system permitting appropriate intervention for organisms with unusual resistance pattern

Sample dispensing: System should not require any manual dispensing of Inoculum to avoid human error, it should be done automatically.

Additional reagents: System to be compatible with cost effective test cards to avoid any extra costs of additional reagents.

Incubator : On board incubation chamber.

Testing time: Ideally be on the same day (between 5 -10 hrs), which reduces time to result.

Printer: External printer for direct report print outs.

Bar Code: The system should have bar code scanning facility to identify each panel type

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 8

Software: Should be Windows based, user friendly with touch screen key pad.

The data from the system should be automatically transferred to the host computer where data processing can be done and reports can be generated

The software should identify and interpret results as per NCCLS guidelines

Source of supply- Indigenous/Imported.

AUTOMATED MYCOBACTERIUM CULTURE AND SENSITIVITY SYSTEM WITH SOFTWARE

Rapid and fully automated system capable to culture and identify mycobacteria along with drug susceptibility testing.

System should have, inbuilt calibration check, touch screen monitor. Should be able to monitor the growth of mycobacteria continuously in each cell.

System should be capable of exporting data to the data management system for long-term storage, and should have the facility to analyze delayed specimens with the routine bottles.

Capacity ≥ 360 bottles.

Should include data management system and software to analyze and store the data.

Easy to use software for patient information, entry and storage. Long term data storage facility, tracing patient by name, barcode, I.D. Hospital registration number.

Should have inbuilt incubator with facility for decontamination.

All consumables required for installation and standardization of system to be given free of cost.

The unit shall be capable of operating continuously in ambient temperature of 10 -400 C and relative humidity of 15-90%.

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

Resettable overcurrent breaker shall be fitted for protection.

Suitable voltage corrector/stabilizer.

Suitable UPS with maintenance free batteries for minimum one-hour back-up should be supplied with the system.

Should be compliant to ISO 13485: Quality systems - Medical devices - Particular requirements for the application of ISO 9001 or equivalent standard applicable to manufacturers and service providers that perform their own design activities.

Comprehensive training for lab staff and support services till familiarity with the system.

Electrical safety conforms to standards for electrical safety IEC-60601 / IS-13450 /CE certification or equivalent standards.

Should be FDA or European CE or equivalent standard approved product.

Certificate of calibration and inspection from factory.

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

List of Equipments available for providing calibration and routine maintenance support as per manufacturer documentation in service / technical manual.

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

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 9

LABORATORY REFRIGERATOR

Capacity 280-400 Liters.

Temperature 2-8oC

Preferably roller mounted

Adjustable shelves

Battery backup

Durable rust free exterior

Durable unbreakable interior

Control panel with temperature alarm, on/off switch and digital thermometer,

Interior lighting, Drip tray and defrosting arrangement.

Adequate circulation of air to ensure even cooling by DUCT system

Door with lock. Inside of door provided with racks. Door hinges and latches should be chromium plated.

Electronic automatic temperature control,

Operable at 220 V, 50 Hz.

Compressor unit to be hermetically sealed with guarantee for at least five years.

Three years warranty, 5 yrs comprehensive AMC should be available with service centers in close proximity

Should have all the accessories required for the functioning of the equipment.

CE / ISI mark or other equivalent quality certification.

All electrical peripherals required for smooth functioning e.g. voltage stabilizer provided with the equipment

There should be provision for demonstration before final approval of equipment.

BOD INCUBATOR

Double walled construction, inner chamber stain less steel, inner glass/ transparent door

Facility for adjustable shelves to convenient heights, 10 removable shelves of stainless steel/ anodized aluminium to be supplied.

Interior lighting facility, insulated door fitted with heavy hinges handles locking, mechanical door lock.

Temperature range 0o to 80oC with accuracy 0.5oC high quality, environment friendly refrigerant.

Independent temperature measuring through PT 100 sensor with indicator LCD display

Recovery time short, precise regulation of temperature and acoustic alarm.

Digital safety thermostat (class 3)

Adjustable ventilation rate 10 – 100% thin form air circulation.

Size of inner chamber approximately 50x60x50 cm.

All consumables required for installation and standardization of system to be given free of cost.

The unit shall be capable of operating continuously in ambient temperature of 10 -45oC and relative humidity of 15-95%.

Power Supply:

Power input to be 220-240VAC, 50Hz fitted with plug compatible with local electrical socket.

Resettable over current breaker shall be fitted for protection

Suitable Stabilizer/CVT

Suitable UPS with maintenance free batteries for minimum one-hour back-up should be supplied with the system.

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 10

Standards and Safety:-

Comprehensive onsite training for lab staff and support services till familiarity with the system.

Should be FDA or European CE approved or equivalent standard product.

Should be compliant to ISO 13485:/ ISO 9001Quality systems or equivalent. Documentation:

Certificate of calibration and inspection from factory.

User/Technical/Maintenance manuals to be supplied

Attach original manufacturer’s product catalogue and specification sheet. Photocopy/ computer print will not be accepted.

All technical data to be supported with original product data sheet. Please quote page number on compliance sheet as well as on technical bid corresponding to technical specifications.

BACTERIOLOGICAL INCUBATOR

Size of inner chamber: 100-150 liters capacity.

Double walled construction with complete inner chamber made of highly polished stainless steel

Outer chamber should be of steel sheet finished with powder coated point

Insulation to maintain desired temperature

Inner chamber should be fabricated with ribs for adjusting shelves to convenient height and 3 shelves to be supplied

Shelves should be made of polished stainless steel sheet as per chamber

Doors to be insulated and fitted with heavy hinges and should have double glass window

Temperature should be thermostatically controlled with range from 20-80˚ C. Air ventilators to be provided on both side

The equipment should be provide with control panel having a thermostat control knob, on-off switch, pilot lamp and timer, digital indicator

Should be supplied with power card and plug suitable to operate on 220 V, single phase, 50 Hz, AC supply

Should be US FDA/ European CE certified.

CO2 INCUBATOR

Steam jacket with internal capacity: 120 L (Approx)

Minimum of 4 adjustable shelves with separate air tight doors should be available.

Interior chamber: Stainless steel for easy cleaning and decontamination

Stable temperature control, excellent uniformity, and rapid recovery with no overshoot. Fan less convection circulation to provide chamber homogeneity, eliminate vibration & reduce sample evaporation.

HEPA Filters (99.98% efficient) at the inlet to minimize contamination.

Timer: 1 min. to 100 hours; Temperature range: +5° C to 80°C; Temp Accuracy +/-0.50C of required temp, with inbuilt Temperature Sensor.

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 11

Audiovisual Alarm to Indicate when temperature deviates more than 0.5°C from set point, and when program or time has finished. Alarm may be muted.

There should be a Membrane Keypad with LCD/LED to set and display operating parameters, current status, running time and alarm conditions for time and temperature.

Internal glass door for the observation; On castors for easy movements

CO2 Range- 0-20%; CO2 Accuracy: +/- 0.5%; CO2 Inlet pressure 1.5 bars (app) and fast recovery after opening door.

Compensation: Temperature compensation @ 0.5 deg C / min and CO2 Compensation up to 5%+/-0.5% in 5 minutes.

High Humidity Chamber to achieve 95% RH, minimizing sample evaporation. Independent door heater to eliminate condensation on inner glass surfaces should be available.

72-Hour Data Storage for CO2 concentration, temperature, alarms and door openings should be automatically recorded for on-screen displays.

Data output for data acquisition and printing.

Interior lighting facility, insulated door fitted with heavy hinges handles locking, mechanical door lock. Low water alarm/ indication

CO2 cylinders 2 nos. (capacity at least 30 kg) with regular (at least one) compatible to machine part

Environmental factors: The unit shall be capable of operating continuously in ambient temperature of 10 -450C and relative humidity of 15-90%.

Power Supply:- Power input to be 220-240VAC, 50Hz fitted with plug, compatible with local electrical socket; Resettable over current breaker shall be fitted for protection

Suitable voltage corrector/stabilizer

Suitable UPS with maintenance free batteries for minimum one-hour back-up should be supplied with the system.

Standards and Safety:- Should be compliant to ISO 13485/ISO 9001 quality systems or equivalent

Should be compliant with IEC 61010-1: covering safety requirements for electrical equipment for measurement control and laboratory use.

Should be US FDA or European CE or equivalent certified.

Attach original manufacturer’s product catalogue and specification sheet. Photocopy/ computer print will not be accepted. All technical data to be supported with original product data sheet.

Comprehensive onsite training for lab staff and support services till familiarity with the system.

Documentation: Certificate of calibration and inspection from factory.

List of Equipments available for providing calibration and routine maintenance support as per manufacturer documentation in service / technical manual.

User/Technical/Maintenance manuals to be supplied

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 12

WATER BATH

Temperature range from ambient temperature 0o to 100oC.

Thermostatic control with an accuracy of plus minus 0.5oC

Double walled inside stainless steel and outside mild steel sheet painted in epoxy powder coating.

Bath consists of two pilot lamp, temperature control knob and ON/OFF switch to work on 220/230 volts AC supplied with or without stirring arrangement without racks and thermometer.

Lid of water bath is made of stainless steel 304 Qlty.

L M D

SBS-1 300mm 250mm 175mm Suitable for 2 racks

14 Ltrs

Audible warning safety signals should be there for high/low temperature warnings, and dry running protection.

Instrument should have lift up bath cover; Carrier racks should be given for flasks and test tubes racks.

A cock should be provided to facilitate draining of bath contents.

Water bath protective media should be there to prevent contamination and formation of algae.

Heating capacity - 2 KW; should have all the accessories required for the functioning of the equipment.

Equipment should be FDA / CE certified or equivalent standard of repute.

It should be ISO 9001:2000 or other equivalent quality certification. All electrical peripherals required for smooth functioning e.g. voltage stabilizer should be provided with the equipment

AUTOMATIC AIR SAMPLER

Should have the configurations: Total Suspended Particulates (TSP), PM10 and PM205.

The instrument should have a speed controlled brushels blower for accurate, quiet operation and 2 filter holders for easy exchange in the field.

Should have an integrated real time clock, wide graphic display and dedicated keypad allow for user friendly sample programming. The equipment should have the selection from automatic 3 and 6 day runs or creation their own program selectable from 1 min to 168 hours.

The equipment should be microprocessor controlled system for measurement of ambient and orifice flow temperatures, ambient and venture pressures for true mass or volumetric flow standardized with selectable reference temperature.

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 13

Measured parameters should be logged every five seconds and recorded as five minute averages for the 24 hours run period. Data memory should be for 730 sampling reports should be saved. Data is accessible on the display should able to downloaded to a PC via Modem (optional).

Flow Range: 1000 – 1400 L/min

Flow Stability: ± 1% of set flow rate

Power Requirements: 220-240 VAC, 50 Hz, 15 AMP.

Allowable environmental temperature operating range: 0-500C

Detachable base: Inlet head should be easily attached on site. All accession required for functioning and calibration to be provided

AUTOCLAVE (VERTICAL)

Operational Requirements: Suitable for hospital dressings, linen, surgical instruments, glassware, culture media and laboratory ware etc.

Technical Specifications:- Single door high pressure steam sterilizer with double/triple walled, steam jacket and separate

boiler Material of construction: Sterilizer chamber SS 316; Door SS 316; Jacket MS; Loading carriage SS 316;Transfer trolley: MS, painted; Door Gasket: Silicon or better; Insulation: fiber glass resin bonded wool or better;Insulation cover: SS sheets Chamber capacity as per requirement Operating temperature 1210C - 1380C pressure 1.1 to 2.2 kg/ cm2 of steam pressure Sterilizer should be provided with steam generator Spring loaded safety valves and automatic vacuum breaker for jacket Removable plug screen for chamber drain SS baffle for even steam distribution in the chamber Safety valve protection against poor pressure. Safety lock for door :pressure lock safety device Low water off

System Configuration Accessories, spares and consumables: System as specified- Should provide available spares and consumables for at least 10 years Should provide a sufficient quality of consumable along with the equipment

Environmental factors: Shall meet IEC-60601-1-2 :200(Or Equivalent BIS) General Requirements of Safety for Electromagnetic Compatibility.

Power Supply: Power input to be 220-240VAC, 50Hz,/440 V 3 Phase as appropriate and fitted with plug compatible with local sockets

Standards and Safety: Comprehensive onsite training for lab staff and support services till familiar with the system. Electrical safety conforms to standards for electrical safety IEC-60601 / IS-13450 (BIS) Should be US FDA / CE certified or equivalent standard approved product.

Documentation: User/Technical/Maintenance manuals to be supplied Certificate of calibration and inspection from factory. List of important spare parts and accessories with their part number and costing. Should submit a report of quality checks using biological indicator.

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 14

HOT AIR OVEN

Should be Microprocessor based digitally controlled equipment suitable for daily usage.

Should have double walled construction, special high quality insulated steel.

Facility for adjustable shelves, 10 removable shelves to be provided.

Size of inner chamber approx 55x55x70 cm with internal lighting facility

Insulated door fitted with heavy hinges, mechanical door lock.

Temperature range 30-250oC, digitally temperature setting accuracy

Separate PT 100 sensor and display for temperature (LCD).

Forced uniform air circulation, Digital safety thermostat.

Delayed start and stop function, high quality heating element

Supplied with cord & plug, operate at 220V/50 Hz AC supply

List of users and Satisfactory Report of quoted model from reputed institute / hospital

Should have all the accessories required for the functioning of the equipment.

FDA/ CE certified or other equivalent quality certification.

All electrical peripherals required for smooth functioning e.g. voltage stabilizer provided with the equipment

There should be provision for demonstration before final approval of equipment

Analytical Balance 200gm

1. Description of function

Electronic balance is required for precision weighing of Lab samples.

2. Operational Requirements

Microprocessor based single pan analytical balance with high accuracy and precision is required.

Reading of the weight by digital display.

Electronic top loading balance with transparent case.

The balance should have functions of piece counting, percent weighing, formulation, dynamic weighing with automatic and manual start and provision for data interface.

3. Technical Specifications

Weigh accurately up to 3rd decimal place

Fully automatic time and temperature controlled internal calibration and balance should be capable to adjust itself

Auto zero setting

Weighing capacity up to 200g

Readability 0.001gm

Repeatability 1mg or less

Setting time 1.5secs

Suitable for internal and external adjustment weights

Balance should have : facilty for user administration and password protection

Balance should have Liquid Crystal Display (LCD) for display Stainless steel square weighing pan

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 15

IR sensors for hands free operation Warns if balance is not correctly levelled Automatic and detachable draft shield Detachable and adjustable terminals Including user administration and password protection Integrated automatic safety functions for external routine operations Alphanumeric data entry of 4ID’s

System Configuration Accessories, Spares and consumables

As specified

Environmental factors

Shall meet IEC-60601-1-2:2001(or equivalent BIS) General requirements of safety for electromagnetic compatibility.

Thu unit shall be capable of operating in ambient temperature of 20-30 deg C and relative humidity of 80%.

Power supply

Power input to be 220-240VAC, 50Hz

Suitable UPS with maintenance free batteries with minimum one hr backup should be supplied with the system

Resettable over current breaker shall be fitted for protection

Standards and Safety

System should be US FDA or European CE approved

Electrical safety conforms to standards for electrical safety IEC-60601/IS-13450

Should be compliant to ISO 13485: Quality systems-medical devices-Particular requirements for the application of ISO 9001 applicable to manufactures and service providers that perform their own design activities.

TABLE TOP REFRIGERATED CENTRIFUGE

Should be Microprocessor Controlled with large LC Display of time, speed and temperature.

Programmable speed with separate short spin key (in seconds).

Brushless maintenance free motor drive with low noise levels less than 63 db at Max speed.

Automatic rotor recognition and automatic imbalance detection.

Double lid locking system for maximum safety.

Maximum speed 15,000 to 17,000 rpm with maximum RCF 20,000 to 30,000 x g with speed/RCF increment in steps of 1,000.

Wide temperature range of -150C to +40 C and must be able to maintain 40C at Max speed.

Angle rotor accommodating 24 X 1.5/2.0 ml Micro centrifuge Tubes with Max speed/RCF.

Swing-out Rotor accommodating 6 X 50/15 ml Falcon Tubes Max speed up to 4,000 rpm/2,000 x g RCF.

Rotor and Chamber should be made of chemical resistant and rust free material.

Suitable constant power supply backup / UPS.

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 16

MICROPROCESSOR CONTROLLED TABLE TOP CENTRIFUGE Detailed Specifications: Speed not less than : 15,300 rpm, or more ..Rcf not less than : 23,00 x g or more Capacity not less than : 4 x 200 ml. Machine should have capacity 6 x 85ml in angle rotor. Machine should have provision of MTP plate rotor. Machine should have all rotors pre programmed. Provision of speed increments 1 rpm. Timer 9 hrs 59 hrs min & continuous 10 Program memory CFC Free Refrigeration Brushless Drive, imbalance cut-off & acceleration & deceleration curves LED display for run parameters Short run facility Rotors- Angle Rotor 6 x 30 ml for culture tube. with minimum 14,500 rpm; and 18,500 rcf. or more. Angle rotor 10 x 10 ml with 14,500 rpm, and 17,800 rcf or more.

SPECIFICATION FOR RESEARCH MICROSCOPE FOR FACULTY Optical system : Infinity corrected system. Focus : Vertical stage movement 25mm or more per course Stroke Vertical stage movement 1 micron or less per Fine stroke. Illuminator : Lamp House for LED with connecting cable have life Span of 20, 000 hrs approx Revolving nosepiece: Reversed Sextuple revolving nosepiece. Should be upgradeable to DIC in future. Objectives : Plan Achromat 2X N.A 0.06 Plan Achromat 4X N.A 0.10 Plan Achromat 10X N.A 0.25 Plan Achromat 40X N.A 0.65 (Spring), Plan Achromat 100X N.A 1.25 (Spring, Oil) Observation Tube : Wide field Trinocular Eyepiece Tube with 10X eyepieces of 222mm F.O.V Stage : Ceramic coated surface mechanical stage with right- hand low drive control with left hand for two specimens Condenser : Swing out condenser usable form 2X- 100X) Camera & Software: Digital Cooled CCD Camera approx 3MP/4MP, with 10bit

digitization, 2048x1500. Exposure time 1.6 ms to 17.8 m in 1 µs

increments with fire wire port. Software to capture and image processing.

Computer system : i5 processor, 4GB RAM, 500GB HDD, DVR R/ W, TFT 20”

The system should be upgradable to fluorescence attachment with multicolor 7-8 filters positions on turret at a time.

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 17

SPECIFICATION FOR FLUROSENCE MICROSCOPE

Optical system : Infinity corrected system Focus : Vertical stage movement 25mm per coarse stroke Vertical stage movement 1micron per fine stroke Stage rotation of 270 degrees Illuminator : Built-in-Koehler illumination for transmitted light 12V100W halogen bulb (pre-centered) Light Intensity adjustment centrally located so both hand Can be used to increase and decrease light New Eco Switch for Energy saving switch off the Light when user moves away from the microscope Light intensity LED indicator Light preset switch for photography Built-in filters ( Blue Filter , ND6, ND25 filters) Revolving nosepiece : Removable Interchangeable reversed Septuple (Seven Position) Nosepiece. Objectives : Plan Apochromatic 1X/1.25X, Plan Achromat 2X, 4X, Plan Fluorite 10X, 40X, & Plan Apo 100XO N.A 1.40 Observation tube : Wide field Trinocular head with Field No. 22mm. with three ways light path selection with possibility of 100% light to Eye and Camera. Stage : Ceramic-coated coaxial stage with right hand low drive

Control Condenser : Swing out condenser (applicable for all objectives) Fluorescence Attachment :

Fluorescence with Eight/Ten position built in Filter Cube Turret.

120/130W metal Halide/Mercury Light illuminator with 2000hrs life time.

Filters should be DAPI/Hoechst, FITC/GFP, TRITC/Rhoda mine & Texas Red dyes. Camera:

Digital Cooled Colour camera with 16/17 mega pixel resolution by pixel shift technology the camera should have 2 megapixel CCD Chip 14 bit Digital output resolution for each colour R, G, B. User defined Spot metering 30%, 1% and 0.1 % for Auto Fluorescence Exposure Setting, 15 FPS per second Real Time Display and 3-CCD mode for perfect colour reproduction. Exposure time 23us to 60s.

Imaging System : Image analysis Software for counting & Measurements, Time lapse, Z stack, Multichannel Fluorescence Capture it should be capable of Controlling the camera and Microscope Branded : Pentium i5 Chipset with 4 GB RAM, 500 GB HDD DVD R/Wr with Graphic card and High Resolution 20”

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 18

Annexure-C

Inviting of sealed quotations for supply and installation of Equipments for Microbiology Lab. for IPD of AIIMS, Jodhpur

TECHNICAL BID

Name of Firm/Contractor/Supplier

Complete Address & Telephone No.

Name of Proprietor/Partner/Managing Director/Director.

Phone & Mobile No.

Name and address of service centre near by Jodhpur.

Whether the firm is a registered firm Yes/No (attached copy of certificate)

PAN No. (enclose the attested copy of PAN Card)

Service Tax No. (enclose the attested copy of Service Tax Certificate)

VAT No. (enclose the attested copy of VAT Certificate)

Whether the firm has enclosed the Tender Fees as per Annexure ‘A’

Whether the firm has enclosed the Bank Draft/Pay Order/Banker’s cheque as Earnest Money Deposit as per Annexure ‘A’

Whether the Firm/Agency has signed each and every page of Tender/NIT

Please provide full list of consumables.

Any other information, if necessary

Authorized signatory of the bidder with seal.

Tender – Equipments for Microbiology Laboratory

AIIMS-Jodhpur Page 19

Annexure-D

Financial Bid (To be submitted on the letterhead of the company / firm separately for each item) A.

B.

1. I/We have gone through the terms & conditions as stipulated in the tender enquiry document

and confirm to accept and abide the same.

2. No other charges would be payable by the Institute.

(Authorized signatory of the bidder with seal)

S.No. Item Description Quantity Rate Vat/ Tax Amount

CMC Charges as applicable (excluding Service Tax)

1st Year

2nd Year

3rd Year

4th Year

5th Year