tender form - esic.nic.in · department of occupational therapy 17 occupational therapy equipments...

34
1 EMPLOYEES’ STATE INSURANCE CORPORATION SUPER SPECIALITY HOSPITAL SANATHNAGAR, HYDERABAD-500038 TENDER FORM “Tender for Medical Equipments” Not Transferable Tender form Sl.No._______ Receipt No.________ Date:_____________ Cost of Form : Rs.1000/-

Upload: others

Post on 27-Oct-2019

7 views

Category:

Documents


0 download

TRANSCRIPT

1

EMPLOYEES’ STATE INSURANCE CORPORATION

SUPER SPECIALITY HOSPITAL

SANATHNAGAR, HYDERABAD-500038

TENDER FORM

“Tender for Medical Equipments”

Not Transferable

Tender form Sl.No._______

Receipt No.________

Date:_____________

Cost of Form : Rs.1000/-

2

EMPLOYEES’ STATE INSURANCE CORPORATION

SUPER SPECIALITY HOSPITAL SANATH NAGAR, HYDERABAD – 500 038

(Ministry of Labour & Employment, Govt. of India)

Ph. No. 040-23801122, 23702433, Fax: 23801122, E-mail: [email protected]

TENDER NO: 523-D-12/28/SSH SN/Med. Equipments./2012-13/T- 1/13-14 Date.02.04.13

Tender for Medical Equipments.

Sealed tenders are invited by the Medical Superintendent, ESIC Super Specialty

Hospital Sanathnagar, Hyderabad from the eligible manufactures / authorized distributers/

authorized dealers who has their operational base in Hyderabad, under two bid system for the

supply of Medical Equipments as given below. The scheduled dates for the tender are as

follows.

Sale of Tender form : 26 Mar 2013 Up to one day before tender opening date

Tender Opening : 02 PM on the last day of the tender submission date.

A) For Department Of Anaesthesia

S.No. Name Of The Equipment E.M.D Last Date For

Submission Of

completed Tender Forms

DEMO DATES

1 Anaesthesia Drug trolley(4) 14000/- 22-4-2013 1.00pm DEMO WITHIN 15

DAYS OF BID

OPENING

2 Crash Cart Trolley (13) 9000/- 22-4-2013 1.00pm DEMO WITHIN 15

DAYS OF BID

OPENING

D) For Department Of Blood Bank

3 Bag To Bag Connector[1nos] 18,000/- 23-4-2013 1.00pm DEMO WITHIN 15

DAYS OF BID

OPENING

4 Refrigerated Centrifuge [1nos] 16,000/- 23-4-2013 1.00pm DEMO WITHIN 15 DAYS OF BID OPENING

5 -80 deep freezer 14,000/- 23-4-2013 1.00pm DEMO WITHIN 15 DAYS OF BID OPENING

6 Blood bank refrigerator 600

liter(1 no)

8000/- 23-4-2013 1.00 pm DEMO WITHIN 15 DAYS OF BID OPENING

3

F) For Department Of Urology

7 Flexible Ureteroscope (1 Nos) 10000/- 24-4-2013 1.00pm DEMO WITHIN 15 DAYS OF BID OPENING

8 Laser Lithotripter (1 ) 44000/- 24-4-2013 1.00pm DEMO WITHIN 15 DAYS OF BID OPENING

9 Rigid ureteroscope 5-6.5Fr(1 no) 10000/- 24-4-2013 1.00pm DEMO WITHIN 15 DAYS OF BID OPENING

10 Urodynamic measuring flow

system

29000/- 24-4-2013 1.00pm DEMO WITHIN 15 DAYS OF BID OPENING

Department Of Neurosurgery

11 Drill System (Electrical) 30,000/- 25-4-2013 1.00pm DEMO WITHIN 15 DAYS OF BID OPENING

12 Skull Fixators(Three Pin System) 9,000/- 25-4-2013 1.00pm DEMO WITHIN 15 DAYS OF BID OPENING

13 Headlight [1no] 3000/- 25-4-2013 1.00pm DEMO WITHIN 15 DAYS OF BID OPENING

Department Of Microbiology

14 Automated Identification and

sensitivity analyser

46,000/- 26-4-2013 1.00pm DEMO WITHIN 15

DAYS OF BID

OPENING

Department Of Neurology

15 EEG 9,000/- 26-4-2013 1.00pm DEMO WITHIN 15

DAYS OF BID

OPENING

16 ENMG 28,000/- 26-4-2013 1.00pm DEMO WITHIN 15

DAYS OF BID

OPENING

Department of occupational therapy 17 Occupational therapy equipments

14,000/- 26-4-2013 1.00pm DEMO WITHIN 15

DAYS OF BID

OPENING

Interested firms are requested to collect the tender form with the specifications of the

equipments from the office of the Director Administration, ESIC Super Specialty Hospital

Sanathnagar, Hyderabad on any working day from 10a.m. to 3 p.m .and on Saturday from

10 a.m. to 12 p.m at the cost of Rs 1000/ each in the form of sbi chalan /demand draft (Non-

refundable) in favour of ESI Saving Fund Account No.1, payable at Hyderabad.

4

MEDICAL SUPERINTENDENT

GENERAL INSTRUCTIONS FOR TENDER - MEDICAL EQUIPMENTS.

Sealed bids are invited by the Medical Superintendent from eligible manufactures /

authorized distributers/ authorized dealers for the purchase of the Medical equipments as

mentioned. Bids are to be submitted under two bid system i.e. Technical bid and Price bid.

Technical Bid should consist all the technical details along with commercial Terms &

conditions, & Price Bid should indicate the price of the item mentioned in technical bid.

For each equipment separate application is to be submitted by the bidder with

separate EMD draft, as each equipment will be evaluated separately. The same format

given at the back of the tender form as annexure may be used for separate equipments

but tender form S. No. and receipt No. has to be endorsed on each application by the

bidder. The Technical Bid & Price Bid must be sealed by the bidder in separate envelopes

duly super scribed “Technical bid for “Name of the Equipment”& Price bid for “Name of

the Equipment”. Both the sealed envelopes are to be put in the bigger envelope which

should also be sealed &duly super scribed. “Tender bid for---------------------- ”. EMD is to

be enclosed with the technical bid only.

Bids may be dropped in the tender box kept at the Hospital Store up to 01:00 P.M. on the

scheduled date of the tender closing. If the bid is sent by post, it must reach before 01.00

p.m. on the same date and should be addressed to The Medical Superintendent, ESIC

Super speciality Hospital, Sanathnagar,Hyderabad-500038 with the superscription as

above. Bids received late will not be considered. All the bids received will be opened on the

same date at 2:00 P.M. Bidders or their authorized representative may be present if they wish

to be. In case tender opening date is declared a holiday, bids will be opened on the next

working day at the same time & venue. Bid should be accompanied by Earnest Money as

mentioned in front of each equipment in the tender notice, in the form of D.D./Banker‟s

cheque, in favour of E.S.I Saving Fund Account No.1 payable at Hyderabad . Earnest

Money is to be attached with Technical Bid. Bids without Earnest Money deposit will not be

accepted.

5

TERMS AND CONDITIONS :

1. EMD: should be deposited by the bidder by enclosing Demand Draft or Bankers cheque only

in favour of „ESI Saving Fund A/c No.1’ Payable at Hyderabad, along with the Technical

bid which shall be refunded to bidders without any interest after the finalization of tender.

2. Literature of the quoted item, with detailed specifications must be enclosed.

3. The quantity shown in the tender may be increased or decreased to any extent depending

upon the actual requirement.

4. Price Quoted should be for the supply destination of hospital store, ESIC Super speciality

Hospital Sanathnagar, Hyderabad .No transportation charges will be given by the hospital.

5. Validity of bid for acceptance should be for a minimum period of 8 months.

6. The rates quoted should not be higher than that quoted in case of any other organization/

Institution (under taking by the tenderer may be enclosed.)

7. The quoted rates of the equipment should include everything except the Statuary Taxes

expected to be paid by the purchaser like ST / VAT/. As the hospital has custom duty

exemption certificate any custom duty to be paid has to be mentioned separately.

8. Demonstration of equipment: Tendered Instrument/ Equipment shall have to be

demonstrated before Technical evaluation committee and / or purchase committee on

stipulated day and time whenever asked for. Failure to demonstrate the equipment on the

stipulated day without any genuine reason (which is to be intimated in advance and should be

acceptable to the hospital authorities) will mean that the tenderer is not interested in

supplying the equipment & the Bid would be liable for rejection. In case of genuine reason

only two chances for demonstration will be given . Technical evaluation committee is fully

empowered to reject any bid if it is felt that the equipment is of inferior quality, even if

it is fulfilling the specifications and other commercial terms. AMC/CMC rates for 5

years after the Guarantee/warranty period have to be quoted separately along with the price

of the Equipment. The CMC rates will be a factor and will be included during evaluation of

the price bid. Guarantee /Warranty period for Equipment/Instrument must be minimum of

2 years from the date of satisfactory installation.

6

9. In case the equipment requiring equipment specific consumables (closed system) the

bidder has to attach the rates of all the consumables required for the equipment. In case

his equipment is purchased he is bound to supply the consumables on the same rates for

minimum of 3 years. Any increase in rates may be considered by the competent

authority as per market condition after 3 years only.

10. Manufacturer’s Authorization Certificate: The bidder must enclose a certificate of

authorization to bid on behalf of the company/manufacturer with period of validity and

details of issuing authority in original or copy attested by Notary Public or Gazetted

officer.

11. Submit all the following details related to the manufacturer:

a. Full postal address

b. Email ID

c. Telephone numbers

d. Fax number

e. The firm should also provide the complete address along with telephone and fax no. of

service station from where after sale service would be provided.

12. The Tenderer must furnish the following details:

a. Name and Address, Fax, telephone No., email Id etc for contact.

b. PAN / TAN number issued by Income Tax Dept. of India.

c. Bank details and Account Nos.(For ECS payment)

d. MICR Nos.

13. The successful bidder should strictly adhere to the mentioned delivery schedule.

14. Supply, installation and commissioning should be done within the prescribed period on the

supply order (45 days after issue date of Supply order). If the Successful Bidder fails to

deliver the equipment within this period a penalty of 0.5% per week of the cost of the

equipment will be imposed for the delayed period. Once the 10% Penalty is reached

Purchaser/Consignee may consider termination of the contract. The Medical Superintendent

has right to recover the damages for breach of contract/order to forfeit the Earnest Money.

Medical superintendent reserves the right to relax the penalty clause in case of unavoidable

circumstances.

15. Performance security: In case of Equipments, on notification of award the successful

bidder has to deposit the 10% of total amount of the total cost as the performance security

with Medical Superintendent in the form of Banker‟s cheque/demand draft, in favour of

E.S.I Saving Fund Account No.1 payable at Hyderabad which will be released after

7

entering into the AMC/ CMC (Comprehensive Maintenance Contract) and on receiving the

satisfactory performance certificate from the user department, 60 days after warranty is over.

10% of the yearly AMC/CMC amount , will be retained as a fresh performance security from

the released amount in lieu of performance security during AMC/CMC period.

16. Cost of the Equipment must be mentioned as a unit, including cost of the accessories as

mentioned in our specification, and nothing should be labelled as optional with separately

quoted rates.

17. The payment will be released after demonstration of satisfactory performance by the user

department for the supplied equipment after its installation.

18. Compliance of the specification of the equipment mentioned & Compliance of Terms and

Conditions should be given on a separate sheet and all the Documents must be serially

numbered, stamped & signed by the Authorized Signatory.

19. Satisfactory performance of the equipment certificate.: The bidder has to submit the

satisfactory performance certificate of some government/corporate hospital where the

equipment has already been installed and is functional. This has to be enclosed with the

technical bid. The details of the issuing authority must be there for confirmation of the

same.

20. Only appropriate model/s as per specification should be quoted.

21. Penalty clause. In the event of equipment going out of order the fault shall have to be

attended within 24 hours of lodging the complaint. During the warranty / guarantee period

in the event of equipment remaining out of order beyond a period of 7days of lodging the

complaint a penalty to extent of 0.25% of purchase value of the equipment shall be levied for

each day of the equipment remaining non functional.

22. During AMC/CMC period In case the equipment is not restored in functional order within a

week, a penalty of 0.5% of total yearly cost of AMC/CMC of the equipment per day for the

period of equipment remaining out of order will be levied.

23. If the equipment needs calibration, the firm shall be responsible for calibration

as a part of AMC/CMC

24. Medical Superintendent reserves the right to reject/accept any or all tenders/modifications in

the terms and conditions without assigning any reason thereof. No Correspondence will be

entertained in this regard.

Name, Signature & Address of the tenderer

8

With Stamp

Tender form Sl.No._______

Receipt No._______

Annexure – I

TENDER APPLICATION FORM FOR THE SUPPLY OF___________________

1. Name of the tenderer firm:-

2. Full Postal Address:-

3. Telephone No:-

4. Fax No.

5. PAN and TAN No:

6. Name of the authorised tenderer:

7. Pan No.

8. Cell Phone No.

9. Submit all the following details related to the equipment manufacturer firm:

a. Name of the firm:

b.. Full postal address

c. Email ID

d. Telephone numbers

e. Fax number:

10. Address of the local service centre with telephone, email and fax No.:

11. Particulars of the bank account for ECS payments.:

It is certified that the above mentioned particulars are up to the best of my

knowledge and no fact has been concealed.

Name and signature of authorized signatory with seal

9

Annexure II

Undertaking

(To be submitted on Rs. 100/ non judicial stamp paper)

1. I the undersigned certify that I have gone though the Terms & conditions mentioned in the

tender document and undertake to comply with them. The rates quoted by me/us are valid and

binding on me/us for acceptance for the period of 8 months from date of opening of tender.

2. It is certified that rate quoted by me are the lowest quoted for any institution/Hospital in

India for the equipment under consideration.

3. Earnest money deposited by me/us viz Rs._________________ in the form of Demand

Draft/Banker‟s Cheque No. dated drawn at in

favour of ESIC Saving Fund Account No.1 payable at Hyderabad is attached herewith and

shall remain in custody of the Medical Superintendent, ESIC Super speciality Hospital

Sanathnagar, Hyderabad . I/We give the rights to Medical Superintendent, ESIC Super

speciality Hospital Sanathnagar, Hyderabad to forfeit the EMD deposited by me/us if any

delay occur on my/agent‟s part or fails to supply the equipment at the appointed place and

time and of the desired specifications.

4. I/we undertake that I/we will be in position to provide AMC/CMC, Spare Parts, and

consumables for 10 years after completion of guarantee/ warranty period. I/we also undertake

to keep the equipment in running order throughout the year under warranty /

guarantee/AMC/CMC and in case of equipment going out of order, the fault will be attended

within 24 hours of lodging the complaint. The firm shall ensure the machine is set right

within 7 days of intimation otherwise the penalty clause mentioned in the terms and condition

is acceptable to us. However I /We will arrange similar equipment as a standby at my/our

own cost and risk in case of repair of the machine is going to take time beyond one week.

5. There is no vigilance/ CBI case or criminal court case pending against our firm.

10

6. On Inspection if any article is found not as per supply order and specifications, it shall be

replaced by me/us in time as asked for, at my /our own expenses.

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

supply order within the stipulated period.

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

of satisfactory installation of the equipment and issue of the certificate from the user

department concerned on the subject. I also undertake that I will maintain the equipment

during this period and replace the defected parts free of cost, if necessary.

9. I/we undertake to provide all the consumables needed for the supplied equipment at the

quoted rates for next three years, regularly and thereafter on the reviewed rates as decided by

the Medical Superintendent.

10. I/we understand that Medical Superintendent, ESIC Super speciality Hospital

Sanathnagar, the right to accept or reject any or all the tenders without assigning any

reasons(s) thereof.

Name, Signature & Address of the tenderer With Stamp

11

CHECK LIST

S. No. Documents Yes/No

1 EMD with technical bid

2 Price Bid

3 Five years AMC and CMC charges, year wise.

4 Tender Application form with tender form No. and receipt No.

5 Manufacturer’s Authorization Certificate

6 List of suppliers where it is supplied &

Satisfactory performance report of the equipment

7 Specifications of the equipment quoted.

8 PAN and TAN No.

9 A list of consumables / accessories if any with cost submitted

( in cases of closed system undertaking that the consumables will

be supplied/available for next 10 years).

10 Undertaking as per annexure.

Name, Signature & Address of the tenderer

With Stamp

12

Specifications

Crash cart/drug trolley

Size L 80 cm * w 50 cm * h 150 cm or above

Made of stainless steel superior grade.

One upper tray,

Oxygen cylinder cage

2 cabinets with 3 to 4 plastic drawers in each cabinet

2 top drawers with sectional containers

3 Side railings on upper and lower shelves

One sliding shelf below the upper shelf

6 or more coloured plastic bins at the top.

Mounted on castor wheels, two with breaks

13

ELECTRICAL DRILL SPECIFICATION

Should be a versatile powered system, having cranial, spine, applications with maximum 70000 to 80000 RPM

Should have in built user friendly interactive menu and illustrative help guide

The various parameters should be able to adjust either from console or from the multifunction foot switch

Should be able to connect multiple hand pieces at a time like Neuro Drills and Spine shaver

Console should recognize the various hand pieces and automatically adjust the settings accordingly

Should have inbuilt pumps for Irrigation

Should have multifunction ergonomically designed foot control

Should be able to control Speed / Mode, Forward / Reverse toggle, Active hand piece change from the Foot control itself

Should have the provision to mount the console on various sizes of I V pole

Should have the option of work without foot paddle

14

There should be option for curved burs to enhance visibility and access, with wrapped shaft to protect the surrounding tissue from mechanical damage,

Should have quick release and lock system for tools and attachments

There should be bold colour coding to identify matching attachments and tools.

There should be option for variable length attachment, to vary the tool exposure lengths, without touching the tool tip. Variable length Curved and straight Attachment should be able to vary the tool exposure lengths for optimal visibility Should be adjustable in 1mm increments

System should have provison for Micro telescopic system with variety of straight and

curved tubes.

System should includes with following Attachments and Tools

Attachments:

Straight approximate 9cm Attachment 1 no

Angled approximate 10cm Attachment 1no

Perforator Driver 1 no

Adult Footed Attachment 1no

Pediatric footed attachment 1 no

Tools

4mm Ball shape tool for 9cm Attachment 2nos

5mm ball shape tool for 9cm Attachment -2no

4mm ball shape tool for 10cm Attachment -2nos

4mm diamond ball shape tool for 10cm Attachment-2nos

Perforator Cutter -2nos

SKULL FIXATOR (3 PIN ) SYSTEM

S. No.

Description Qty

1 MAYFIELD ADJUSTABLE BASIC UNIT 1 SET

2 MAYFIELD TRANSITIONAL MEMBER, 3/8 X 3” 1 NO 3 MAYFIELD TRANSITIONAL MEMBER, 3/8 X 6” 1 NO

4 MAYFIELD SKULL CLAMP ADAPTER 1 NO 5 MAYFIELD MODIFIED SKULL CLAMP, WITH

LOCKING HANDLE, 360 DEG. ROTATABLE ROCKER ARM

1 SET

6 MAYFIELD SKULL PIN, ADULT 3 NOS 7 MAYFIELD SKULL PIN CHILD 3 NOS

15

Specification for fibre optic headlight source

Head light with case

1.soft flexible head piece with two way adjustable headband for maximum comfort,cross

band should be adjustable for personal fit.

2. provision for twist locks,cable straps to prevent case from sliding,providing tension free

headlight positioning & increase comfort.

3. headlight should incorporate variable spot focus & the spot size should be 25-80 mm, focal

distance atleast 18 inches.

4. sterilisable removable joystick for repositioning of headlight under sterile condition.90

degree forward tilt for accurate illumination angle 180 degree side to side rotation.

Light source :

Single or twin beam

150 w or more xenon light source capable of atleast 90000 lux of illumination at 1 meter.

Fibre optic bundle :

Should be reinforced externally preferably to protect the glass fibre from breaking or burning

during extended use or routine handling

Cable length of 10 feet would be preferable

Equipment should be FDA/CE/BIS approved.

Should have local service facility.

Warranty for minimum of 2 years

Accessories

Extra lamps one set

Cleaning solution or other consumable required.

TECHNICAL SPECIFICATIONS FOR STERILE BAG TO BAG CONNECTING

DEVCE

1. Sterile Connecting Device should accommodate any type of blood tubing with an external

diameter ranging from 3.9mm to 4.5mm and an internal diameter of 2.9mm to 3.1mm

2. No residue or chemical residue should produce after sealing

3. Should have built in temperature sensor

4. Should have backlight LCD panel to display the function’s and instructions to the user

5. Should have visual alarm to indicate errors / malfunctions

6. The clamp’s should be designed to accommodate wet to wet applications

7. Automatic replacement of wafers after each use

8. Equipment should be CE marked

9. The equipment manufacturer should be an ISO 9001 certified company

10. It should easy to use and secure in any blood collection environment.

11. Welding of wet-to-dry and dry-to-dry tubing combinations

16

12. No cell necrosis or loss of blood product.

13. Heating technology should be wafer or waferless

14. Equipment should have

a. ISI/FDA/CE/ISO approved and certification.

b. Calibration certificate to be given at time of installation SPECIFICATIONS

c. AMC /CMC required.

TECHNICAL SPECIFICATIONS FOR REFREIGERATED CENTRIFUGE:

1. Automatic programming sequence controlled by microprocessor 2. 9+1 preterm centrifugation programs 3. Max rcf : 15000 Xg, 4. Max speed : 6000- 10000 rpm or more , adjustable at 10 rpm increments ,speed accuracy

+/- 10 rpm 5. Max volume : 4/6 x1900 ml ,With or with out Wind shielded swing - out rotor with 4/6

buckets for altogether 8/12 units of quadruple blood bags with filters . Should accommodate 350 ml and 450 ml quadruple blood bag system with SAGM bag, empty satellite bags and filters.

6. Drive unit : Maintenance free brushless induction drive 7. Acc ./ Deceleration : 9 acceleration /9 deceleration 8. Centrifugal time : 3 digit ,in hr and min ,range 1 -99 hr operation 9. Preliminary running time: 3 digit, adjustable 0 -99 hr for the period before starting . 10. Temperature : 2 digit ,adjustable in 10 intervals ,Accuracy +/- 20C 11. Temperature control range : -90C to + 400C 12. Minimum temperature at max. rcf : 10C ,with fully loaded rotor with 8/12 quadruple bags 13. Interference display: Programme error ,imbalance ,lid open ,internal interference 14. Refrigerant : CFC free 15. Safety operation : Lid - lock imbalance detection ,steel armoured chamber protection of over

heating of rotor and compressor ,All error messages with audible alarm 16. Protection of Data : in event of power interruption or complete failure ,data should remain

stored 17. User- friendly handling : Equipment should be movable on castor wheels ,no need for ground

fixing ,Easy to read digital display for controlling basic functions and equipped with an automatic lid lock and automatic rotor recognition

17

18. Power consumption : 230- 400 V ,single Phase ,50Hz,15 A ,Noise level <61 dB(A) Heat output 10080 kj/hr

19. System should be upgradable for connecting to computer / software for data documentation in accordance with GMP

20. Should be CE/US FDA/ISO certified 21. To be supplied with following accessories( rotor ,buckets, inserts) 22. Rotor with 4 /6 buckets for altogether 8/12 units of quadruple blood bags 23. Plastic inserts, set of 6 pairs, hook adapter to spin Buffy coat and small volume of cord blood.

Balancing weight s for inserts and balancing rubber plates 24. Calibration certificate at the time of installation

Technical Specifications for -800C Upright Low Temperature Freezer

Capacity : 23.0 Cubic feet approx. (650 liters approx.)

Temperature Range : -550C to -860 C.

Temperature Control : Electronic with RTD control probes

Display Temperature and : Through an eyelevel electronic digital

display setup and monitoring system

Other Alarm Parameters

Door Design : External double/single door with horizontal division

preferable with

Ergonomical door handles for one –

handed operation

Construction of cabinet : Heavy gauge, cold rolled steel with powder Coating

and

Provision for dual wheel locking castors

Interior : Stainless steel

Shelves : Two/three/four adjustable shelves inside each door

made up of

Stainless steel

18

Refrigeration Type : Cascade System with non CFC-

refrigerant

Insulation : Non CFC foamed –in place urethane

Condenser cooling : Through front to back air flow system with

removable Air filter

Pressure equalization : Through vacuum relief port

Quality and safety standards : UL listing, CSA certification, CE Mark

and ISO Registration

Protection of compressors : Through built-in automatic voltage

compensator Against power fluctuations

Safety Alarms : For probe power failures door open High/low

Temperatures, Probe Failure, Wrong

Power, Low Batter,

hot condenser, high Stage failure , clean

filter through audio

And visual alarms

Power : For 230 Volts 50 Hz single –phase operation

Warranty : a) Life time for cabinet, evaporator and

door

b) Four year compressor warranty

Should be quoted with in-built chart recorder

19

Other Essential Features:

Ambient temperature of operation should be < 32C

Individual four interior compartments doors to reduce temperature loss

Cam actuated sturdy and reliable handles for external doors

Triple point door gasket for complete air tight sealing

Easy access for inlet air filter

Large condenser for efficient cooling of the compressors for longer compressor

life

1. Please indicate local service support available in Hyderabad with time if

response for a service calls during and after warranty. Refrigeration

expertise and quick attendance to solve problems are very important to

reduce any downtimes.

2. Detailed manual should accompany the freezer

3. Amc/cmc required

TECHNICAL SPECIFICATIONS FOR

BLOOD BANK REFRIGERATOR (600 lts) 1. Blood Bank Refrigerator should have stainless steel inner and outer body with full view glass door for

observation.

2. Should have automatic defrosting system

3. Should have Capacity : 600 Liters

4. Should have digital temperature indicator and audio visual alarm

5. Should have Built in Temperature Recorder & Control unit with 7 days inkless chart recording with

Battery Back up

6. Should have External Stabilizer with Input and Output voltage indications should be provided.

7. Should have high density CFC free Urethane Foam insulation to protect cabinet from ambient

temperature fluctuations

8. Should have Uniform air flow & temperature maintenance in all parts of the cabinet

9. Should have forced air circulation to maintain temperature uniformity

10. Should have Audio and Visual Alarms when there is Temperature deviates from the preset limit, when there is Power failure, Door in left open and when Sensor fails, temperature high and temperature low

11. Temperature : Temperature should be maintained between +2C and +6C

12. Should have Safety lock for the doors with double glass door

13. Should be Factory Calibrated Sensor - IC integrated Metallic Cap Digital Sensor

14. Internal lighting : Should be Provided using flicker Free CFL

20

15. Should have Sliding 5 trays for the easy access ability of Blood Bags

16. Should have 3 doors of 5mm clear acrylic

17. Should supply UPS supply for 2kv

18. Company should be an ISO 9001 certified company

19. Should Enclose Master Calibration done at Electronic Regional Test Laboratory (South), Department of Electronic, Government of India

20. Should have Construction-Outside CR sheet with1.2mm thickness and internal stainless steel with 22G.

21. Detailed manual should accompany the refrigerator.

19.ISI/ISO registration/FDA/CE mark/CSA certification/UL listing approved and certification.

Calibration certificate to be given at time of installation

AMC/CMC required.

URODYNAMICS

Should measure UROFLOWMETRY, CYSTOMETRY, EMG PRESSURE FLOW

STUDIES, UPP, VIDEO URODYNAMICS.

User Friendly, Portable, Economical, reliable PC Based Urodynamics

System.

Compact Design for maximum space saving and minimum handling.

High precision Temperature compensate sensors fro maximum accurate

results and stability.

Real time scrolling on the screen

Event Markers – All ICS Recommended every markers.

Markers can be deleted if requires

Multiple Graphs portions can be marked for removing it for Calculation /

Report of generation.

Pretest and Post Test Residual Urine Measurements.

Auto and Manual Zero of pressure channels.

Patient Data Base.

21

Pretest And Standby mode.

Moving Cursor.

Color Printout with test graphs details.

Computer parameters.

Standard Nomograms provided in report.

Should measure – various pressures (PVES, PAHD, PURA, PCLO etc.) :

Infused Volume, Uroflow, EMG, UPP, Video Urodynamics.

Computer Software with Patient database.

Computer Hardware – Computer P4 with Color Inkjet printer CD-Rom and

Windows.

Interfere to PC through USD / Parallel port

Output Report should contain Uroflow Results, Pressure Flow Study with

Hospital, Doctor, Patien details.

Various markers like Bladder sensation, leak point, cough, etc.,

Motorized control chair for height, back and Trendelenberg

adjustmentfitten with pressure sensor bracket, Flow-meter and UPP

puller stand.

URETERO - FIBERSCOPE FOR ACCESS TO ENTIRE INTRARENAL

COLLECTING SYSTEM

1) Working length of [50-70] cm

2) Outer diameter of the shaft should be between7fr&7.5fr

3) It should have an instrument channel between 3frto4fr

4) Direction of view should be 0 degree

5) Angle of view should be between 80 to90 degree

6) Maximum angle of deflection up to 270 degree downward and 270 degree

upward is needed.

7) It should have a ceramic liner in the distal end of the working channel to protect

it from thermal or electrocautery damage

8) Should be waterproof and fully immersible in solution

9) It should adhere to sterilization method with ETO, FO gas, Steris & Sterrad

22

10) Following compatible accessories should be supplied with this instrument –

Grasping forceps, Biopsy forcep, and case for the instrument, Pressure

compensation cap, and leakage tester and cleaning brush.

11) Nitinol Core wire guide with hydrophilic coating and should have the ability of

being straight at one end and angled at other end, length 150 cm

12) Ureteral Access sheath with inner diameter 9.5 fr and length of 35 cm and 45

cm, 13 cm

13) Ureteral access sheath with inner diameter fo 12.0 fr and length of 35 cm, 45 cm

and 28 cm

14) Tipless stone extractor with length of 115 cm and size of 2.2 fr and 1.5 fr

15) Nitinol stone extractor with partially closer redesign the basket to provide the

tight weave of a 12 or 16 wire basket

16) Ballon ureteral dilator of 7 fr & 5 fr with catheter length 65 cm, inflated ballon

diameter 6 mm & 5 mm, ballon length of 4 cm & 10 cm with

17) Should have ergonomic laserdial with integrated locking mechanism to advance

the laser fibre and minimize laser damage

18) Compatible with laser lithotripter.

10.SPECIFICATION FOR RIGID URETERORENOSCOPE

23

URS of size 5-6.5F, 5/60., two steps, length 40-45 cms with angled eye piece.

Autoclavable.

Fiber Optic Light Transmission incorporated.

2 Lateral Irrigation Ports.

One Working Channel – 3 F.

Sealing and tray for cleaning, Sterilization and Storage.

Distal Chip Diameter – 5 F.

Detachable Instrument Port with sealing system and Quick release

Lock, One / Two instrument channel.

Distal end tip should be atraumatic shape with round or oval tip.

Triporong grasping forceps for stone Fragments, Double Action Jaws, 3F, Rigid, Length 60cm.

Biprong Grasping Forceps, Double Action Jaws, 3F, Rigid, Length 60cms.

Automated identification and antibiotic susceptibility analyser.

1. System must work on colorimetric and or fluorescent technology for identification . 2. Antibiotic susceptibility testing must be done by MIC method 3. The system must have the capacity to accommodate a 40 - 60 tests (either40 - 60 ID

and/or AST tests), at any time 4. Must be able to test for identification or susceptibility alone or in combination. 5. The system must have a bar code scanning device for test card identification and

specimen number entry. 6. The system must have Identification panels for Gram negative, Gram positive,

Anaerobes, and Yeast. 7. The system should come along with inoculum standardization equipment,other

accessories like dispensers, Computer system and printer 8. The System should have database of at least 2000 reference phenotypes.The system

should provide highest discrimination between species 9. The system must have no additional reagent costs.Any Additional consumables must

be listed and quoted separately.

24

10. The software must have the following capabilities -Workflow management.

-Data storage.

-Test quality control management.

-Expert system

11. Test result validation capability and ability to detect antibiotic resistant bacteria 12. The system software must have the ability to detect and alert to any unusual

resistance mechanism. 13. System interpretive software should be upgradable to latest guidelines for

identification and susceptibility 14. The Supplier must state the mean time to result for identification for Gram negative,

Gram positive including Anaerobes, andYeast. 15. All consumables required for installation and standardization of system to be given

free of cost. 16. Availability of spare/disposables for atleast 10 years. 17. Operating ambient temperature range 20 to 30 C * 18. System must be demonstrated before final approval. 19. User training should be given. 20. Supplier must ensure local servicing agent and continuous supply of consumables. 21. All electrical peripherals required for smooth functioning eg-voltage stabilizer and

UPS should be provided with equipment. 22. List of users and satisfactory report of quoted model from reputed institutes

preferably government institutes/hospitals. 23. Atleast 2 years warranty required and 5 years AMC required. 24. FDA/CE or equivalent certification is mandatory

* Note : in order to maintain ambient temperature if required it may be necessary to

supply air conditioner

EEG MACHINE

Technical Specifications 1. Should be a 32 Channel digital EEG Machine, where 24 Channels for acquisition and storage, 5 Polygraph Channels and 3 DC Channels. 2. Frequency response should be 0.05 Hz to 70Hz. 3. Should have facility to view all channels in different montages during acquisition and review. 4. Should have split screen facility to study and even carefully during acquisition, where data storage should be on going in hard disk. 5. Should have split screen facility in analysis to compare the data of same time or different times with individual selection of filters, sensitivity, montages etc. 6. Should have the facility for simultaneous acquisition and review of same record. 7. Should have the facility to mark pages / important events for printing in review. 8. Should have user definable photic stimulator protocol execution with display of

25

photic marks on screen using LED or Xenon flash lights 9. Should have unlimited Montage Reformatting. 10. Should have HLF (15, 35, 70 Hz) and LLF (0.1, 0.3, 1.5, 3, 5 Hz) filters for each channel as well as for all channels for display. 11. Should have the facility for sweep speed selection. 12. Should have the facility to display traces with limit trace. 13. Should mark and annotate standards events such as Eyes open, Eyes closed, Hyperventilation on, Hyperventilation off, Artifact, and other user defined events of max. 50. 14. Should have separate sensitivity control for each channels as well as for all channels. 15. Should have the facility to enter patient details such as ID, Name, Referred By, Sex, Age, Patient History, Address, Doctor Name etc. 16. Should have the facility to review of selected patient form list, to sort data according to patient name, sex, age, test date etc, review another patient while acquisition and to edit the patient details. 17. Should have the facility to browse page by page, Scroll in forward and reverse direction and the speed of scrolling can be different speed levels such as same acquisition speed, 2 times, 3 times , 4 times the acquisition speed. 18. Should have user definable protocols for acquisition. 19. EEG pages should displayed in BRAIN MAP montage and it should have the facility to view Amplitude brain map, Progressive amplitude brain map, frequency brain map, progressive frequency brain map, 4 bands frequency brain map with frequency spectrum, 5 bands frequency brain map with frequency spectrum, 4 bands frequency brain map with EEG & 5 bands frequency brain map with EEG in review mode. 20. Should have the facility to edit current page events, browse all the marked events. Display the page having the selected event, to store any number of marked EEG pages on another HDD. 21. Should have the facility for spike detection with amplitude greater than or equal to the specified amplitude and within specified duration. 22. Should have the facility to print all marked EEG pages / Brain map pages in queue. 23. Should have the facility to edit and print summary report, EEG page and Brain map page. 24. Should have Acquisition Hot keys for Sensitivity for all traces, Eyes open, Eyes close, Hyperventilation ON, Hyperventilation OFF, Mark page, Artifact, Annotated event, Toggle pause / Release pause, Snap shot mode, photic stimulation etc. 25. Should have Review Hot Keys for page mode, scroll mode, flip mode, next page, increase speed, mark page for printing, forward direction, reverse direction, previous page, decrease speed etc. 26. Should have an efficient data base management including Hospital details, Reference doctors list, standard comments for summary report etc. 27. Photic frequency should be 1-30 Hz, Stimulating time 1-16 sec and pause time 1-16 sec. 28. CMRR should be greater than 100 db and input impedance should be greater than 10 M Ohms. 29. Should operate from 200 to 240Vac, 50 Hz input supply. 30. Should have a high resolution low light video camera. 31. Should have infra red camera for night VEEG recording facilities. 32. Should have facility to upgrade EEG to sleep system in future.

26

33. Should be supplied all necessary accessories including EEG Disc Electrodes reusable – 1 set, EEG Paste – 5 Jar / sufficient quantity for 100 EEG Cases, Head Cap for Adult, & Infant – 1 each. 34. Should be supplied with a PC of adequate configuration having HDD of storage not less than 360 GB HDD, DVD/CD writer and a Colour Printer. 35. Monitors provided along with PC should be LCD / TFT and Colour Printer should be Colour Laser Printer. 36. Should supply online UPS of sufficient capacity with 1 hour backup to connect all the equipments supplied. 37. Should be supplied with a suitable Table for keeping the equipment, PC, Printer and all the accessories. 38. Should have safety certificate from a competent authority CE / FDA (US) / STQC CB certificate / STQC S certificate or valid detailed electrical and functional safety test report from ERTL. Copy of the certificate / test report shall be produced along with the technical bid.

E N M G specifications

Technical SpecificaTionS for ENMG / EVOKED POTENTIALS SYSTEM Essential Features: • Electrode inputs: Atleast 5 optically isolated channels upgradable to 8 channels system Input dynamics: 250 mVpp • Sampling: Sampling resolution: min 24 bits ADC Sampling Rate: up to 32 KHz Resolution: 1/64 μV/bit • Amplifier: Noise 5pprox.. 0.3 μV RMS CMRR > 110 dB IMRR > 100dB Connection through TCP/IP protocol • Frequency filter: HF: 20 Hz -20KHz different steps LF: 0.1Hz – 500Hz different steps Notch filter : 50Hz, 60 Hz on or off • Impedance Check: Built in impedance scale by LED Individual measure of electrode resistance • Trigger: Internal and external • Patient isolation: Class I Type CF (patient input) • PC DESKTOP: Desktop Computer with latest generation processor Intel Family Processor Minimum 4 GB RAM

27

CD/DVD/BLURAY Drive for data archival. 20.1” Square TFT color monitor with 1600 X 1200 pixels resolution Minimum 1 TB HDD - 100/1000 LAN CARD - Licensed Software: WINDOWS 7 PROFESSIONAL, MS Office Color Laser printer High Fidelity Speakers • TROLLEY: Custom made Trolley produced by the system manufacturer completely wired Isolation transformer Retractile Keyboard Support Stimulator: Dual electrical stimulators with option for constant voltage/constant current electrical stimulator with both current (from 0 to 100 mA or more) and voltage (0 -400v) stimulation facility • EMG software: Different customizable protocols and customizable workflows including different exams Complete Muscle/Nerve list and customizable one 2 different EMG reports: quick and complete Possibility to insert pre-defined sentences in the report Possibility to change color to the traces displayed in the report Possibility to manage the exam acquisition through fast keys • EMG acquisitions: EMG spontaneous EMG interferential Needle EMG Mup analysis Quantitative EMG Turns amplitude analysis SINGLE FIBER EMG STIMULATED SINGLE FIBER Macro EMG MUAP Possibility to store EMG traces in the hard disk without time limitation and to review them, listening audio signal and changing all the trace parameters • NCV acquisitions: MCV SCV Inching 4 channel MCV & SCV combined Epetitive nerve stimulation test (automated & manual) Automatic function test REPETITIVE EXAM DECREMENT

28

F-WAVE H-REFLEX BLINK REFLEX COLLISION INCHING SSR HRV Skin temperature measurements and temperature probe (the software should have the automated facility of temperature compensation correction with NCV exams) Possibility to Connect a Magnetic Stimulator • SEP acquisitions: Somatosensory Evoked Potentials • Software database(optional) Browser application allowing to backup one or more trace in CD/DVD/BLURAY/ZIP folder that can be reviewed in any other PC without installing the software Data Export in ASCII, EDF and EDF+ format • EMG Accessories: Dedicated keyboard to manage amplitude, time base and filters Foot switches Hand-held stimulator including buttons with customizable function keys and 4 different types of interchangeable electrodes Kit of 100 disposable self-adhesive electrodes Adjustable ring electrodes Bipolar stimulating bar Disposable concentric needles Reflex Hammer Cable for needles Ground electrodes Snap cable Electroconductive gel Tape ruler • SEP acquisitions: Through bar stimulator Simulation sites: 2 Electric stimulus duration: 0.01 to 1 mS Electric stimulus amplitude: 1 to 100 mA Electric stimulus frequency: 0.1 to 100 Hz • AEP acquisitions: Through Acoustic Headset Possibility to use internal earphone Intensity: 0 – 132 db SPL Clicks or tones Click: Alternate, compression, rarefaction Tone: linear and sinusoidal with the possibility to customize Frequency, Plateau, Rise/Fall Noise: white and pink P300 • VEP acquisitions:

29

Through LED flash stimulator and Pattern reversal monitor LED Goggles stimulator Flash stimulus frequency: 1 – 50 Hz Flash stimulus duration: 1 – 20 ms Pattern reversal monitor: colored 19” TFT Chessboard and horizontal/vertical bar (with different colors) Sinusoidal horizontal/vertical bar (with different colors) Stimulation: alternate and reversal Fixation point should be available • The unit must be supplied complete with all leads and electrodes and the necessary operational accessories. 1. Warranty must be 2 year. 2. ISO / CE certified. 3. Should also quote for CMC / AMC for the next five years. 4. Installation on turnkey basis. 5. A firm assurance of manufacturer to be given regarding the supply of spares /

accessories for 10 years after the warranty period.

Equipment with equivalent or higher / better specifications is preferred.

Occupational therapy equipments:

NAME OF EQUIPMENT SPECIFICATIONS

BASIC AND TAPRED BALANCE

BEAM

It should be of hardwood construction

Should be minimum 185cm long

Walking surface should be covered with non-skid mat

Gradual increase of inclination height from 7cm-15cm

Should have a tapering width from 15cm-8cm

EQUILIBRIUM BOARD It should be padded with non-slip mat

It should have a rocker bottom

Minimum size of 45cm*60cm*15cm

EXERCISE STAIRCASE WITH RAMP

It should be of wooden make

30

It should be a minimum of 60cm wide

It should have hand rails on both sides

It should have a minimum of four stairs

It should have a slope inclination of 1:2 ratio

The surface should be covered with non-skid mat

CP CHAIR It should be of wooden make

It should have slots with secure Velcro padding for cervical, chest,

pelvic, leg and foot support

It should have an abductor wedge

It should have a detachable lap board

It should have arm rest

It should have a foot rest, trunk and cervical supports

It should be mobile

WEDGES Foam filled wedges covered with vinyl coating

It should have secure Velcro strap

It should have Abductor Wedge

It should have the following dimensions:

180 cm x 90 cm x 40 cm

30cm x 60cm x 70cm

ACTIVITY MATTRESS It should have a minimum size of 100cm*190cm*10cm

It should have a resin covering

FINGER DEXTIRITY TESTER Laminated board has 100 holes to place in pegs & covered recess to

store parts- ONE

Tweezer S.S.-ONE

Plain pins S.S.-Hundred

Screws, washers and nuts -Fifty each

Certification and warranty along with servicing facility

31

FINGER GONIOMETER Stainless steel make

180 degrees reading

Freely movable arm and fixed arm

GONIOMETER Stainless -steel construction Two 180°scale in opposite directions Pouch for storage Certification and warranty

PRONE CRAWLER It may be height adjustable It should be well padded The wheel casters should be of high quality and swivel in all directions It should be rectangular in shape Secure straps may be provided

PYRAMID ROUND PEG BOARD The base and holder should be of wooden make

The rings should be of high quality plastic

Each ring should be of a different colour

The rings should be graded in size

STEADINESS TESTER Electronically operated Two adjustable metal plates indexed in centimeters and mounted in a V-shaped configuration on a wooden frame Beneath the plates is a mirror An error is electronically recorded

IMICO EXERCISE CHAIR Tubular steel constructed chair with cushioned Seat, Back & Armrests, has a stable wide base (100cm x 70cm), and an overhead bar that can be extended out 80cm from the frame for various exercises. Chair is fitted with Set of ropes with pulleys and Overhead pulley systems that can be used for variety of exercises involving Reciprocal Motion for Elbow, Shoulder, Knees and Hips; Active Quadriceps and Hamstrings Stretching; Resistive and Assistive exercises. A set of weight plates provide graded resistance for all exercises. Therapy Chair should come with following Accessories: * Gripping handles: Two. * Foot hold straps: Two. * Patient stabilizing straps: Two. * Tubular handle for both grips: One. * Weight Plates of 1kg each: Nine * Weight Plates of 1/2kg each: Two * A metal tray to keep accessories

SANDING UNIT WITH

ADJUSTABLE INCLINE FOR

Consists of two wooden hinged planks.

Upper plank's angle of inclination can be adjusted from hori-

32

RECIPROCAL EXERCISES zontel to vertical position.

Two pulleys are fitted at the top of 30cm wide upper plank for

reciprocal hand-shoulder exercises.

Three sets of sanding hand blocks with different grasp holds are

provided

with the unit.

* Upper Plank : 30cm x 100cm high with center

divider with measuring tape.

* Lower Plank. : 30cm wide with 6 slots to hold

upper plank for angle adjustment

* Sand Blocks. : 3 pairs, with different grasp

holds & clips to fix sand-paper.

* Construction. : Teak-wood constructed & finished in natural

wood polish.

WALL MOUNTED PEG BOARD It should be wall mounted

Inclination may be adjustable

50mm x 150mm 10 Round and 10 Square pegs

NIRMAL TABLE FOR HAND EXERCISES

Trademark nirmal hand exercise table

ANKLE EXRCISER It should have a wooden base

Spring loaded ankle ROM assist

Secure straps to hold the foot in place

Should have graded spring resistance

PEDDOCYCLE (ELECTRONIC)

It should have an adjustable height

It should have a metal body

The legs should be padded with non-skid material

It should have an electronic LCD/LED display

The handle should be padded

The pedals should be positioned forward under the console

The paddles should have toe straps

It should have levels of graded resistance

33

Should come with a minimum warranty of 1 yr

WEIGHTED CUFFS Set of ½ - 3 kgs

Well covered with soft material

Secure Velcro straps

(½ Kg- Rs 300 each approximately 1Kg- Rs 400 each approximately 1 ½ Kg- Rs 500 each approximately 2 Kg- Rs 600 each approximately 2 ½ Kg- Rs 700 each approximately 3 Kg- Rs 800 each approximately)

WRIST EXERCISER Metal make

Should have Graded resistance

BOLSTER SET It should be foam padded

Covered with bright vinyl type coating

It should be non-toxin, clean, grease-proof, non-oily

Comes in following sizes:

(A). Dia. 15cm x 60cm Long

(B). Dia. 20cm x 90cm Long

(C). Dia. 25cm x 90cm Long

(D). Dia. 30cm x 90cm long

(E). Dia. 40cm x 120cm long

T-BRACKET (SHOUDER PULLEY SET)

It should be wall mounted

It should have a adjustable swivel pulley block, two handles and

nylon rope

MOBILE TREATMENT STOOL It should of wooden make

It should be mobile

Height of 40cms – 60cms

VESTIBULAR BOARD Should be of wooden make Should be well padded Should have a rocker bottom on both the ends Should be rectangular in shape

FLOOR SITTER It should be of wooden make

It should be well padded

It should have an abductor wedge

34

It should have secure straps

It should have a removable lap board

INCLINED MAT Soft foam mats with incline Size 180 cm x 90 cm x 40 cm or small and medium sized

DEPTH PERCEPTION PEG BOARD Board should be 30 cm x 30cm

It should have 25 holes of 12 mm. dia.

25 pegs to place in

GYM KIT BOARD It should have graded resistance springs which are colour coded

It should have a grip holder

It should have a finger holder

MAGNETIC PEG BOARD It should be 30cm x 30cm

Board should be fitted with 9 magnets with 9 pegs

Pegs should be numbered from ONE to NINE

PRONATION-SUPINATION BOARD

It should have 6 laminated wooden discs & metal rings

It should have a metal frame

It should have a laminated base

ROLLER APPARATUS-HAND & LEG SKATES

HAND SKATER: handle at top

LEG SKATER: secure Velcro strapping to hold foot in place