0% found this document useful (0 votes)
83 views

View Tender File

This document announces a tender inquiry for the purchase of various medical equipment and instruments for Dr. Ram Manohar Lohia Hospital in New Delhi. It contains 42 separate tenders organized by schedule number, with details such as the item, quantity required, closing and opening dates for bids, and the amount of bid security required. Bidders are directed to relevant sections for notices, instructions, conditions, requirements, forms and other details pertaining to the submission of their bids. The tender follows standard formats for such public procurement documents in India.

Uploaded by

Engy Ramadan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
83 views

View Tender File

This document announces a tender inquiry for the purchase of various medical equipment and instruments for Dr. Ram Manohar Lohia Hospital in New Delhi. It contains 42 separate tenders organized by schedule number, with details such as the item, quantity required, closing and opening dates for bids, and the amount of bid security required. Bidders are directed to relevant sections for notices, instructions, conditions, requirements, forms and other details pertaining to the submission of their bids. The tender follows standard formats for such public procurement documents in India.

Uploaded by

Engy Ramadan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 364

TENDER ENQUIRY DOCUMENT

FOR PURCHASE OF

MEDICAL EQUIPMENTS/INSTRUMENTS

FOR
DR. RAM MANOHAR LOHIA HOSPITAL,
NEW DELHI

OF

GOVT OF INDIA

MINISTRY OF HEALTH & FAMILY WELFARE


__________________________

No. 11-01/2014-LH(S)
Dated:05.12.2016
INDEX

Section Topic Page No.

Section I Notice inviting Tender (NIT) 3

Section II General Instructions to Tenderers (GIT) 5

Section III Special Instructions to Tenderers (SIT) 21

Section IV General Conditions of Contract (GCC) 22

Section V Special Conditions of Contract (SCC) 36

Section VI List of Requirements 37

Section VII Technical Specifications 39 & 62

Section VIII Quality Control Requirements 42

Section IX Qualification Criteria 43

Section X Tender Form 45

Section XI Price Schedules 46

Section XII Questionnaire 50

Section XIII Check List for the Tenderers 51

Section XIV Manufacturer’s Authorisation Form 53

Section XV Bank Guarantee Form for Performance Security /CMC Security 54

Section XVI Contract Form (A & B) 55

Section XVII Proforma of Consignee Receipt Certificate 59

Section XVIII Proforma of Final Acceptance Certificate by the Consignee 60

2
SECTION I
NOTICE INVITING TENDERS (NIT)
FROM: Government of India
Dr. Ram Manohar Lohia Hospital
Baba Kharak Singh Marg,
New Delhi-110001
PHONE No. : 91-011-23404428
91-011-23404499
FAX No.: 91-011-23365718
Tender Enquiry No.: No. 11-01/2014-LH(S) Dated: 05.12.2016
(1) Medical Superintendent, Dr. Ram Manohar Lohia Hospital, Govt. ofIndia, New Delhi for and on
behalf of the President of India invites sealed tenders, from eligible and qualified tenderers for supply of
following Goods and Services:
Schedule Tender Code No. Brief Description of Goods Date of Date of Tender Amount of
No and Quantity Closing of Opening of System Bid Security
(To be quoted on Tender at Tender at (Single (EMD)
the Top of the 2.00 PM 2.30 PM Bid/ (in Rs.)
Envelope/Bid) Double
Bid)
1. 11-35/2015-LH(S)* Urodynamic Procedures Chair 09.01.2017 09.01.2017 Double Bid Rs.1,20,000/-
with EMG Biofeed Back &
Stimulation System (01 No.)
2. 11-40/2015-LH(S)* Radiation Shielding Eyewear 09.01.2017 09.01.2017 Double Bid Rs.6,000/-
(04 Nos.)
3. 11-51/2015-LH(S)* O.T. Table Hydraulic (01 No.) 09.01.2017 09.01.2017 Double Bid Rs.30,000/-
4. 11-76/2015-LH(S)* Microprocessor Controlled 09.01.2017 09.01.2017 Double Bid Rs.40,000/-
Slow Suction Machine (04
Nos.)
5. 11-81/2015-LH(S)* Temporary Pacemaker Single 09.01.2017 09.01.2017 Double Bid Rs.12,000/-
Chamber (04 Nos.)
6. 11-85/2015-LH(S)* Automatic Slide Strainer (01 09.01.2017 09.01.2017 Double Bid Rs.60,000/-
No.)
7. 15-50/2014-LH(S)* Tissue Expander (20 Nos.) 09.01.2017 09.01.2017 Double Bid Rs.24,000/-
8. 15-36/2015-LH(S)* Video Head Impulse Test 09.01.2017 09.01.2017 Rs.30,000/-
Machine (01 Set)
9. 15-44/2015-LH(S)* Neonatal & Paediatric OT 09.01.2017 09.01.2017 Double Bid Rs.20,000/-
Table (01 No.)
10. 15-56/2015-LH(S)* Set of Gouges for Cartilage 09.01.2017 09.01.2017 Double Bid Rs.4,000/-
Carving for Ear
Reconstruction (02 Set)
11. 15-60/2015-LH(S)* Liposuction & Fat Injection 09.01.2017 09.01.2017 Double Bid Rs.10,000/-
Equipment (01 Set)
12. 15-67/2015-LH(S)* Digital Weighing Machine (02 09.01.2017 09.01.2017 Double Bid Rs.2,000/-
Nos.)
13. 15-68/2015-LH(S)* Mobile Autopsy Table (01 09.01.2017 09.01.2017 Double Bid Rs.2,500/-
No.)
14. 11-90/2015-LH(S)* Portable Ventilator (04 nos.) 16.01.2017 16.01.2017 Double Bid Rs.80,000/-
15. 11-102/2015-LH(S)* OT Light with Camera (02 16.01.2017 16.01.2017 Double Bid Rs.1,00,000/-
Nos.)
16. 11-107/2015-LH(S)* Transport Ventilator (01 No.) 16.01.2017 16.01.2017 Double Bid Rs.10,000/-
17. 11-115/2015-LH(S)* Emergency Resuscitation Kit 16.01.2017 16.01.2017 Double Bid Rs.10,000/-
(01No.)
18. 11-119/2015-LH(S)* Bed Side PT with INR 16.01.2017 16.01.2017 Double Bid Rs.12,000/-
Monitoring Kit System (01
No.)
19. 11-135/2015-LH(S)* Optical Coherence 16.01.2017 16.01.2017 Double Bid Rs.70,000/-
Tomography
20. 15-36/2015-LH(S)* Weighing Machine for 16.01.2017 16.01.2017 Double Bid Rs.3,000/-
weighing Dead Bodies (01
No.)

3
21. 15-22/2016-LH(S) Fully Automated Immuno 16.01.2017 16.01.2017 Double Bid Rs.1,40,000/-
Analyser (01 No.)
22. 15-23/2016-LH(S) Refrigerated Table Top 16.01.2017 16.01.2017 Double Bid Rs.18,000/-
Centrifuge (01 No.)
23. 15-24/2016-LH(S) Turbidometer (01 No.) 16.01.2017 16.01.2017 Double Bid Rs.16,000/-
24. 15-25/2016-LH(S) Double Distillation Plant (01 16.01.2017 16.01.2017 Double Bid Rs.6,000/-
No.)
25. 15-26/2016-LH(S) Vertical Autoclave (01 No.) 16.01.2017 16.01.2017 Double Bid Rs.8,000/-
26. 15-29/2016-LH(S) Pediatric Nephroscope 20- 16.01.2017 16.01.2017 Double Bid Rs.26,000/-
22Fr (01 No.)
27. 11-09/2016-LH(S) Automated Hematology Cell 23.01.2017 23.01.2017 Double Bid Rs.18,000/-
Counter (Three Part
Differential) (03 Nos.)
28. 11-11/2016-LH(S) Binocular Research 23.01.2017 23.01.2017 Double Bid Rs.16,000/-
Microscope (02 Nos.)
29. 11-12/2016-LH(S) Deca Head Microscope (01 23.01.2017 23.01.2017 Double Bid Rs.24,000/-
No.)
30. 11-13/2016-LH(S) Research Microscope with 23.01.2017 23.01.2017 Double Bid Rs.13,000/-
Double Head (01 No.)
31. 11-15/2016-LH(S) Five Head Microscope (01 23.01.2017 23.01.2017 Double Bid Rs.25,000/-
No.)
32. 15-30/2016-LH(S) Lithoclast (01 No.) 23.01.2017 23.01.2017 Double Bid Rs.34,000/-
33. 15-31/2016-LH(S) Holmium YAG Laser (01 No.) 23.01.2017 23.01.2017 Double Bid Rs.60,000/-
34. 15-32/2016-LH(S) Pediatric Nephroscope 15- 23.01.2017 23.01.2017 Double Bid Rs.26,000/-
16Fr (01 No.)
35. 15-33/2016-LH(S) Transport Ventilator (02 Nos.) 23.01.2017 23.01.2017 Double Bid Rs.40,000/-
36. 15-34/2016-LH(S) Neonatal Heat Radiant 23.01.2017 23.01.2017 Double Bid Rs.50,000/-
Warmer (05 Nos.)
37. 15-35/2016-LH(S) Warming Blanket Set (06 23.01.2017 23.01.2017 Double Bid Rs.24,000/-
Nos.)
38. 15-36/2016-LH(S) Transport Incubator (01 No.) 23.01.2017 23.01.2017 Double Bid Rs.10,000/-
39. 11-17/2016-LH(S) Automatic Slide Stainer (01 30.01.2017 30.01.2017 Double Bid Rs.60,000/-
No.)
40. 11-18/2016-LH(S) Deca Head Microscope (01 30.01.2017 30.01.2017 Double Bid Rs.40,000/-
No.)
41. 11-19/2016-LH(S) Advance Fluorescence 30.01.2017 30.01.2017 Double Bid Rs.40,000/-
Microscope with camera (01
No.)
42. 11-20/2016-LH(S) Semiautomatic Rotary 30.01.2017 30.01.2017 Double Bid Rs.72,000/-
Microtome(03 Nos.)
43. 11-21/2016-LH(S) Cold Plate (03 Nos.) 30.01.2017 30.01.2017 Double Bid Rs.18,000/-
44. 11-22/2016-LH(S) Auto Refracto-Keratometer 30.01.2017 30.01.2017 Double Bid Rs.12,000/-
(02 Nos.)
45. 11-23/2016-LH(S) Digital Lensmeter (02 Nos.) 30.01.2017 30.01.2017 Double Bid Rs.4,000/-
46. 15-37/2016-LH(S) Ureterorenoscope 4-6Fr (01 30.01.2017 30.01.2017 Double Bid Rs.8,000/-
No.)
47. 15-38/2016-LH(S) Oesophageal Dilator Set 30.01.2017 30.01.2017 Double Bid Rs.2,000/-
(Bogies Set)
48. 15-40/2016-LH(S) LED Phototherapy Unit (03 30.01.2017 30.01.2017 Double Bid Rs.5,000/-
Nos.)
49. 15-41/2016-LH(S) NIBP (Non- Invasive Blood 30.01.2017 30.01.2017 Double Bid Rs.2,500/-
Pressure) – 02 Nos.
50. 15-42/2016-LH(S) Electronic Baby Weighing 30.01.2017 30.01.2017 Double Bid Rs.2,500/-
Machine (05 Nos.)
51. 15-43/2016-LH(S) Flux Meter – 01 No. 30.01.2017 30.01.2017 Double Bid Rs.3,500/-
52. 15-44/2016-LH(S) Breast Pumps (04 Nos.) 30.01.2017 30.01.2017 Double Bid Rs.15,000/-
53. 11-24/2016-LH(S) Ultrasonic Pachymeter (01 06.02.2017 06.02.2017 Double Bid Rs.12,000/-
No.)
54. 11-25/2016-LH(S) Hand Held Digital Fundus 06.02.2017 06.02.2017 Double Bid Rs.12,000/-
Camera (01 No.)
55. 11-27/2016-LH(S) Neurosurgery Instruments 06.02.2017 06.02.2017 Double Bid Rs.1,00,000/-

4
56. 11-28/2016-LH(S) Defibrillator with Monitor (01 06.02.2017 06.02.2017 Double Bid Rs.9,000/-
No.)
57. 11-30/2016-LH(S) Head Light (02 Nos.) 06.02.2017 06.02.2017 Double Bid Rs.16,000/-
58. 11-32/2016-LH(S) Ergometeric Cycle (02 Nos.) 06.02.2017 06.02.2017 Double Bid Rs.4,000/-
59. 11-33/2016-LH(S) Ultrasound Therapy Unit (02 06.02.2017 06.02.2017 Double Bid Rs.8,000/-
Nos.)
60. 11-34/2016-LH(S) Transport Monitor (02 Nos.) 06.02.2017 06.02.2017 Double Bid Rs.10,000/-
61. 15-45/2016-LH(S) Neonatal & Infant Ventilator 06.02.2017 06.02.2017 Double Bid Rs.72,000/-
with Humidifier (02 Nos.)
62. 15-47/2016-LH(S) Neonatal Whole Body Cooling 06.02.2017 06.02.2017 Double Bid Rs.36,000/-
System (01 No.)
63. 15-48/2016-LH(S) Amplitude Integrated EEG 06.02.2017 06.02.2017 Double Bid Rs.70,000/-
Machine for Cerebral Function
Monitoring (01 No.)
64. 15-49/2016-LH(S) Neonatal Transport Incubator 06.02.2017 06.02.2017 Double Bid Rs.44,000/-
with inbuilt ventilator (01 No.)
65. 15-50/2016-LH(S) Transcutaneous 06.02.2017 06.02.2017 Double Bid Rs.7,000/-
Bilirubinometer
66. 15-51/2016-LH(S) One Beam Bilirubinometer 06.02.2017 06.02.2017 Double Bid Rs.22,000/-
with Centrifuge & HCT Reader
(02 Nos.)
67. 15-52/2016-LH(S) Horizontal Laminar Flow 06.02.2017 06.02.2017 Double Bid Rs.16,500/-
System (02 Nos.)
68. 11-35/2016-LH(S) Cell Saver (01 No.) 13.02.2017 13.02.2017 Double Bid Rs.70,000/-
69. 11-36/2016-LH(S) Washer Disinfector (01 No.) 13.02.2017 13.02.2017 Double Bid Rs.50,000/-
70. 11-37/2016-LH(S) Ultrasonic Cleaner (01 No.) 13.02.2017 13.02.2017 Double Bid Rs.20,000/-
71. 11-38/2016-LH(S) Mounting System for Heart 13.02.2017 13.02.2017 Double Bid Rs.20,000/-
Stablizer & Positioner for
MICS CABG (02 Sets)
72. 11-41/2016-LH(S) Operating Microscope (01 13.02.2017 13.02.2017 Double Bid Rs.80,000/-
No.)
73. 11-42/2016-LH(S) Digital Fundus Camera (01 13.02.2017 13.02.2017 Double Bid Rs.60,000/-
No.)
74. 11-44/2016-LH(S) Non Contact Tonometer (04 13.02.2017 13.02.2017 Double Bid Rs.56,000/-
Nos.)
75. 15-54/2016-LH(S) Point of Care testing analyser 13.02.2017 13.02.2017 Double Bid Rs.2000/-
for d-Dimer & PCT (01 No.)
76. 15-55/2016-LH(S) Programmable Fully 13.02.2017 13.02.2017 Double Bid Rs.8,000/-
Automatic Incubator (01 No.)
77. 15-56/2016-LH(S) Audiometer with Printer 13.02.2017 13.02.2017 Double Bid Rs.10,000/-
78. 15-57/2016-LH(S) Bipolar Cautary Unit (01 No.) 13.02.2017 13.02.2017 Double Bid Rs.12,000/-
79. 15-58/2016-LH(S) Rigid Esophagoscope with 13.02.2017 13.02.2017 Double Bid Rs.40,000/-
Accessories (01 No.)
80. 15-59/2016-LH(S) Rigid Ventilating 13.02.2017 13.02.2017 Double Bid Rs.40,000/-
Bronchoscope with
Accessories (01 No.)
81. 15-60/2016-LH(S) Flexible Rhino Laryngoscope 13.02.2017 13.02.2017 Double Bid Rs.36,000/-
with suction + Biopsy channel
camera & Monitor (01 No.)

82. 11-45/2016-LH(S) Specular Microscope (01 No.) 20.02.2017 20.02.2017 Double Bid Rs.30,000/-
83. 11-46/2016-LH(S) Corneal Topography (01 No.) 20.02.2017 20.02.2017 Double Bid Rs.24,000/-
84. 11-47/2016-LH(S) Auto Refrectometer with 20.02.2017 20.02.2017 Double Bid Rs.60,000/-
Keratometer, Tonometer and
Pachymeter (02 Nos.)
85. 11-51/2016-LH(S) High Speed Sterilizer (01 No.) 20.02.2017 20.02.2017 Double Bid Rs.20,000/-
86. 11-55/2016-LH(S) ICU Ventilators (02 Nos.) 20.02.2017 20.02.2017 Double Bid Rs.80,000/-
87. 11-56/2016-LH(S) Defibrillator Monitor (01 No.) 20.02.2017 20.02.2017 Double Bid Rs.10,000/-

5
88. 11-57/2016-LH(S) Cardiac Monitor (01 No.) 20.02.2017 20.02.2017 Double Bid Rs.13,000/-
89. 15-61/2016-LH(S) Micolaryngeal Surgery Set 20.02.2017 20.02.2017 Double Bid Rs.20,000/-
Direct Laryngscope,
Mirolaryngeal Forceps &
Suspension (01 Set)
90. 15-62/2016-LH(S) Microdebrider System (01 20.02.2017 20.02.2017 Double Bid Rs.40,000/-
No.)
91. 15-63/2016-LH(S) Endoscopes + Telescope 20.02.2017 20.02.2017 Double Bid Rs.24,000/-
Handles (06 + 02 Nos.)
92. 15-64/2016-LH(S) Fess Instruments Set 20.02.2017 20.02.2017 Double Bid Rs.80,000/-
93. 15-68/2016-LH(S) Endoscopic Set for Plastic 20.02.2017 20.02.2017 Double Bid Rs,18,000/-
Surgery
94. 15-69/2016-LH(S) OT Table Hydraulic (01 No.) 20.02.2017 20.02.2017 Double Bid Rs.18,000/-
95. 15-70/2016-LH(S) Patient Ventilator (01 No.) 20.02.2017 20.02.2017 Double Bid Rs.40,000/-
96. 15-71/2016-LH(S) Q Switched Nd YAG Laser (01 20.02.2017 20.02.2017 Double Bid Rs.70,000/-
No.)
97. 11-59/2016-LH(S) High Temperature Saturated 27.02.2017 27.02.2017 Double Bid Rs.36,000/-
Atomized Dry Steam
Disinfection System (02 Nos.)
98. 11-60/2016-LH(S) Mixed Oxidant Generator 27.02.2017 27.02.2017 Double Bid Rs.48,000/-
System (02 Nos.)
99. 11-61/2016-LH(S) High Speed Sterilizer (01 No.) 27.02.2017 27.02.2017 Double Bid Rs.9,000/-
100. 11-62/2016-LH(S) Hot & Cold Water Sterilizer 27.02.2017 27.02.2017 Double Bid Rs.5,000/-
(01 No.)
101. 11-63/2016-LH(S) A V Shunt Instruments & 27.02.2017 27.02.2017 Double Bid Rs.5,000/-
General Instruments Set (01
Set)
102. 11-64/2016-LH(S) Endoscope Asceptization Unit 27.02.2017 27.02.2017 Double Bid Rs.90,000/-
(01 No.)
103. 11-67/2016-LH(S) Portable 3D Ultrasound 27.02.2017 27.02.2017 Double Bid Rs.72,000/-
Bladder Scanner (02 Nos.)
104. 15-72/2016-LH(S) Electro Cautery Machine (02 27.02.2017 27.02.2017 Double Bid Rs.18,000/-
Nos.)
105. 15-73/2016-LH(S) Surgical Magnifying Loupe (06 27.02.2017 27.02.2017 Double Bid Rs.18,000/-
Nos.)
106. 15-74/2016-LH(S) Ceiling Mounted LED 27.02.2017 27.02.2017 Double Bid Rs.18,000/-
Examination Light (01 No.)
107. 15-75/2016-LH(S) Tourniquet Electronic 27.02.2017 27.02.2017 Double Bid Rs.18,000/-
(Automatic) (02 Nos.)
108. 15-76/2016-LH(S) Skin Graft Mesher (03 Nos.) 27.02.2017 27.02.2017 Double Bid Rs.18,000/-
109. 15-77/2016-LH(S) Arthroscopy Lens 2.7mm 30˚ 27.02.2017 27.02.2017 Double Bid Rs.10,000/-
with Trocar & Cannula (02
Nos.)
110. 15-78/2016-LH(S) Arthroscopy Lens 4 mm 70˚ 27.02.2017 27.02.2017 Double Bid Rs.10,000/-
with Trocar & Cannula (02
Nos.)
111. 11-68/2016-LH(S) Powered OT Table (01 No.) 06.03.2017 06.03.2017 Double Bid Rs.94,000/-
112. 11-69/2016-LH(S) Shockwave Therapy Unit (01 06.03.2017 06.03.2017 Double Bid Rs.50,000/-
No.)
113. 11-70/2016-LH(S) Flexible Ureteroreno 06.03.2017 06.03.2017 Double Bid Rs.16,000/-
Fiberscope (01 No.)
114. 11-71/2016-LH(S) Environmental 06.03.2017 06.03.2017 Double Bid Rs.30,000/-
Decontamination System with
ULV Fogger (04 Nos.)
115. 11-82/2016-LH(S) Ultrasonic Pachymeter with 06.03.2017 06.03.2017 Double Bid Rs.8,000/-
Thermal Printer (01 No.)
116. 11-86/2016-LH(S) Defibrillator (01 No.) 06.03.2017 06.03.2017 Double Bid Rs.12,000/-
117. 11-87/2016-LH(S) Treadmill (01 No.) 06.03.2017 06.03.2017 Double Bid Rs.32,000/-
118. 15-80/2016-LH(S) Ultrasonic Bone Scalpel 06.03.2017 06.03.2017 Double Bid Rs.64,000/-
System (01 No.)
119. 15-81/2016-LH(S) O.T. Ceiling Light 06.03.2017 06.03.2017 Double Bid Rs.36,000/-

6
120. 15-82/2016 General Orthopaedic 06.03.2017 06.03.2017 Double Bid Rs.20,000/-
Instruments (01 Lot)
121. 15-83/2016-LH(S) Shoulder Positioner (01 No.) 06.03.2017 06.03.2017 Double Bid Rs.30,000/-
122. 15-91/2016-LH(S) Laparoscopic Hand 06.03.2017 06.03.2017 Double Bid Rs.35,000/-
Instruments Set (01 No.)
123. 15-22/2015-LH(S)# Fully Automatic Rectangular 06.03.2017 06.03.2017 Double Bid Rs.1,60,000/-
Steam Sterilizer (01 No.
124. 15-26/2015-LH(S)# Mobile C-Arm Image 06.03.2017 06.03.2017 Double Bid Rs.1,20,000/-
Intensifier & Fluroscopy
System (01 No.)
125. 11-88/2015-LH(S)# Neuro Endoscope (01 No.) 20.03.2017 20.03.2017 Double Bid Rs.1,80,000/-
126. 11-10/2016-LH(S)# Five Part Differential 20.03.2017 20.03.2017 Double Bid Rs.1,40,000/-
Hematology Analyzer (02
Nos.)
127. 11-16/2016-LH(S)# Automated Liquid Based 20.03.2017 20.03.2017 Double Bid Rs.1,10,000/-
Cytology System
128. 11-26/2016-LH(S)# Ultrasonic Aspirator for 20.03.2017 20.03.2017 Double Bid Rs.1,60,000/-
Microneurosurgery (02 Nos.)
129. 11-29/2016-LH(S)# C Arm Image Intensifier (01 20.03.2017 20.03.2017 Double Bid Rs.1,60,000/-
No.)
130. 11-31/2016-LH(S)# Complete Monitoring System 20.03.2017 20.03.2017 Double Bid Rs.1,60,000/-
with Central Station (01 unit)
131. 11-43/2016-LH(S)# Slit Lamp with Applanation 20.03.2017 20.03.2017 Double Bid Rs.1,12,000/-
Tonometer with Motorized
Table (04 Nos.)
132. 11-49/2016-LH(S)# O.T. Table (02 Nos.) 20.03.2017 20.03.2017 Double Bid Rs.1,20,000/-
133. 15-27/2015-LH(S)# HD Videoendoscopy System 20.03.2017 20.03.2017 Double Bid Rs.1,30,000/-
(01 Set)
134. 15-40/2015-LH(S)# Stroboscope & Recording 20.03.2017 20.03.2017 Double Bid Rs.70,000/-
System (01 Set)
135. 15-65/2015-LH(S)# Surgical Microscope for Plastic 20.03.2017 20.03.2017 Double Bid Rs.1,20,000/-
& Reconstructive Surgery (01
No.)
136. 15-27/2016-LH(S)# Multi Channel Patient Monitor 20.03.2017 20.03.2017 Double Bid Rs.1,80,000/-
(15 Nos.)
137. 15-28/2016-LH(S)# Pediatric Ventilator (04 Nos.) 20.03.2017 20.03.2017 Double Bid Rs.1,60,000/-
138. 15-46/2016-LH(S)# Neonatal High Frequency 20.03.2017 20.03.2017 Double Bid Rs.1,05,000/-
Ventilator with conventional
ventilator – 02 Nos.
139. 11-50/2016-LH(S)# Laparoscopic Surgery Set (01 03.04.2017 03.04.2017 Double Bid Rs.1,00,000/-
Set)
140. 11-52/2016-LH(S)# Multichannel ICU Monitors (04 03.04.2017 03.04.2017 Double Bid Rs.1,20,000/-
Nos.)
141. 11-53/2016-LH(S)# Anesthesia Work Station (02 03.04.2017 03.04.2017 Double Bid Rs.1,40,000/-
Nos.)
142. 11-54/2016-LH(S)# HDU Beds (17 Nos.) 03.04.2017 03.04.2017 Double Bid Rs.1,70,000/-
143. 11-58/2016-LH(S)# Automated Biological 03.04.2017 03.04.2017 Double Bid Rs.1,00,000/-
Aspirator & Disinfector (02
Nos.)
144. 11-65/2016-LH(S)# Single Port Laparoscopy 03.04.2017 03.04.2017 Double Bid Rs.1,42,000/-
Surgery Instruments (01 Set)
145. 11-66/2016-LH(S)# Advanced Video Urodynamic 03.04.2017 03.04.2017 Double Bid Rs.1,96,000/-
Work Station (01 No.)
146. 15-65/2016-LH(S)# 3 Chip Full HD Camera with 03.04.2017 03.04.2017 Double Bid Rs.1,00,000/-
Monitor(01 No.)
147. 15-95/2016-LH(S) 1) Titanium Connected 03.04.2017 03.04.2017 Double Bid Rs.40,000/-
Interference Screws
2) Titanium suture anchors
for Bankart & rotator cuff
fixaton
3) Suture Disk (30 each)
148. 15-96/2016-LH(S)# Endobronchial Ultrasound 03.04.2017 03.04.2017 Double Bid Rs.1,80,000/-
System Video Bronchoscope

7
with Radial Probe
149. 11-83/2016-LH(S)# Fully Automated Clinical 03.04.2017 03.04.2017 Double Bid Rs.1,00,000/-
Chemistry Analyzer with
through put 600 or more
(1+1 unit)
150. 11-84/2016-LH(S)# Fully Automated Clinical 03.04.2017 03.04.2017 Double Bid Rs.1,92,000/-
Chemistry Analyzer with
through put 2000 or more
(1+1 unit)
151. 11-85/2016-LH(S)# Fully Automated 03.04.2017 03.04.2017 Double Bid Rs.1,20,000/-
Chemiluminiscence
Immunoassay (1+1 unit)
# Tenders with Pre-Bid Meeting as scheduled in Para 5.

(2) Closing date & Time for Receipt of Tender Bids: (indicated above date and time)
Opening Date and Time for Tender Bids: (indicated above date and time)

(3) The tender enquiry documents may be downloaded from the web-site of the Hospital
(www.rmlh.nic.in) by the interested tenderers. A Demand Draft for a sum of Rs.500/- (Rupees Five
hundred only) [non refundable] drawn on a scheduled bank in India, in favour of Pay & Accounts
Officer, Dr. R.M.L. Hospital, New Delhi payable at New Delhi should be attached along with the Technical
Bid towards the cost of the Tender documents, failing which the tender bid will be rejected.

(4) Interested tenderers may obtain further information about the above requirements from the Office of
Chief Medical Officer In-charge Purchase, Purchase Section, 4th Floor, Acedmic Block, PGIMER Building, Dr. Ram
Manohar Lohia Hospital, New Delhi – 110001 on any working day between 11 a.m. to 12.00 noon (Monday to
Friday).

(5) The Pre-Bid Conference for the following item, will be held as per the time, date and venue indicated
against. All prospective tenderers may attend the Pre-Bid Conference along with written queries, if any.

Schedule Tender Code Brief Description of Goods Date, Time as mentioned below &
No. Number Venue is Chamber of Dr. Punam
Kapoor, Addl. M.S., Old Building,
Dr. RML Hospital
1 15-22/2015-LH(S)# Fully Automatic Rectangular Steam Sterilizer 03.01.2017 at 02.30 PM
(01 No.
2 15-26/2015-LH(S)# Mobile C-Arm Image Intensifier & Fluroscopy 02.01.2017 at 11.30 AM
System (01 No.)
3 11-88/2015-LH(S)# Neuro Endoscope (01 No.) 05.01.2017 at 10.00 AM
4 11-10/2016-LH(S)# Five Part Differential Hematology Analyzer 10.01.2017 at 11.00 AM
(02 Nos.)
5 11-16/2016-LH(S)# Automated Liquid Based Cytology System 10.01.2017 at 11.00 AM
6 11-26/2016-LH(S)# Ultrasonic Aspirator for Microneurosurgery 05.01.2017 at 10.00 AM
(02 Nos.)
7 11-29/2016-LH(S)# C Arm Image Intensifier (01 No.) 05.01.2017 at 10.00 AM
8 11-31/2016-LH(S)# Complete Monitoring System with Central 05.01.2017 at 10.00 AM
Station (01 unit)
9 11-43/2016-LH(S)# Slit Lamp with Applanation Tonometer with 07.01.2017 at 11.00 AM
Motorized Table (04 Nos.)
10 11-49/2016-LH(S)# O.T. Table (02 Nos.) 02.01.2017 at 02.00 PM
11 15-27/2015-LH(S)# HD Videoendoscopy System (01 Set) 02.01.2017 at 11.30 AM
12 15-40/2015-LH(S)# Stroboscope & Recording System (01 Set) 06.01.2017 at 02.30 PM
13 15-65/2015-LH(S)# Surgical Microscope for Plastic & 04.01.2017 at 02.00 PM
Reconstructive Surgery (01 No.)
14 15-27/2016-LH(S)# Multi Channel Patient Monitor (15 Nos.) 24.01.2017 at 03.00 PM
15 15-28/2016-LH(S)# Pediatric Ventilator (04 Nos.) 24.01.2017 at 03.00 PM
16 15-46/2016-LH(S)# Neonatal High Frequency Ventilator with 04.01.2017 at 02.00 PM
conventional ventilator – 02 Nos.

8
17 11-50/2016-LH(S)# Laparoscopic Surgery Set (01 Set) 02.01.2017 at 02.00 PM
18 11-52/2016-LH(S)# Multichannel ICU Monitors (04 Nos.) 03.01.2017 at 02.00 PM
19 11-53/2016-LH(S)# Anesthesia Work Station (02 Nos.) 03.01.2017 at 02.00 PM
20 11-54/2016-LH(S)# HDU Beds (17 Nos.) 03.01.2017 at 02.00 PM
21 11-58/2016-LH(S)# Automated Biological Aspirator & Disinfector 03.01.2017 at 02.00 PM
(02 Nos.)
22 11-65/2016-LH(S)# Single Port Laparoscopy Surgery Instruments 03.01.2017 at 02.00 PM
(01 Set)
23 11-66/2016-LH(S)# Advanced Video Urodynamic Work Station 03.01.2017 at 02.00 PM
(01 No.)
24 15-65/2016-LH(S)# 3 Chip Full HD Camera with Monitor(01 No.) 06.01.2017 at 02.30 PM
25 15-96/2016-LH(S)# Endobronchial Ultrasound System Video 03.01.2017 at 02.30 PM
Bronchoscope with Radial Probe
26 11-83/2016-LH(S)# Fully Automated Clinical Chemistry Analyzer 10.01.2017 at 11.00 AM
with through put 600 or more (1+1 unit)
27 11-84/2016-LH(S)# Fully Automated Clinical Chemistry Analyzer 10.01.2017 at 11.00 AM
with through put 2000 or more (1+1 unit)
28 11-85/2016-LH(S)# Fully Automated Chemiluminiscence 10.01.2017 at 11.00 AM
Immunoassay (1+1 unit)

(6) It is the responsibility of the Tenderers to ensure that their Bids, whether sent by post or by courier or
by person, are dropped in the Tender Box of the Hospital kept near Reception Counter, Nursing Home,
Old Building, Dr. Ram Manohar Lohia Hospital, New Delhi – 110001 by the closing date and time
stipulated above in Para 1 for receipt of Bids, failing which the bid would be considered late and rejected.

(7) The Invitation for Bid documents is not transferable.

(8) The Tender Box will be opened at 2.30 PM on dates mentioned against each of the above items in the
presence of representative of tenderers in the Conference Room, Old Building, Dr. Ram Manohar Lohia
Hospital, New Delhi – 110001. In the event of any of the above mentioned dates being declared as a holiday
/ closed day for the purchase organisation, the tenders will be opened on the next working day at the appointed
time.

(9) Tenderers are advised to see the Hospital’s website www.rmlh.nic.in & www.eprocure.nic.in till the last
date of opening of tenders to see any amendments/corrigendum in respect of tender enquiry
documents/specifications/terms & conditions.

(10) *Item at Sl. No. 1 to 20 have already been published and those who have already submitted their bids,
need not to apply again, if the same is stands valid as per tender conditions.

CHIEF MEDICAL OFFICER & I/C PROCUREMENT


For MEDICAL SUPERINTENDENT
DR. RAM MANOHAR LOHIA HOSPITAL
NEW DELHI

9
SECTION - II
GENERAL INSTRUCTIONS TO TENDERERS (GIT)
CONTENTS

Sl.
Topic Page No.
No.
A PREAMBLE

1 Definitions and Abbreviations 7

2 Introduction 8

3 Availability of Funds 8

4 Language of Tender 8

5 Eligible Tenderer 9

6 Eligible Goods and Services 9

7 Tendering Expense 9

B TENDER ENQUIRY DOCUMENTS


8 Contents of Tender Enquiry Documents 9

9 Amendments to Tender Enquiry Documents 9

10 Clarification of Tender Enquiry Documents 10

C PREPARATION OF TENDERS
11 Documents Comprising the Tender 10

12 Tender Currencies 10

13 Tender Prices 11

14 Indian Agent 13

15 Firm Price 13

16 Alternative Tenders 13

Documents Establishing Tenderer’s Eligibility and 13


17
Qualifications

Documents Establishing Good’s Conformity to Tender 14


18
Enquiry Document

19 Earnest Money Deposit (EMD)/Bid Security 14

20 Tender Validity 15

21 Signing and Sealing of Tender 15

10
D SUBMISSION OF TENDERS
22 Submission of Tenders 15

23 Late Tender 16

24 Alteration and Withdrawal of Tender 16

E TENDER OPENING
25 Opening of Tenders 16
F SERUTINY AND EVALUATION OF TENDERS
26 Basic Principle 16
27 Preliminary Scrutiny of Tenders 17
28 Minor Infirmity/Irregularity/Non-Conformity 17
29 Discrepancy in Prices 17
30 Discrepancy between original and copies of Tender 18
31 Qualification Criteria 18
32 Conversion of Tender Currencies to Indian Rupees 18
33 Schedule-wise Evaluation 18
34 Comparison of Tenders 18
Additional Factors and Parameters for Evaluation and 18
35
Ranking of Responsive Tenders
36 Tenderer’s capability to perform the contract 19
37 Contacting the Purchaser 19
G AWARD OF CONTRACT
Purchaser’s Right to Accept any Tender and to Reject any or 19
38
All Tenders
39 Award Criteria 19
Variation of Quantities at the Time of Award/Currency of 19
40
Contract
41 Notification of Award 19
42 Issue of Contract 20
Non-receipt of Performance Security and Contract by the 20
43
Purchaser/Consignee
44 Return/Release of EMD 20
45 Publication of Tender Result 20
46 Corrupt or Fraudulent Practices 20

11
SECTION – II
GENERAL INSTRUCTIONS TO TENDERERS (GIT)

A. PREAMBLE

1. Definitions and Abbreviations

1.1 The following definitions and abbreviations, which have been used in these documents shall have the
meanings as indicated below:

1.2. Definitions:

(i) “Purchaser” means the organization purchasing goods and services as incorporated in the Tender
Enquiry document.
(ii) “Tender” means Bids / Quotation / Tender received from a Firm /Tenderer/ Bidder.
(iii) “Tenderer” means Tenderer/ the Individual or Firm submitting Bids / Quotation / Tender.
(iv) “Supplier” means the individual or the firm supplying the goods and services as incorporated in the
contract.
(v) “Goods” means the articles, material, commodities, livestock, furniture, fixtures, raw material, spares,
instruments, machinery, equipment, medical equipment, industrial plant etc. which the supplier is
required to supply to the purchaser under the contract.
(vi) “Services” means services allied and incidental to the supply of goods, such as transportation,
installation, commissioning, provision of technical assistance, training, after sales service, maintenance
service and other such obligations of the supplier covered under the contract.
(vii) “Earnest Money Deposit” (EMD) means Bid Security/ monetary or financial guarantee to be furnished
by a tenderer along with its tender.
(viii) “Contract” means the written agreement entered into between the purchaser and/or consignee and the
supplier, together with all the documents mentioned therein and including all attachments, annexure
etc. therein.
(ix) “Performance Security” means monetary or financial guarantee to be furnished by the successful
tenderer for due performance of the contract placed on it. Performance Security is also known as
Security Deposit.
(x) “Consignee” means the Hospital/Institute/Medical College/ person to whom the goods are required to
be delivered as specified in the Contract.
(xi) “Specification” means the document/standard that prescribes the requirement with which goods or
service has to conform.
(xii) “Inspection” means activities such as measuring, examining, testing, gauging one or more
characteristics of the product or service and comparing the same with the specified requirement to
determine conformity.
(xiii) “Day” means calendar day.

1.3 Abbreviations:

(i) “T E Document” means Tender Enquiry Document.


(ii) “NIT” means Notice Inviting Tenders.
(iii) “GIT” means General Instructions to Tenderers.
(iv) “SIT” means Special Instructions to Tenderers.
(v) “GCC” means General Conditions of Contract.
(vi) “SCC” means Special Conditions of Contract.
(vii) “DGS&D” means Directorate General of Supplies and Disposals.
(viii) “NSIC” means National Small Industries Corporation.
(ix) “PSU” means Public Sector Undertaking.
(x) “CPSU” means Central Public Sector Undertaking.
(xi) “LSI” means Large Scale Industry.
(xii) “SSI” means Small Scale Industry.
(xiii) “LC” means Letter of Credit.
(xiv) “DP” means Delivery Period.
(xv) “BG” means Bank Guarantee.
(xvi) “ED” means Excise Duty.
(xvii) “CD” means Custom Duty.

12
(xviii) “VAT” means Value Added Tax.
(xix) “CENVAT” means Central Value Added Tax.
(xx) “CST” means Central Sales Tax.
(xxi) “RR” means Railway Receipt.
(xxii) “BL” means Bill of Lading.
(xxiii) “FOB” means Free on Board (As per INCOTERMS).
(xxiv) “FCA” means Free Carrier (As per INCOTERMS).
(xxv) “FOR” means Free On Rail (As per INCOTERMS).
(xxvi) “CIF” means Cost, Insurance and Freight (As per INCOTERMS).
(xxvii) “CIP (Destinations)” means Carriage and Insurance Paid up to named port of destination (As per
INCOTERMS). Additionally the Insurance (local transportation and storage) would be extended and
borne by the Supplier from ware house to the consignee/Hospital till the date of delivery.
(xxviii) “DDP” means Delivery Duty Paid named place of destination (consignee/Hospital site).
(xxix) “INCOTERMS” means International Commercial Terms as on the date of Tender Opening.
(xxx) ”MOH&FW” means Ministry of Health & Family Welfare, Government of India.
(xxxi) “Dte. GHS” means Directorate General and Health Services, MOH&FW.
(xxxii) “CMC” means Comprehensive Maintenance Contract (inclusive of labour, spares and preventive
maintenance).
(xxxiii) “RT” means Re-Tender.

2. Introduction

2.1 The Purchaser has issued these TE documents for purchase of goods and related services as
mentioned in Section – VI – “List of Requirements”, which also indicates, interalia, the required delivery
schedule, terms and place of delivery.
2.2 This section (Section II - “General Instructions to Tenderers”) provides the relevant information as well
as instructions to assist the prospective Tenderers in preparation and submission of tenders. It also
includes the mode and procedure to be adopted by the purchaser for receipt and opening as well as
scrutiny and evaluation of tenders and subsequent placement of contracts.
2.3 The Tenderers shall also read the Special Instructions to Tenderers (SIT) related to this purchase, as
contained in Section III of these documents and follow the same accordingly. Whenever there is a
conflict between the GIT and the SIT, the provisions contained in the SIT shall prevail over those in the
GIT.
2.4 Before formulating the tender and submitting the same to the purchaser, the Tenderer should read and
examine all the terms, conditions, instructions, checklist etc. contained in the TE documents. Failure to
provide and/or comply with the required information, instructions etc. incorporated in these TE
documents may result in rejection of its tender.

3. Availability of Funds

3.1 Expenditure to be incurred for the proposed purchase will be met from the funds available with the
purchaser/consignee.

4. Language of Tender

4.1 The tender submitted by the Tenderer and all subsequent correspondence and documents relating to
the tender, exchanged between the Tenderer and the purchaser, shall be written in the English
language, unless otherwise specified in the Tender Enquiry. However, the language of any printed
literature furnished by the Tenderer in connection with its tender may be written in any other language
provided the same is accompanied by an English translation and, for purposes of interpretation of the
tender, the English translation shall prevail.
4.2 The tender submitted by the Tenderer and all subsequent correspondence and documents relating to
the tender, exchanged between the Tenderer and the purchaser, may also be written in the Hindi
language, provided that the same are accompanied by English translation, in which case, for purpose
of interpretation of the tender etc., the English translations shall prevail.

13
5. Eligible Tenderers

5.1 This invitation for tenders is open to all suppliers who fulfil the eligibility criteria specified in these
documents.

6. Eligible Goods and Services

6.1 All goods and related services to be supplied under the contract shall have their origin in India or any
other country with which India has not banned trade relations. The term “origin” used in this clause
means the place where the goods are mined, grown, produced, or manufactured or from where the
related services are arranged and supplied.

7. Tendering Expense

7.1 The tenderer shall bear all costs and expenditure incurred and/or to be incurred by it in connection
with its tender including preparation, mailing and submission of its tender and for subsequent
processing the same. The purchaser will, in no case be responsible or liable for any such cost,
expenditure etc. regardless of the conduct or outcome of the tendering process.

B. TENDER ENQUIRY DOCUMENTS

8. Content of Tender Enquiry Documents

8.1 In addition to Section I – “Notice inviting Tender” (NIT), the TE documents include:

 Section II – General Instructions to Tenderers (GIT)


 Section III – Special Instructions to Tenderers (SIT)
 Section IV – General Conditions of Contract (GCC)
 Section V – Special Conditions of Contract (SCC)
 Section VI – List of Requirements
 Section VII – Technical Specifications
 Section VIII – Quality Control Requirements
 Section IX – Qualification Criteria
 Section X – Tender Form
 Section XI – Price Schedules
 Section XII – Questionnaire
 Section XIII – Check List for the Tenderers
 Section XIV – Manufacturer’s Authorisation Form
 Section XV – Bank Guarantee Form for Performance Security/CMC Security
 Section XVI – Contract Forms A & B
 Section XVII – Proforma of Consignee Receipt Certificate
 Section XVIII – Proforma of Final Acceptance Certificate by the Purchaser/consignee

8.2 The relevant details of the required goods and services, the terms, conditions and procedure for
tendering, tender evaluation, placement of contract, the applicable contract terms and, also, the
standard formats to be used for this purpose are incorporated in the above-mentioned documents. The
interested tenderers are expected to examine all such details etc. to proceed further.

9. Amendments to TE documents

9.1 At any time prior to the deadline for submission of tenders, the purchaser may, for any reason deemed
fit by it, modify the TE documents by issuing suitable amendment(s) to it.
9.2 Such an amendment/s will be uploaded on the Hospital Web-site(www.rmlh.nic.in) and will be binding
on the tenderers.
9.3 In order to provide reasonable time to the prospective tenderers to take necessary action in preparing
their tenders as per the amendment/s, the purchaser may, at its discretion extend the deadline for the
submission of tenders and other allied time frames, which are linked with that deadline.

14
10. Clarification of TE documents

10.1 A tenderer requiring any clarification or elucidation on any issue of the TE documents may take up the
same with the purchaser in writing. The purchaser will respond in writing to such request provided the
same is received by the purchaser not later than twenty days (unless otherwise specified in the SIT)
prior to the prescribed date of submission/opening of tender.

C. PREPARATION OF TENDERS

11. Documents Comprising the Tender

11.1 The Two Tender System (Double Bid), i.e. “Techno – Commercial Tender” and “Price Tender”
prepared by the tenderer shall comprise the following:

A) Techno – Commercial Tender (Un priced Tender)

Earnest money/Bid Security in the shape of Demand Draft furnished in accordance with GIT clause 19.1
alternatively, documentary evidence as per GIT clause 19.2 for claiming exemption from payment of
earnest money.
Tender Document Fee in the shape of Demand Draft as specified in NIT.
Tender Form as per Section X (without indicating any prices).
Documentary evidence, as necessary in terms of clauses 5 and 17 establishing that the tenderer is
eligible to submit the tender and, also, qualified to perform the contract if its tender is accepted.
Tenderer/Agent who quotes for goods manufactured by other manufacturer shall furnish Manufacturer’s
Authorisation Form.
Documents and relevant details to establish in accordance with GIT clause 18 that the goods and the allied
services to be supplied by the tenderer conform to the requirement of the TE documents.
Performance Statement as per section IX along with relevant copies of orders and end users’ satisfaction
certificate.
Price Schedule(s) as per Section XI filled up with all the details including Make, Model etc. of the goods offered
with prices blank (without indicating any prices).
Certificate of Incorporation in the country of origin.
Checklist as per Section XIII.

B) Price Tender:

The information given at clause no. 11.1 A) iii) & viii) above should be reproduced with the prices
indicated.
N.B.
1. All pages of the Tender should be page numbered and indexed.
2. It is the responsibility of tenderer to go through the TE document to ensure furnishing all
required documents in addition to above, if any.

11.2 The authorized signatory of the tenderer must sign the tender duly stamped at appropriate places and
initial all the remaining pages of the tender.
11.3 A tender, which does not fulfil any of the above requirements and/or gives evasive information/reply
against any such requirement, shall be liable to be ignored and rejected.
11.4 Tender sent by fax/telex/cable/electronically shall be ignored.

12. Tender currencies

12.1 The tenderer supplying indigenous goods or already imported goods shall quote only in Indian
Rupees.
12.2 For imported goods if supplied directly from abroad, prices shall be quoted in any freely convertible
currency say US Dollar, Euro, GBP or Yen. As regards price(s) for allied services, if any required with
the goods, the same shall be quoted in Indian Rupees only if such services are to be performed
/undertaken in India. Commission for Indian Agent, if any and if payable shall be indicated in the space
provided for in the price schedule and will be payable in Indian Rupees only.

15
12.3 Tenders, where prices are quoted in any other way shall be treated as non -responsive and rejected.

13 Tender Prices

13.1 The Tenderer shall indicate on the Price Schedule provided under Section XI all the specified
components of prices shown therein including the unit prices and total tender prices of the goods and
services it proposes to supply against the requirement. All the columns shown in the price schedule
should be filled up as required. If any column does not apply to a tenderer, same should be clarified as
“NA” by the tenderer.
13.2 The quoted prices for goods offered from within India and that for goods offered from abroad are to be
indicated separately in the applicable Price Schedules attached under Section XI.
13.3 While filling up the columns of the Price Schedule, the following aspects should be noted for
compliance:

13.3.1 For domestic goods or goods of foreign origin located within India or goods to be imported
and supplied against payment in Indian Rupees, the prices in the corresponding price schedule
shall be entered separately in the following manner:

a) The price of the goods, quoted ex-factory/ ex-showroom/ ex-warehouse/ off-the-shelf, as applicable,
including all taxes and duties like sales tax, CST VAT, CENVAT, Custom Duty, Excise Duty etc. already
paid or payable on the components and raw material used in the manufacture or assembly of the
goods quoted ex-factory etc. or on the previously imported goods of foreign origin quoted ex-
showroom etc;
b) Any sales or other taxes and any duties including excise duty, which will be payable on the goods in
India if the contract is awarded to be shown separately in the price schedule;
c) Charges towards Packing & Forwarding, Inland Transportation, Insurance (local transportation and
storage) would be borne by the Supplier from ware house to the purchaser/consignee site till the date
of delivery, Loading/Unloading and other local costs incidental to delivery of the goods to their final
destination as specified in the List of Requirements and Price Schedule;
d) The price of Incidental Services, as mentioned in List of Requirements and Price Schedule;
e) The prices of Turnkey ( if any), as mentioned in List of Requirements, Technical Specification and Price
Schedule; and
f) The price of CMC, as mentioned in List of Requirements, Technical Specification and Price Schedule.

13.3.2 For goods offered from abroad, the prices in the corresponding price schedule shall be entered
separately in the following manner:

a) The price of goods quoted FOB/FCA port of shipment, as indicated in the List of Requirements and
Price Schedule;
b) The amount of freight and insurance;
c) The price of goods quoted CIF/CIP basis (name port of destination) in India as indicated in the List of
Requirements, Price Schedule and Consignee List;
d) If the rates are on CIF/CIP basis, the charges for Insurance (local transportation and storage) would be
extended and borne by the Supplier from ware house to the consignee/Hospital site for a period till the
date of delivery. Other local costs and Incidental costs, as specified in the List of Requirements and
Price Schedule;
e) The charges for Incidental Services, as in the List of Requirements and Price Schedule;
f) The prices of Turnkey (if any), as mentioned in List of Requirements, Technical Specification and Price
Schedule; and
h) The price of annual CMC, as mentioned in List of Requirements, Technical Specification and Price
Schedule.

13.4 Additional information and instruction on Duties and Taxes:

13.4.1 If the Tenderer desires to ask for excise duty, sales tax/ VAT, Service Tax, Works Contract Tax etc. to
be paid extra, the same must be specifically stated. In the absence of any such stipulation the price will
be taken inclusive of such duties and taxes and no claim for the same will be entertained later.

16
13.4.2 Excise Duty:

a) If reimbursement of excise duty is intended as extra over the quoted prices, the supplier must
specifically say so also indicating the rate, quantum and nature of the duty applicable. In the absence
of any such stipulation it will be presumed that the prices quoted are firm and final and no claim on
account of excise duty will be entertained after the opening of tenders.
b) If a tenderer chooses to quote a price inclusive of excise duty and also desires to be reimbursed for
variation, if any, in the excise duty during the time of supply, the tenderer must clearly mention the
same and also indicate the rate and quantum of excise duty included in its price. Failure to indicate all
such details in clear terms may result in rejection of that tender.
c) Subject to sub clauses 13.4.2 (a) & (b) above, any change in excise duty upward/downward as a result
of any statutory variation in excise duty taking place within contract terms shall be allowed to the
extent of actual quantum of excise duty paid by the supplier. In case of downward revision in excise
duty, the actual quantum of reduction of excise duty shall be reimbursed to the purchaser by the
supplier. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if any
obtained by the supplier.

13.4.3 Sales Tax:

If a tenderer asks for sales tax/ VAT, Service Tax and Works Contract Tax to be paid extra, the rate
and nature of sales tax applicable should be shown separately. The sales tax / VAT, Service Tax and
Works Contract Tax will be paid as per the rate at which it is liable to be assessed or has actually been
assessed provided the transaction of sale is legally liable to sales tax / VAT, Service Tax and Works
Contract Tax and is payable as per the terms of the contract. If any refund of Tax is received at a later
date, the Supplier must return the amount forth-with to the purchaser.

13.4.4 Octroi Duty and Local Duties & Taxes:

Normally, goods to be supplied to government departments against government contracts are


exempted from levy of town duty, Octroi duty, terminal tax and other levies of local bodies. However,
on some occasions, the local bodies (like town body, municipal body etc.) as per their regulations allow
such exemptions only on production of certificate to this effect from the concerned government
department. Keeping this in view, the supplier shall ensure that the stores to be supplied by the
supplier against the contract placed by the purchaser are exempted from levy of any such duty or tax
and, wherever necessary, obtain the exemption certificate from the purchaser. The purchaser should
issue the certificate to the supplier within 21 days from the date of receipt of request from the supplier.
However, if a local body still insists upon payment of such local duties and taxes, the same should be
paid by the supplier to the local body to avoid delay in supplies and possible demurrage charges and
obtain a receipt for the same. The supplier should forward the receipt obtained for such payment to
the purchaser to enable the purchaser reimburse the supplier and take other necessary action in the
matter.

13.4.5 Customs Duty:

The purchaser will pay the Custom Duty wherever applicable.

The tenderer may note that:

The Purchaser will avail Custom Duty Exemption Certificate (CDEC) as per prevailing Custom Tariff Act
and pay the applicable customs duty for Goods offered in foreign currency. No NMI or CDEC will be
provided by the Hospital for the items quoted in Indian Currency.

13.5 For transportation of imported goods offered from abroad, relevant instructions as incorporated under
GCC Clause 10 shall be followed.
13.6 For insurance of goods to be supplied, relevant instructions as provided under GCC Clause 11 shall be
followed.
13.7 Unless otherwise specifically indicated in this TE document, the terms FCA, FOB, CIF, CIP etc. for
imported goods offered from abroad, shall be governed by the rules & regulations prescribed in the
current edition of INCOTERMS, published by the International Chamber of Commerce, Paris.

17
13.8 The need for indication of all such price components by the tenderers, as required in this clause (viz.,
GIT clause 13) is for the purpose of comparison of the tenders by the purchaser and will no way
restrict the purchaser’s right to award the contract on the selected tenderer on any of the terms
offered.

14. Indian Agent

14.1 If a foreign tenderer has engaged an agent in India in connection with its tender, the foreign tenderer,
in addition to indicating Indian agent’s commission, if any, in a manner described under GIT sub clause
12.2 above, shall also furnish the following information:

a) The complete name and address of the Indian Agent and its permanent income tax account
number as allotted by the Indian Income Tax authority.
b) The details of the services to be rendered by the agent for the subject requirement.
c) Details of Service outlets in India, nearest to the consignee(s), to render services during
Warranty and CMC period.

15. Firm Price

15.1 Unless otherwise specified in the SIT, prices quoted by the tenderer shall remain firm and fixed during
the currency of the contract and not subject to variation on any account.
15.2 However, as regards taxes and duties, if any, chargeable on the goods and payable, the conditions
stipulated in GIT clause 13 will apply.

16. Alternative Tenders

16.1 Alternative Tenders are not permitted.


16.2 However the Tenderers can quote alternate models meeting the tender specifications of same
manufacturer/OEM with additional EMD(Bid Security) of same amount as indicated in the List of
Requirements.
16.3 If an agent submits bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf
of another Principal/OEM in the same tender for the same item/product. In a tender, either the Indian
Agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously
for the same item/product in the same tender.

17 Documents Establishing Tenderer’s Eligibility and Qualifications

17.1 Pursuant to GIT clause 11, the tenderer shall furnish, as part of its tender, relevant details and
documents establishing its eligibility to quote and its qualifications to perform the contract if its tender
is accepted.
17.2 The documentary evidence needed to establish the tenderer’s qualifications shall fullfil the following
requirements:

a) in case the tenderer offers to supply goods, which are manufactured by some other firm, the tenderer
has been duly authorised by the goods manufacturer to quote for and supply the goods to the
purchaser. The tenderer shall submit the manufacturer’s authorization letter to this effect as per the
standard form provided under Section XIV in this document.
b) the tenderer has the required financial, technical and production capability necessary to perform the
contract and, further, it meets the qualification criteria incorporated in the Section IX in these
documents.
c) in case the tenderer is not doing business in India, it is duly represented by an agent stationed in India
fully equipped and able to carry out the required contractual functions and duties of the supplier
including after sale service, maintenance & repair etc. of the goods in question, stocking of spare parts
and fast moving components and other obligations, if any, specified in the conditions of contract and/or
technical specifications.
d) in case the tenderer is an Indian agent/authorized representative quoting on behalf of a foreign
manufacturer for the restricted item, the Indian agent/authorized representative is already enlisted
under the Compulsory Enlistment Scheme of Ministry of Finance, Govt. of India, operated through
Directorate General of Supplies & Disposals (DGS&D), New Delhi.

18
18. Documents establishing Good’s Conformity to TE document.

18.1 The tenderer shall provide in its tender the required as well as the relevant documents like technical
data, literature, drawings etc. to establish that the goods and services offered in the tender fully
conform to the goods and services specified by the purchaser in the TE documents. For this purpose
the tenderer shall also provide a clause-by-clause commentary on the technical specifications and other
technical details incorporated by the purchaser in the TE documents to establish technical
responsiveness of the goods and services offered in its tender duly indicating relevant page numbers in
the product literature.
18.2 In case there is any variation and/or deviation between the goods & services prescribed by the
purchaser and that offered by the tenderer, the tenderer shall list out the same in a chart form without
ambiguity and provide the same along with its tender.
18.3 If a tenderer furnishes wrong and/or misguiding data, statement(s) etc. about technical acceptability of
the goods and services offered by it, its tender will be liable to be ignored and rejected in addition to
other remedies available to the purchaser in this regard.
18.4 All information in the tender document must be supported with the manufacturer’s original product
data sheet, without which the bid shall not be considered. Computer print outs and photocopy of
literature will not be accepted.
18.5 All information asked for must be provided by the tenderer, in the same order as in the specifications.
Ambiguous and incomplete information will not be accepted.
18.6 Demonstration of offered equipment, if required has to be organised by the tenderer preferably in
premises of Dr. RML Hospital, New Delhi.

19. Earnest Money Deposit (EMD)[Bid Security]

19.1 Pursuant to GIT clauses 8.1 and 11.1A(i) the tenderer shall furnish along with its tender, earnest
money (Bid Security) for amount as shown in the List of Requirements. The earnest money is required
to protect the purchaser against the risk of the tenderer’s unwarranted conduct as amplified under sub-
clause 19.7 below.
19.2 The tenderers who are currently registered and, also, will continue to remain registered during the
tender validity period with Directorate General of Supplies & Disposals or with National Small Industries
Corporation, New Delhi for the specific goods as per tender enquiry specification shall be eligible for
exemption from EMD (Bid Security). Vague stipulations in the Registration Certificate such as “to
customers’ specification” etc. will not be acceptable for exemption from furnishing of earnest money. In
case the tenderer falls in these categories, it should furnish copy of its valid registration details (with
DGS&D or NSIC, as the case may be).
19.3 The earnest money shall be denominated in Indian Rupees. The earnest money shall be furnished in
one of the following forms:
i) Account Payee Demand Draft.
ii) Banker’s cheque
iii) Bank Guarantee
iv) FDR
19.4 The EMD shall be drawn on any commercial bank in India, in favour of the “Pay & Accounts Officer, Dr.
R.M.L. Hospital, New Delhi ” payable at New Delhi.
19.5 The demand draft/banker’s cheque for earnest money shall be valid for a period of Ninety (90) Days.
As validity period of Tender as per Clause 20 of GIT is 01 year, the EMD shall be valid for 01 year from
Techno – Commercial Tender opening date.
19.6 Unsuccessful tenderers’ earnest money will be returned to them without any interest, after expiry of
the tender validity period, but not later than thirty days after conclusion of the resultant contract.
Successful tenderer’s earnest money will be returned without any interest, after receipt of performance
security from that tenderer.
19.7 Earnest Money is required to protect the purchaser against the risk of the Tenderer’s conduct, which
would warrant the forfeiture of the EMD. Earnest money of a tenderer will be forfeited, if the tenderer
withdraws or amends its tender or impairs or derogates from the tender in any respect within the
period of validity of its tender or if it comes to notice that the information/documents furnished in its
tender is incorrect, false, misleading or forged without prejudice to other rights of the purchaser. The
successful tenderer’s earnest money will be forfeited without prejudice to other rights of Purchaser if it
fails to furnish the required performance security within the specified period.

19
20. Tender Validity

20.1 If not mentioned otherwise in the SIT, the tenders shall remain valid for acceptance for a period of one
year from the date of opening of tender as prescribed in the TE documents. Any tender valid for a
shorter period shall be treated as unresponsive and rejected.
20.2 In exceptional cases, the tenderers may be requested by the purchaser to extend the validity of their
tenders up to a specified period. Such request(s) and responses thereto shall be conveyed by surface
mail or by fax followed by surface mail. The tenderers, who agree to extend the tender validity, are to
extend the same without any change or modification of their original tender and they are also to
extend the validity period of the EMD accordingly. A tenderer, who may not agree to extend its tender
validity after the expiry of the original validity period the EMD furnished by them shall not be forfeited.
20.3 In case the day up to which the tenders are to remain valid falls on/ subsequently declared a holiday or
closed day for the purchaser, the tender validity shall automatically be extended up to the next working
day.

21. Signing and Sealing of Tender

The Tenderers may note that they may bid for one or more schedule(s) of the List of Requirement.

In case, the Tenderer choose to bid for more than one schedule of the List of Requirement,
he must submit (in sealed covers and as per the instructions below) separate bids
complete in all respect for each individual quoted schedule.

21.1 The tenderers shall submit their tenders as per the instructions contained in GIT Clause 11.
21.2 Unless otherwise mentioned in the SIT, a tenderer shall submit its tender marking them as “Original”.
Tenderers are requested to submit tenders duly page numbered and in a binding form. Tenders
submitted in loose sheets will not be accepted.
21.3 The original tender shall either be typed or written in indelible ink and the same shall be signed by the
tenderer or by a person(s) who has been duly authorized to bind the tenderer to the contract.
21.4 All the copies of the tender shall be duly signed at the appropriate places as indicated in the TE
documents and all other pages of the tender including printed literature, if any shall be initialled by the
same person(s) signing the tender. The tender shall not contain any erasure or overwriting, except as
necessary to correct any error made by the tenderer and, if there is any such correction; the same shall
be initialled by the person(s) signing the tender with date.
21.5 The tenderer is to seal the original tender in envelope, duly marking the same as “Original” and writing
the name and address of the purchaser(The Medical Superintendent, Dr. Ram Manohar Lohia Hospital,
New Delhi – 110001) and the tender Code Number on the envelopes. The sentence “NOT TO BE
OPENED” before __________ (The tenderer is to put the date & time of tender opening) , BID FOR
ITEM & TENDER CODE NO. ____________ (The tenderer is to put the “Brief Description of Goods”
and the Tender Code Number of the list of requirement where for the bid is being submitted) ” are to
be written on these envelopes. The inner envelopes are then to be put in a bigger outer envelope,
which will also be duly sealed, marked etc. as above. If the outer envelope is not sealed and marked
properly as above, the purchaser will not assume any responsibility for its misplacement, premature
opening, late opening etc.
21.6 TE document seeks quotation following two Tender System (double bid), in two parts. First part
will be known as ‘Techno - Commercial Tender’, and the second part ‘Price Tender’ as specified in
clause 11 of GIT. Tenderer shall seal ‘Techno - Commercial Tender’ and ‘Price Tender’ separately
and covers will be suitably super scribed. Both these sealed covers shall be put in a bigger cover and
sealed and procedure prescribed in Para’s 21.1 to 21.5 followed.

D. SUBMISSION OF TENDERS

22. Submission of Tenders

22.1 Unless otherwise specified, the tenderers are to deposit the tenders in the tender box kept at
Seminar Hall, 3rd Floor, OPD Building, Dr. Ram Manohar Lohia Hospital, New Delhi –
110001 for this purpose.

20
22.2 The tenderers must ensure that they deposit their tenders not later than the closing time and date
specified for submission of tenders. It is the responsibility of the tenderer to ensure that their Tenders
whether sent by post or by courier or by person, are dropped in the Tender Box by the specified
closing date and time. In the event of the specified date for submission of tender falls on / is
subsequently declared a holiday or closed day for the purchaser, the tenders will be received up to the
appointed time on the next working day.

23. Late Tender

23.1 A tender, which is received after the specified date and time for receipt of tenders will be treated as
“late” tender and will be ignored.

24. Alteration and Withdrawal of Tender

24.1 The tenderer, after submitting its tender, is permitted to alter / modify its tender so long as such
alterations / modifications are received duly signed, sealed and marked like the original tender, within
the deadline for submission of tenders. Alterations / modifications to tenders received after the
prescribed deadline will not be considered.
24.2 No tender should be withdrawn after the deadline for submission of tender and before expiry of the
tender validity period. If a tenderer withdraws the tender during this period, it will result in forfeiture of
the earnest money furnished by the tenderer in its tender.

E. TENDER OPENING

25. Opening of Tenders

25.1 The purchaser will open the tenders at the specified date and time and at the specified place as
indicated in the NIT.
In case the specified date of tender opening falls on / is subsequently declared a holiday or closed day
for the purchaser, the tenders will be opened at the appointed time and place on the next working day.
25.2 Authorized representatives of the tenderers, who have submitted tenders on time may attend the
tender opening provided they bring with them letters of authority from the corresponding tenderers.
The tender opening official(s) will prepare a list of the representatives attending the tender opening.
The list will contain the representatives’ names & signatures and corresponding tenderers’ names and
addresses.
25.3 Two - Tender system (Double Bid) as mentioned in Para 21.6 above will be as follows. The Techno -
Commercial Tenders are to be opened in the first instance, at the prescribed time and date as
indicated in NIT. These Tenders shall be scrutinized and evaluated by the competent committee/
authority with reference to parameters prescribed in the TE document. During the Techno -
Commercial Tender opening, the tender opening official(s) will read the salient features of the tenders
like brief description of the goods offered, delivery period, Earnest Money Deposit and any other special
features of the tenders, as deemed fit by the tender opening official(s). Thereafter, in the second
stage, the Price Tenders of only the Techno - Commercially acceptable offers (as decided in the first
stage) shall be opened for further scrutiny and evaluation on a date notified after the evaluation of the
Techno – Commercial tender. The prices, special discount if any of the goods offered etc., as deemed
fit by tender opening official(s) will be read out.

F. SCRUTINY AND EVALUATION OF TENDERS

26. Basic Principle

26.1 Tenders will be evaluated on the basis of the terms & conditions already incorporated in the TE
document, based on which tenders have been received and the terms, conditions etc. mentioned by
the tenderers in their tenders. No new condition will be brought in while scrutinizing and evaluating the
tenders.

21
27. Preliminary Scrutiny of Tenders

27.1 The Purchaser will examine the Tenders to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished, whether the
documents have been properly signed stamped and whether the Tenders are generally in order.
27.2 The Purchaser’s determination of a Tender’s responsiveness is to be based on the contents of the
tender itself without recourse to extrinsic evidence.
27.3 If a Tender is not substantially responsive, it will be rejected by the Purchaser and cannot subsequently
be made responsive by the Tenderer by correction of the nonconformity.
27.4 The tenders will be scrutinized to determine whether they are complete and meet the essential and
important requirements, conditions etc. as prescribed in the TE document. The tenders, which do not
meet the basic requirements, are liable to be treated as non – responsive and will be summarily
ignored.
27.5 The following are some of the important aspects, for which a tender shall be declared non – responsive
and will be summarily ignored;
(i) Tender form as per Section X (signed and stamped) not enclosed.
(ii) Tender is unsigned.
(iii) Tender validity is shorter than the required period.
(iv) Required EMD/Bid Security (Amount, validity etc.)/exemption documents have not been
provided.
(v) Tenderer has quoted for goods manufactured by other manufacturer(s) without the required
Manufacturer’s Authorisation Form as per Section XIV.
(vi) Tenderer has not agreed to give the required performance security.
(vii) Goods offered are not meeting the tender enquiry specification.
(viii) Tenderer has not agreed to other essential condition(s) specially incorporated in the tender
enquiry like terms of payment, liquidated damages clause, warranty clause, dispute resolution
mechanism applicable law.
(ix) Poor/ unsatisfactory past performance.
(x) Tenderers who stand deregistered/banned/blacklisted by any Govt. Authorities.
(xi) Tenderer is not eligible as per GIT Clauses 5.1 & 17.1.
(xii) Tenderer has not quoted for the entire quantity as specified in the List of Requirements in the
quoted schedule.
(xiii) Tenderer has not agreed for the delivery terms and delivery schedule.

28. Minor Infirmity/Irregularity/Non-Conformity

28.1 If during the evaluation, the purchaser find any minor informality and/or irregularity and/or non-
conformity in a tender, the purchaser may waive the same provided it does not constitute any material
deviation and financial impact and, also, does not prejudice or affect the ranking order of the
tenderers. Wherever necessary, the purchaser will convey its observation on such ‘minor’ issues to the
tenderer by registered/speed post etc. asking the tenderer to respond by a specified date. If the
tenderer does not reply by the specified date or gives evasive reply without clarifying the point at issue
in clear terms, that tender will be liable to be ignored.

29. Discrepancies in Prices

29.1 If, in the price structure quoted by a tenderer, there is discrepancy between the unit price and the total
price (which is obtained by multiplying the unit price by the quantity), the unit price shall prevail and
the total price corrected accordingly, unless the purchaser feels that the tenderer has made a mistake
in placing the decimal point in the unit price, in which case the total price as quoted shall prevail over
the unit price and the unit price corrected accordingly.
29.2 If there is an error in a total price, which has been worked out through addition and/or subtraction of
subtotals, the subtotals shall prevail and the total corrected; and
29.3 If there is a discrepancy between the amount expressed in words and figures, the amount in words
shall prevail, subject to sub clause 29.1 and 29.2 above.

22
29.4 If, as per the judgement of the purchaser, there is any such arithmetical discrepancy in a tender, the
same will be suitably conveyed to the tenderer by registered / speed post. If the tenderer does not
agree to the observation of the purchaser, the tender is liable to be ignored.

30. Discrepancy between original and copies of Tender

30.1 In case any discrepancy is observed between the text etc. of the original copy and that in the other
copies of the same tender set, the text etc. of the original copy shall prevail. Here also, the purchaser
will convey its observation suitably to the tenderer by register / speed post and, if the tenderer does
not accept the purchaser’s observation, that tender will be liable to be ignored.

31. Qualification Criteria

31.1 Tenders of the tenderers, who do not meet the required Qualification Criteria prescribed in Section IX,
will be treated as non - responsive and will not be considered further.

32. Conversion of tender currencies to Indian Rupees

32.1 In case the TE document permits the tenderers to quote their prices in different currencies, all such
quoted prices of the responsive tenderers will be converted to a single currency viz., Indian Rupees for
the purpose of equitable comparison and evaluation, as per the exchange rates established by the
Reserve Bank of India for similar transactions, as on the date of ‘Price Tender’ opening.

33. Schedule-wise Evaluation

33.1 In case the List of Requirements contains more than one schedule/item, the responsive tenders will be
evaluated and compared separately for each schedule/item. The tender for a schedule/item will not be
considered if the complete requirements prescribed in that schedule are not included in the tender.

34. Comparison of Tenders

34.1 Unless mentioned otherwise in Section – III – Special Instructions to Tenderers and Section–VI– List of
Requirements, the comparison of the responsive tenders shall be carried out on Delivery at
Purchaser/Consignee site basis, inclusive of applicable taxes, duties, incidental services. In case of
Goods offered from abroad, the quoted FOB/FCA/CIF/CIP New Delhi International Airport/ ICD
TUGHLAKABAD/PATPARGANJ(Delhi) basis as stipulated in ibid document) shall be loaded with applicable
custom duty as per existing Customs Tariff Act and inland transportation, loading unloading, insurance
and incidental service charges to arrive at delivery at purchaser/consignee site price.

34.2 The quoted turnkey prices, if any and CMC (as stipulated in the technical specification for the
respective schedule/item) prices after comprehensive warranty will also be added for
comparison/ranking purpose for evaluation.

35. Additional Factors and Parameters for Evaluation and Ranking of Responsive Tenders

35.1 Further to GIT Clause 34 above, the purchaser’s evaluation of a tender will include and take into
account the following:
i) In the case of goods manufactured in India or goods of foreign origin already located in India,
sales tax & other similar taxes and excise duty & other similar duties, service tax, Works
Contract Tax etc. which will be contractually payable (to the tenderer), on the goods if a
contract is awarded on the tenderer: and
ii) In the case of goods of foreign origin offered from abroad, customs duty and other similar
import duties/taxes, which will be contractually payable (to the tenderer) on the goods if the
contract is awarded to the tenderer.

23
35.2 The purchaser’s evaluation of tender will also take into account the additional factors, if
any, incorporated in SIT in the manner and to the extent indicated therein.

35.3 The Purchaser reserves the right to give the price preference to small-scale sectors etc. and purchase
preference to central public sector undertakings as per the instructions of Government of India in
vogue while evaluating, comparing and ranking the responsive tenders.

36. Tenderer’s capability to perform the contract

36.1 The purchaser, through the above process of tender scrutiny and tender evaluation will determine to its
satisfaction whether the tenderer, whose tender has been determined as the lowest evaluated
responsive tender is eligible, qualified and capable in all respects to perform the contract satisfactorily.
If, there is more than one schedule/item in the List of Requirements, then, such determination will be
made separately for each schedule.

36.2 The above-mentioned determination will, interalia, take into account the tenderer’s financial, technical
and production capabilities for satisfying all the requirements of the purchaser as incorporated in the
TE document. Such determination will be based upon scrutiny and examination of all relevant data and
details submitted by the tenderer in its tender as well as such other allied information as deemed
appropriate by the purchaser.

37. Contacting the Purchaser

37.1 From the time of submission of tender to the time of awarding the contract, if a tenderer needs to
contact the purchaser for any reason relating to this tender enquiry and / or its tender, it should do so
only in writing.
37.2 In case a tenderer attempts to influence the purchaser in the purchaser’s decision on scrutiny,
comparison & evaluation of tenders and awarding the contract, the tender of the tenderer shall be
liable for rejection in addition to appropriate administrative actions being taken against that tenderer,
as deemed fit by the purchaser.

G. AWARD OF CONTRACT

38. Purchaser’s Right to accept any tender and to reject any or all tenders.

38.1 The purchaser reserves the right to accept in part or in full any tender or reject any or more tender(s)
without assigning any reason or to cancel the tendering process and reject all tenders at any time prior
to award of contract, without incurring any liability, whatsoever to the affected tenderer or tenderers.

39. Award Criteria

39.1 Subject to GIT clause 38 above, the contract will be awarded to the lowest evaluated responsive
tenderer decided by the purchaser in terms of GIT Clause 36.

40. Variation of Quantities at the Time of Award/ Currency of Contract

40.1 At the time of awarding the contract, the purchaser reserves the right to increase or decrease by up to
twenty five (25) per cent, the quantity of goods and services mentioned in the schedule (s) in the “List
of Requirements” (rounded of to next whole number) without any change in the unit price and other
terms & conditions quoted by the tenderer.

40.2 If the quantity has not been increased at the time of the awarding the contract, the purchaser reserves
the right to increase by up to twenty five (25) per cent, the quantity of goods and services mentioned
in the contract (rounded of to next whole number) without any change in the unit price and other
terms & conditions mentioned in the contract, during the currency of the contract.

41. Notification of Award

24
41.1 Before expiry of the tender validity period, the purchaser will notify the successful tenderer(s) in
writing, by registered / speed post or by fax (to be confirmed by registered / speed post) that its
tender for goods & services, which have been selected by the purchaser, has been accepted, also
briefly indicating there in the essential details like description, specification and quantity of the goods &
services and corresponding prices accepted. The successful tenderer must furnish to the purchaser the
required performance security within thirty days from the date of dispatch of this notification, failing
which the EMD will forfeited and the award will be cancelled. Relevant details about the performance
security have been provided under GCC Clause 5 under Section IV.

41.2 The Notification of Award shall constitute the conclusion of the Contract.

42. Issue of Contract

42.1 Promptly after notification of award, the Purchaser/Consignee will mail the contract form (as per
Section XVI) duly completed and signed, in duplicate, to the successful tenderer by registered / speed
post.
42.2 Within twenty one days from the date of the contract, the successful tenderer shall return the original
copy of the contract, duly signed and dated, to the Purchaser/Consignee by registered / speed post.

43. Non-receipt of Performance Security and Contract by the Purchaser/Consignee

43.1 Failure of the successful tenderer in providing performance security and / or returning contract copy
duly signed in terms of GIT clauses 41 and 42 above shall make the tenderer liable for forfeiture of its
EMD and, also, for further actions by the Purchaser/Consignee against it as per the clause 24 of GCC –
Termination of default.

44. Return of E M D

44.1 The earnest money of the successful tenderer and the unsuccessful tenderers will be returned to them
without any interest, whatsoever, in terms of GIT Clause 19.6.

45. Publication of Tender Result

45.1 The name and address of the successful tenderer(s) receiving the contract(s) will be mentioned in the
notice board/bulletin/web site of the purchaser.

46. Corrupt or Fraudulent Practices

46.1 It is required by all concerned namely the Consignee/Tenderers/Suppliers etc to observe the highest
standard of ethics during the procurement and execution of such contracts. In pursuance of this policy,
the Purchaser: -
(a) defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to
influence the action of a public official in the procurement process or in contract execution; and
(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement
process or the execution of a contract to the detriment of the Purchaser, and includes collusive
practice among Tenderers (prior to or after Tender submission) designed to establish Tender
prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of free
and open competition;
(b) will reject a proposal for award if it determines that the Tenderer recommended for award has engaged
in corrupt or fraudulent practices in competing for the contract in question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract
by the purchaser if it at any time determines that the firm has engaged in corrupt or fraudulent
practices in competing for, or in executing the contract.

25
SECTION - III
SPECIAL INSTRUCTIONS TO TENDERERS
(SIT)

The following Special Instructions to Tenderers will apply for this purchase. These special
instructions will modify/substitute/supplement the corresponding General Instructions to Tenderers (GIT)
incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text
below:

In case of any conflict between the provision in the GIT and that in the SIT, the provision contained
in the SIT shall prevail.

Sl. No. GIT Clause Topic SIT Provision Page No.


No.
A 1 to 7 Preamble No Change
B 8 to 10 TE documents No Change
C 11 to 21 Preparation of Tenders No Change
D 22 to24 Submission of Tenders No Change
E 25 Tender Opening No Change
F 26 to 37 Scrutiny and Evaluation of Tenders No Change
G 38 to 46 Award of Contract No Change

26
SECTION - IV
GENERAL CONDITIONS OF CONTRACT (GCC)
TABLE OF CLAUSES
Sl No. Topic Page No.
1 Application 23
2 Use of contract documents and information 23
3 Patent Rights 23
4 Country of Origin 23
5 Performance Security 23
6 Technical Specifications and Standards 24
7 Packing and Marking 24
8 Inspection, Testing and Quality Control 24
9 Terms of Delivery 25
10 Transportation of Goods 25
11 Insurance 25
12 Spare parts 26
13 Incidental services 26
14 Distribution of Dispatch Documents for Clearance/Receipt of Goods 27
15 Warranty 27
16 Assignment 28
17 Sub Contracts 28
18 Modification of contract 29
19 Prices 29
20 Taxes and Duties 29
21 Terms and mode of Payment 29
22 Delay in the supplier’s performance 31
23 Liquidated Damages 32
24 Termination for default 33
25 Termination for insolvency 33
26 Force Majeure 33
27 Termination for convenience 34
28 Governing language 34
29 Notices 34
30 Resolution of disputes 34
31 Applicable Law 35
32 General/Miscellaneous Clauses 35

27
SECTION - IV
GENERAL CONDITIONS OF CONTRACT (GCC)

1. Application

1.1 The General Conditions of Contract incorporated in this section shall be applicable for this purchase
to the extent the same are not superseded by the provisions in Notification of Award, Special
Conditions of Contract prescribed under Section V, List of requirements under Section VI and
Technical Specification under Section VII of this document.

2. Use of contract documents and information

2.1 The supplier shall not, without the purchaser’s prior written consent, disclose the contract or any
provision thereof including any specification, drawing, sample or any information furnished by or on
behalf of the purchaser in connection therewith, to any person other than the person(s) employed
by the supplier in the performance of the contract emanating from this TE document. Further, any
such disclosure to any such employed person shall be made in confidence and only so far as
necessary for the purposes of such performance for this contract.
2.2 Further, the supplier shall not, without the purchaser’s prior written consent, make use of any
document or information mentioned in GCC sub-clause 2.1 above except for the sole purpose of
performing this contract.
2.3 Except the contract issued to the supplier, each and every other document mentioned in GCC sub-
clause 2.1 above shall remain the property of the purchaser and, if advised by the purchaser, all
copies of all such documents shall be returned to the purchaser on completion of the supplier’s
performance and obligations under this contract.

3. Patent Rights

3.1 The supplier shall, at all times, indemnify and keep indemnified the purchaser, free of cost, against
all claims which may arise in respect of goods & services to be provided by the supplier under the
contract for infringement of any intellectual property rights or any other right protected by patent,
registration of designs or trademarks. In the event of any such claim in respect of alleged breach of
patent, registered designs, trade marks etc. being made against the purchaser, the purchaser shall
notify the supplier of the same and the supplier shall, at his own expenses take care of the same for
settlement without any liability to the purchaser.

4. Country of Origin

4.1 All goods and services to be supplied and provided for the contract shall have the origin in India or
in the countries with which the Government of India has trade relations.
4.2 The word “origin” incorporated in this clause means the place from where the goods are mined,
cultivated, grown, manufactured, produced or processed or from where the services are arranged.
Goods are produced when through manufacturing, processing or substantial or major
assembling of components, a commercially recognised new product results that is
substantially different in basic characteristics or in purpose or utility from its
components.
4.3 The origin of Goods and Services is distinct from the nationality of the supplier.
4.4 The country of origin may be specified in the Price Schedule.

5. Performance Security

5.1 Within thirty (30) days from date of the issue of notification of award by the Purchaser/Consignee,
the supplier, shall furnish performance security to the Purchaser/Consignee for an amount equal to
ten percent (10%) of the total value of the contract, valid up to sixty (60) days after the date of
completion of all contractual obligations by the supplier, including the warranty obligations, initially
valid for a period of minimum 30 months from the date of Notification of Award.
5.2 The proceeds of the Performance Security shall be payable to the Purchaser as
compensation for any loss resulting from Supplier’s failure to complete its obligations
under the contract including warranty obligation.

28
5.3 The Performance security shall be denominated in Indian Rupees. It shall be in any one of the
forms namely Account Payee Demand Draft or Fixed Deposit Receipt drawn from any Scheduled
bank in India or Bank Guarantee issued by a Scheduled bank in India, in the prescribed form as
provided in section XV of this document in favour of the Purchaser/Consignee. The validity of the
Fixed Deposit receipt or Bank Guarantee will be for a period up to sixty (60) days beyond the
Warranty Period.
5.4 In the event of any failure /default of the supplier with or with out any quantifiable loss to the
government including furnishing of consignee wise Bank Guarantee for CMC security as per
Proforma in Section XV, the amount of the performance security is liable to be forfeited. The
Administration Department may do the needful to cover any failure/default of the supplier with or
without any quantifiable loss to the Government.
5.5 In the event of any amendment issued to the contract, the supplier shall, within twenty-one (21)
days of issue of the amendment, furnish the corresponding amendment to the Performance Security
(as necessary), rendering the same valid in all respects in terms of the contract, as amended.
5.6 The supplier shall enter into Annual Comprehensive Maintenance Contract as per the ‘Contract Form
– B’ in Section XVI with respective consignees, 3 (three) months prior to the completion of Warranty
Period. The CMC will commence from the date of expiry of the Warranty Period.
5.7 Subject to GCC sub – clause 5.3 and 5.4 above, the Purchaser/Consignee will release the
Performance Security without any interest to the supplier on completion of the supplier’s all
contractual obligations including the warranty obligations & after receipt of Consignee wise bank
guarantee for CMC security in favour of The Medical Superintendent, Dr. Ram Manohar Lohia
Hospital, New Delhi as per the format in Section XV.

6. Technical Specifications and Standards

6.1 The Goods & Services to be provided by the supplier under this contract shall conform to the
technical specifications and quality control parameters mentioned in ‘Technical Specification’. and
‘Quality Control Requirements’ under Sections VII and VIII of this document.

7. Packing and Marking

7.1 The packing for the goods to be provided by the supplier should be strong and durable enough to
withstand, without limitation, the entire journey during transit including transhipment (if any), rough
handling, open storage etc. without any damage, deterioration etc. As and if necessary, the size,
weights and volumes of the packing cases shall also take into consideration, the remoteness of the
final destination of the goods and availability or otherwise of transport and handling facilities at all
points during transit up to final destination as per the contract.
7.2 The quality of packing, the manner of marking within & outside the packages and provision of
accompanying documentation shall strictly comply with the requirements as provided in Technical
Specifications and Quality Control Requirements under Sections VII and VIII and in SCC under
Section V. In case the packing requirements are amended due to issue of any amendment to the
contract, the same shall also be taken care of by the supplier accordingly.

7.3 Packing instructions:


Unless otherwise mentioned in the Technical Specification and Quality Control Requirements under
Sections VII and VIII and in SCC under Section V, the supplier shall make separate packages for
each consignee (in case there is more than one consignee mentioned in the contract) and mark
each package on three sides with the following with indelible paint of proper quality:
a. contract number/Supply order No. and date
b. brief description of goods including quantity
c. packing list reference number
d. country of origin of goods
e. Purchaser/consignee’s name and full address and
f. supplier’s name and address

8. Inspection, Testing and Quality Control

8.1 The Purchaser or its authorized representatives shall have the right to inspect and/or to test the
goods to confirm their conformity to the Contract Specification at no extra cost to the Purchaser.

29
The ‘Technical Specifications’ in Section ‘VII’ and Inspection Authority and special test details (if
any) to be designated by the Purchaser shall specify what inspections and tests the Purchaser
requires and where they are to be conducted. The Purchaser shall notify the Supplier in writing in a
timely manner of the identity of any representatives retained for these purpose.

8.2 The inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s),
at point of delivery and/or at the goods final destination. If conducted on the premises of the
Supplier or its subcontractor(s), all reasonable facilities and assistance, including access to
drawings and production data shall be furnished to the inspectors at no charge to the Purchaser.

8.3 Should any inspected or tested Goods fail to conform to the specifications, the Purchaser may reject
the Goods and the Supplier shall either replace the rejected Goods or make all alterations necessary
to meet specification requirements free of cost to the Purchaser, within a period of 45(forty five)
days of intimating such rejection.

8.4 The Purchaser’s/consignee’s contractual right to inspect, test and, where necessary, reject the
Goods after the Goods arrival at the final destination shall in no way be limited or waived by reason
of the Goods having previously been inspected, tested and cleared by Purchaser or its
representatives during pre-despatch inspection mentioned above.

8.5 On rejection of goods by the Purchaser or its authorized representative, the supplier shall remove
such stores within 14 days of the date of intimation of such rejection from the
purchaser/consignee’s premises. If such goods are not removed by the supplier within the period
mentioned above, the purchaser/consignee may remove the rejected stores and either return the
same to the supplier at his risk and cost by such mode of transport as purchaser/consignee may
decide or dispose of such goods at the suppliers risk to recover any expense incurred in connection
with such disposals and also the cost of the rejected stores if already paid for.

8.5 Nothing in Clause 8 shall in any way release the Supplier from any warranty or other obligations
under the Contract.

9. Terms of Delivery

9.1 Goods shall be delivered by the supplier in accordance with the terms of delivery and as per the
delivery period specified in the schedule of requirement/Notification of Award. Please note that the
time shall be the essence of the contract.

10. Transportation of Goods

10.1 Instructions for transportation of imported goods offered from abroad and price quoted in foreign
currency:

The supplier shall not arrange part-shipments and/or transhipment without the express/prior written
consent of the purchaser. The supplier is required under the contract to deliver the goods under
FOB/FCA terms.

10.2 Instructions for transportation of domestic goods including goods already imported by the supplier
under its own arrangement:

In case no instruction is provided in this regard in the SCC , the supplier will arrange transportation
of the ordered goods as per its own procedure.

11. Insurance:

11.1 The goods supplied under the Contract, shall be fully insured in a freely convertible
currency against loss or damage incidental to manufacture or acquisition,
transportation, storage and delivery in the following manners:

30
11.2. Unless otherwise instructed in the SCC,, the supplier shall make arrangements for insuring the
goods against loss or damages incidental to manufacture or acquisition, transportation, storage and
delivery in the following manner:

i) in case of supply of domestic goods/imported goods on Purchaser/Consignee site


basis and the contract amount is in Indian Currency, the supplier shall be responsible
for insuring the goods till the entire stores contracted for arrival in good condition at
destination. The transit risk in this respect shall be covered by the Supplier by getting the
stores duly insured. The insurance shall be obtained in an amount equal to 110%
of value of goods from “warehouse to warehouse” (final destination) on “all
risks” basis including war risks and strike clause. The insurance cover shall be
obtained by the Supplier and should be valid upto the actual date of delivery.
ii) in case of supply of the imported goods on CIP/CIF (Named port of Destination) Basis, the
supplier shall make arrangements for insuring the goods and making the
purchaser/consignee as the beneficiary. The additional extended Insurance (local
transportation and storage) would be borne by the Supplier from the port of entry to the
Purchaser/consignee site for a period including 3 months beyond date of delivery. The
supplier shall obtain the marine/air insurance in an amount equal to 110% of
the CIF/CIP value of the goods from “warehouse to warehouse” on “all risks”
basis including war risks and strike clauses.\
iii) In case the delivery is on FOB/FCA basis, marine/air insurance shall be the responsibility of
the Purchaser/Consignee.

12. Spare parts

12.1 If specified in the List of Requirements and in the resultant contract, the supplier shall
supply/provide any or all of the following materials, information etc. pertaining to spare parts
manufactured and/or supplied by the supplier:

a) The spare parts as selected by the Purchaser/Consignee to be purchased from the supplier,
subject to the condition that such purchase of the spare parts shall not relieve the supplier
of any contractual obligation including warranty obligations; and

b) In case the production of the spare parts is discontinued:

i) Sufficient advance notice to the Purchaser/Consignee before such discontinuation to


provide adequate time to the purchaser to purchase the required spare parts etc.,
and

ii) Immediately following such discontinuation, providing the Purchaser/Consignee,


free of cost, the designs, drawings, layouts and specifications of the spare parts, as
and if requested by the Purchaser/Consignee.

12.2 Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares for the
goods so that the same are supplied to the Purchaser/Consignee promptly on receipt of order from
the Purchaser/Consignee.

13. Incidental services

13.1 Subject to the stipulation, if any, in the SCC (Section – V), List of Requirements (Section – VI) and
the Technical Specification (Section – VII), the supplier shall be required to perform the following
services.

i) Installation, Trial Run, commissioning, Supervision and Demonstration of the goods.


ii) Providing required jigs and tools for assembly, minor civil works required for the completion
of the installation.
iii) Training of Purchaser/Consignee’s Doctors, Staff, operators etc. for operating and
maintaining the goods.
iv) Supplying required number of operation & maintenance manual for the goods.

31
14. Distribution of Dispatch Documents for Clearance/Receipt of Goods

The supplier shall send all the relevant despatch documents well in time to the Purchaser/Consignee
to enable the Purchaser/Consignee clear or receive (as the case may be) the goods in terms of the
contract.
Unless otherwise specified in the SCC, the usual documents involved and the drill to be followed in
general for this purpose are as follows.

A) For Domestic Goods Or Goods of Foreign Origin Located Within India/Goods to be


imported and supplied against payment in Indian Rupees

Within 24 hours of despatch, the supplier shall notify the purchaser/ consignee, and others
concerned if mentioned in the contract, the complete details of despatch and also supply the
following documents to them by registered post / speed post (or as instructed in the contract):
(i) Four copies of supplier’s invoice showing contract number/supply order Number, goods
description, quantity, unit price, total amount and bank details ;
(ii) Consignee Receipt Certificate as per Section XVII in original issued by the authorized
representative of the consignee;
(iii) Two copies of packing list identifying contents of each package;
(iv) Inspection certificate by the nominated inspection agency, if applicable as per the contract
(v) Certificate of origin;
(vi) Insurance Certificate as per GCC Clause 11.
(vii) Manufacturers/Supplier’s warranty certificate & In-house inspection certificate.

B) For goods imported from abroad

Within 24 hours of despatch, the supplier shall notify the purchaser/consignee, and others
concerned if mentioned in the contract, the complete details of despatch and also supply the
following documents to them by registered post / speed post (or as instructed in the contract). Any
delay or demurrage occurred during the customs clearance on account of the non-availability of
technical support/ clarifications /documents from the supplier shall be borne by the supplier:
(i) Four copies of supplier’s invoice showing contract number/supply order Number, goods
description, quantity, unit price and total amount;
(ii) Original and four copies of the negotiable clean, on-board Bill of Lading/Airway bill and four
copies of non-negotiable Bill of Lading/Airway bill;
(iii) Four Copies of packing list identifying contents of each package;
(iv) Insurance Certificate as per GCC Clause 11.
(v) Manufacturer’s/Supplier’s warranty certificate;
(vi) Inspection Certificate for the despatched equipments issued by recognized/ reputed
agency & acceptable to the purchaser, prior to despatch.
(vii) Manufacturer’s own factory inspection report;
(viii) Certificate of origin

15. Warranty

15.1 The supplier warrants comprehensively that the goods supplied under the contract is new,
unused and incorporate all recent improvements in design and materials unless prescribed
otherwise by the purchaser in the contract. The supplier further warrants that the goods supplied
under the contract shall have no defect arising from design, materials, manufacturing or
workmanship or from any act or omission of the supplier, that may develop under normal use of the
supplied goods under the conditions prevailing in India.

15.2 The comprehensive warranty shall remain valid for the period as mentioned in the list of
requirement/General Technical Specification, after the goods or any portion thereof as the case may
be, have been delivered, installed and commissioned at the final destination and accepted by the
purchaser/CONSIGNEE in terms of the contract, unless specified otherwise in the SCC.

No conditional warranty will be acceptable.


Comprehensive Warranty as well as Comprehensive Maintenance contract will be inclusive of all
accessories and Turnkey work and it will also cover the following where applicable:

32
Any kind of motor.
Plastic & Glass Parts against any manufacturing defects.
All kind of sensors.
All kind of coils, probes and transducers.
Printers and imagers including laser and thermal printers with all parts.
UPS including the replacement of batteries.
Air-conditioners.
Replacement and repair will be under taken for the defective goods.
Proper marking has to be made for all spares for identification like printing of installation and repair
dates.

15.3 In case of any claim arising out of this warranty, the Purchaser/Consignee shall promptly notify the
same in writing to the supplier. The period of the warranty will be as per G.C.C clause number 15.2
above irrespective of any other period mentioned elsewhere in the bidding documents.
15.4 Upon receipt of such notice, the supplier shall, within 24 hours on a 24(hrs) X 7 (days) X 365 (days)
basis respond to take action to repair or replace the defective goods or parts thereof, free of cost,
at the ultimate destination. The supplier shall take over the replaced parts/goods after providing
their replacements and no claim, whatsoever shall lie on the purchaser for such replaced
parts/goods thereafter. The penalty clause for non rectification will be applicable as per tender
conditions
15.5 In the event of any rectification of a defect or replacement of any defective goods during the
warranty period, the warranty for the rectified/replaced goods shall be extended till the completion
of the original warranty period of the main equipment.
15.6 If the supplier, having been notified, fails to respond to take action to repair or replace the defect(s)
within 24 hours on a 24 (hrs) X 7 (days) X 365 (days) basis, the purchaser may proceed to take
such remedial action(s) as deemed fit by the purchaser, at the risk and expense of the supplier and
without prejudice to other contractual rights and remedies, which the purchaser may have against
the supplier.
15.7 During Warranty period, the supplier is required to visit at each consignee’s site at least once in 6
months commencing from the date of the installation for preventive maintenance of the goods
15.8 The Purchaser/Consignee reserve the rights to enter into Annual Comprehensive Maintenance
Contract between Consignee and the Supplier for the period as mentioned in Section VII, Technical
Specifications after the completion of warranty period.
15.9 The supplier along with its Indian Agent and the CMC provider shall ensure continued supply of the
spare parts for the machines and equipments supplied by them to the purchaser for 10 years from
the date of installation and handing over.
15.10 The Supplier along with its Indian Agent and the CMC Provider shall always accord most favoured
client status to the Purchaser vis-à-vis its other Clients/Purchasers of its
equipments/machines/goods etc. and shall always give the most competitive price for its
machines/equipments supplied to the Purchaser/Consignee.

16. Assignment

16.1 The Supplier shall not assign, either in whole or in part, its contractual duties, responsibilities and
obligations to perform the contract, except with the Purchaser’s prior written permission.

17. Sub Contracts

17.1 The Supplier shall notify the Purchaser in writing of all sub contracts awarded under the contract if
not already specified in its tender. Such notification, in its original tender or later, shall not relieve
the Supplier from any of its liability or obligation under the terms and conditions of the contract.
17.2 Sub contract shall be only for bought out items and sub-assemblies.
17.3 Sub contracts shall also comply with the provisions of GCC Clause 4 (“Country of Origin”).

33
18. Modification of contract

18.1 If necessary, the purchaser may, by a written order given to the supplier at any time during the
currency of the contract, amend the contract by making alterations and modifications within the
general scope of contract in any one or more of the following:

a) Specifications, drawings, designs etc. where goods to be supplied under the contract are to
be specially manufactured for the purchaser,
b) Mode of packing,
c) Incidental services to be provided by the supplier
d) Mode of despatch,
e) Place of delivery, and
f) Any other area(s) of the contract, as felt necessary by the purchaser depending on the merits
of the case.

18.2 In the event of any such modification/alteration causing increase or decrease in the cost of goods
and services to be supplied and provided, or in the time required by the supplier to perform any
obligation under the contract, an equitable adjustment shall be made in the contract price and/or
contract delivery schedule, as the case may be, and the contract amended accordingly. If the
supplier doesn’t agree to the adjustment made by the Purchaser/Consignee, the supplier shall
convey its views to the Purchaser/Consignee within twenty-one days from the date of the supplier’s
receipt of the Purchaser’s/Consignee’s amendment / modification of the contract.

19. Prices

19.1 Prices to be charged by the supplier for supply of goods and provision of services in terms of the
contract shall not vary from the corresponding prices quoted by the supplier in its tender and
incorporated in the contract except for any price adjustment authorised in the SCC.

20. Taxes and Duties

20.1 Supplier shall be entirely responsible for all taxes, duties, fees, levies etc. incurred until delivery of
the contracted goods to the purchaser.
20.2 Further instruction, if any, shall be as provided in the SCC.

21. Terms and Mode of Payment

21.1 Payment Terms

Payment shall be made subject to recoveries, if any, by way of liquidated damages or any other
charges as per terms & conditions of contract in the following manner.
A) Payment for Domestic Goods Or Goods of Foreign Origin Located Within India/Goods to
be imported and supplied against payment in Indian Rupees

Payment shall be made in Indian Rupees as specified in the contract in the following manner:
a) On delivery:
Ninety (90) % payment of the contract price shall be paid on receipt of goods in good condition
and inspection upon the submission of the following documents:
(i) Four copies of supplier’s invoice showing contract number/supply order number, goods
description, quantity, unit price, total amount and bank details;
(ii) Consignee Receipt Certificate as per Section XVII in original issued by the authorized
representative of the consignee;
(iii) Two copies of packing list identifying contents of each package;
(iv) Inspection certificate issued by the nominated Inspection agency, if applicable as per the
contract.
(v) Insurance Certificate as per GCC Clause 11 and documents also to be submitted for
payment of LC confirming that dispatch documents has already been sent to all concerned
as per the contract within 24 hours;
(vi) Certificate of country of origin.

34
b) On Acceptance:

Balance Ten (10)% payment would be made against ‘Final Acceptance Certificate’ as per Section
XVIII of goods to be issued by the consignees subject to recoveries, if any, either on account of
non-rectification of defects/deficiencies not attended by the Supplier or otherwise. Final Acceptance
Certificate need to be issued by the designated consignee after installation, trial run for 02 months,
testing and commissioning of the equipment.

B) Payment for Imported Goods:

Payment for foreign currency portion shall be made in the currency as specified in the contract in
the following manner:
a) On Shipment:

Ninety (90) % of the net FOB/FCA price (FOB/FCA price less Indian Agency commission) of the
goods shipped shall be paid through irrevocable, non-transferable Letter of Credit (LC) opened in
favour of the supplier/foreign principal in a bank in his country and upon submission of documents
specified hereunder:
(i) Four copies of supplier’s invoice showing contract number/supply order number, goods
description, quantity, unit price and total amount;
(ii) Original and four copies of the negotiable clean, on-board Bill of Lading/ Airway bill and
four copies of non-negotiable Bill of Lading/Airway bill;
(iii) Four Copies of packing list identifying contents of each package;
(iv) Insurance Certificate as per GCC Clause 11;
(v) Manufacturer’s/Supplier’s warranty certificate;
(vi) Inspection certificate issued by the nominated inspection agency, if applicable as per
contract;
(vii) Manufacturer’s own factory inspection report and
(viii) Certificate of country of origin

b) On Acceptance:

Balance payment of Ten (10) % of net FOB/FCA price of goods would be made against ‘Final
Acceptance Certificate’ as per Section XVIII to be issued by the consignees through irrevocable,
non-transferable Letter of Credit (LC) opened in favour of the Foreign Principal in a bank in his
country, subject to recoveries, if any. Final Acceptance Certificate need to be issued by the
designated consignee after installation, trial run of 02 months, testing and commissioning of the
equipment.
c) Payment of Incidental Costs till consignee site & Incidental Services (including
Installation & Commissioning, Supervision, Demonstration and Training) will be paid in Indian
Rupees to the Indian Agent after issue of final acceptance certificate by the consignee.

d) Payment of Indian Agency Commission:

Indian Agency commission will be paid to the manufacturer’s agent in the local currency for an
amount in Indian rupees indicated in the relevant Price Schedule (as per prevailing rate of exchange
ruling on the date of Contract) and shall not be subject to further escalation/exchange variation.
Payment shall be paid in Indian Rupees to the Indian Agent after issue of final acceptance
certificate by the consignee.

C) Payment of Turnkey, if any:

Turnkey payment will be made to the manufacturer’s agent in Indian rupees as indicated in the
relevant Price Schedule (as per prevailing rate of exchange ruling on the date of Contract) and shall
not be subject to further escalation / exchange variation. Payment shall be made in Indian Rupees
to the Indian Agent after issue of final acceptance certificate by the consignee.

35
D) Payment for Annual Comprehensive Maintenance Contract Charges:

The consignee will enter into CMC with the supplier at the rates as stipulated in the contract. The
payment of CMC will be made on six monthly basis after satisfactory completion of said period, duly
certified by the consignee on receipt of bank guarantee for an amount equivalent to 2.5 % of the
cost of the equipment as per contract in the prescribed format given in Section XV valid till 2
months after expiry of entire CMC period.

21.2 The supplier shall not claim any interest on payments under the contract.
21.3 Where there is a statutory requirement for tax deduction at source, such deduction towards income
tax and other tax as applicable will be made from the bills payable to the Supplier at rates as
notified from time to time.
21.4 Irrevocable & non – transferable LC shall be opened by the purchaser/ consignee. However, if the
supplier requests specifically to open confirmed LC, the extra charges would be borne by the
supplier. If LC is required to be extended and/or amended for reasons not attributable to the
purchaser/consignee, the charges thereof shall be borne by the supplier.
21.5 The payment shall be made in the currency / currencies authorised in the contract.
21.6 The supplier shall send its claim for payment in writing, when contractually due, along with relevant
documents etc., duly signed with date, to respective consignee.
21.7 While claiming payment, the supplier is also to certify in the bill that the payment being claimed is
strictly in terms of the contract and all the obligations on the part of the supplier for claiming that
payment has been fulfilled as required under the contract.
21.8 While claiming reimbursement of duties, taxes etc. (like sales tax, excise duty, custom duty) from
the Purchaser/Consignee, as and if permitted under the contract, the supplier shall also certify that,
in case it gets any refund out of such taxes and duties from the concerned authorities at a later
date, it (the supplier) shall refund to the Purchaser/Consignee forthwith.
21.9 In case where the supplier is not in a position to submit its bill for the balance payment for want of
receipted copies of Inspection Note from the consignee and the consignee has not complained
about the non-receipt, shortage, or defects in the supplies made, balance amount will be paid by
the paying authority without consignee’s receipt certificate after three months from the date of the
preceding part payment for the goods in question, subject to the following conditions:

(a) The supplier will make good any defect or deficiency that the consignee (s) may report
within six months from the date of despatch of goods.
(b) Delay in supplies, if any, has been regularized.
(c) The contract price where it is subject to variation has been finalized.
(d) The supplier furnishes the following undertakings:

“I/We, __________ certify that I/We have not received back the Inspection Note duly
receipted by the consignee or any communication from the purchaser or the consignee
about non-receipt, shortage or defects in the goods supplied. I/We ______ agree to make
good any defect or deficiency that the consignee may report within three months from the
date of receipt of this balance payment.

22. Delay in the supplier’s performance

22.1 The supplier shall deliver the goods and perform the services under the contract within the time
schedule specified by the Purchaser/Consignee in the List of Requirements and as incorporated in
the contract. The time for and the date of delivery of the goods stipulated in the schedule shall be
deemed to be of the essence of the contract and the delivery must be completed not later than the
date(s) specified in the contract.

22.2 Subject to the provision under GCC clause 26, any unexcused delay by the supplier in maintaining
its contractual obligations towards delivery of goods and performance of services shall render the
supplier liable to any or all of the following sanctions:

(i) imposition of liquidated damages,


(ii) forfeiture of its performance security and
(iii) termination of the contract for default.

36
22.3 If at any time during the currency of the contract, the supplier encounters conditions hindering
timely delivery of the goods and performance of services, the supplier shall promptly inform the
Purchaser/Consignee in writing about the same and its likely duration and make a request to the
Purchaser/Consignee for extension of the delivery schedule accordingly. On receiving the supplier’s
communication, the Purchaser/Consignee shall examine the situation as soon as possible and, at its
discretion, may agree to extend the delivery schedule, with or without liquidated damages for
completion of supplier’s contractual obligations by issuing an amendment to the contract
.
22.4 When the period of delivery is extended due to unexcused delay by the supplier, the amendment
letter extending the delivery period shall, interalia contain the following conditions:

(a) The Purchaser/Consignee shall recover from the supplier, under the provisions of the clause
23 of the General Conditions of Contract, liquidated damages on the goods and services,
which the Supplier has failed to deliver within the delivery period stipulated in the contract.

(b) That no increase in price on account of any ground, whatsoever, including any stipulation in
the contract for increase in price on any other ground and, also including statutory increase
in or fresh imposition of customs duty, excise duty, sales tax/ VAT, Service Tax and Works
Contract Tax or on account of any other tax or duty which may be levied in respect of the
goods and services specified in the contract, which takes place after the date of delivery
stipulated in the contract shall be admissible on such of the said goods and services as are
delivered and performed after the date of the delivery stipulated in the contract.

(c) But nevertheless, the Purchaser/Consignee shall be entitled to the benefit of any decrease
in price on account of reduction in or remission of customs duty, excise duty, sales tax/
VAT, Service Tax and Works Contract Tax or any other duty or tax or levy or on account of
any other grounds, which takes place after the expiry of the date of delivery stipulated in
the contract.

22.5 The supplier shall not dispatch the goods after expiry of the delivery period. The supplier is required
to apply to the Purchaser/Consignee for extension of delivery period and obtain the same before
despatch. In case the supplier dispatches the goods without obtaining an extension, it would be
doing so at its own risk and no claim for payment for such supply and / or any other expense
related to such supply shall lie against the purchaser.

22.6 Passing of Property:

(a) The property in the goods shall not pass to the purchaser unless and until the goods have
been delivered to the consignee in accordance with the conditions of the contract.

(b) Where there is a contract for sale of specific goods and the supplier is bound to do
something to the goods for the purpose of putting them into a deliverable state the
property does not pass until such thing is done.

(c) Unless otherwise agreed, the goods remain at the supplier’s risk until the property therein is
transferred to the purchaser.

23. Liquidated damages

23.1 Subject to GCC clause 26, if the supplier fails to deliver or install/commission any or all of the goods
or fails to perform the services within the time frame(s) incorporated in the contract, the
Purchaser/Consignee shall, without prejudice to other rights and remedies available to the
Purchaser/Consignee under the contract, deduct from the contract price, as liquidated
damages, a sum equivalent to 0.5% per week of delay or part thereof on delayed supply
of goods, installation, commissioning and/or services until actual delivery or
performance subject to a maximum of 10% of the contract price. Once the maximum is
reached Purchaser/Consignee may consider termination of the contract as per GCC 24.

During the above-mentioned delayed period of supply and / or performance, the conditions
incorporated under GCC sub-clause 22.4 above shall also apply.

37
24. Termination for default

24.1 The Purchaser/Consignee , without prejudice to any other contractual rights and remedies available
to it (the Purchaser/Consignee ), may, by written notice of default sent to the supplier, terminate
the contract in whole or in part, if the supplier fails to deliver any or all of the goods or fails to
perform any other contractual obligation(s) within the time period specified in the contract, or within
any extension thereof granted by the Purchaser/Consignee pursuant to GCC sub-clauses 22.3 and
22.4.

24.2 In the event of the Purchaser/Consignee terminates the contract in whole or in part, pursuant to
GCC sub-clause 24.1 above, the Purchaser/Consignee may procure goods and/or services similar to
those cancelled, with such terms and conditions and in such manner as it deems fit and the supplier
shall be liable to the Purchaser/Consignee for the extra expenditure, if any, incurred by the
Purchaser/Consignee for arranging such procurement.

24.3 Unless otherwise instructed by the Purchaser/Consignee, the supplier shall continue to perform the
contract to the extent not terminated.

25. Termination for insolvency

25.1 If the supplier becomes bankrupt or otherwise insolvent, the purchaser reserves the right to
terminate the contract at any time, by serving written notice to the supplier without any
compensation, whatsoever, to the supplier, subject to further condition that such termination will
not prejudice or affect the rights and remedies which have accrued and / or will accrue thereafter to
the Purchaser/Consignee.

26. Force Majeure

26.1 Notwithstanding the provisions contained in GCC clauses 22, 23 and 24, the supplier shall not be
liable for imposition of any such sanction so long the delay and/or failure of the supplier in fulfilling
its obligations under the contract is the result of an event of Force Majeure.

26.2 For purposes of this clause, Force Majeure means an event beyond the control of the supplier and
not involving the supplier’s fault or negligence and which is not foreseeable and not brought about
at the instance of , the party claiming to be affected by such event and which has caused the non –
performance or delay in performance. Such events may include, but are not restricted to, acts of the
Purchaser/Consignee either in its sovereign or contractual capacity, wars or revolutions, hostility,
acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine
restrictions, strikes excluding by its employees , lockouts excluding by its management, and freight
embargoes.

26.3 If a Force Majeure situation arises, the supplier shall promptly notify the Purchaser/Consignee in
writing of such conditions and the cause thereof within twenty one days of occurrence of such
event. Unless otherwise directed by the Purchaser/Consignee in writing, the supplier shall continue
to perform its obligations under the contract as far as reasonably practical, and shall seek all
reasonable alternative means for performance not prevented by the Force Majeure event.

26.4 If the performance in whole or in part or any obligation under this contract is prevented or delayed
by any reason of Force Majeure for a period exceeding sixty days, either party may at its option
terminate the contract without any financial repercussion on either side.

26.5 In case due to a Force Majeure event the Purchaser/Consignee is unable to fulfil its contractual
commitment and responsibility, the Purchaser/Consignee will notify the supplier accordingly and
subsequent actions taken on similar lines described in above sub-paragraphs.

38
27. Termination for convenience

27.1 The Purchaser/Consignee reserves the right to terminate the contract, in whole or in part for its
(Purchaser’s/Consignee ’s) convenience, by serving written notice on the supplier at any time during
the currency of the contract. The notice shall specify that the termination is for the convenience of
the Purchaser/Consignee. The notice shall also indicate interalia, the extent to which the supplier’s
performance under the contract is terminated, and the date with effect from which such termination
will become effective.

27.2 The goods and services which are complete and ready in terms of the contract for delivery and
performance within thirty days after the supplier’s receipt of the notice of termination shall be
accepted by the Purchaser/Consignee following the contract terms, conditions and prices. For the
remaining goods and services, the Purchaser/Consignee may decide:

a) To get any portion of the balance completed and delivered at the contract terms, conditions
and prices; and / or

b) To cancel the remaining portion of the goods and services and compensate the supplier by
paying an agreed amount for the cost incurred by the supplier towards the remaining
portion of the goods and services.

28. Governing language

28.1 The contract shall be written in English language following the provision as contained in GIT clause
4. All correspondence and other documents pertaining to the contract, which the parties exchange,
shall also be written accordingly in that language.

29. Notices

29.1 Notice, if any, relating to the contract given by one party to the other, shall be sent in writing or by
cable or telex or facsimile and confirmed in writing. The procedure will also provide the sender of
the notice, the proof of receipt of the notice by the receiver. The addresses of the parties for
exchanging such notices will be the addresses as incorporated in the contract.

29.2 The effective date of a notice shall be either the date when delivered to the recipient or the
effective date specifically mentioned in the notice, whichever is later.

30. Resolution of disputes

30.1 If dispute or difference of any kind shall arise between the Purchaser/Consignee and the supplier in
connection with or relating to the contract, the parties shall make every effort to resolve the same
amicably by mutual consultations.

30.2 If the parties fail to resolve their dispute or difference by such mutual consultation within twenty-
one days of its occurrence, then, unless otherwise provided in the SCC, either the
Purchaser/Consignee or the supplier may give notice to the other party of its intention to commence
arbitration, as hereinafter provided the applicable arbitration procedure will be as per the Arbitration
and Conciliation Act, 1996 of India. In the case of a dispute or difference arising between the
Purchaser/Consignee and a domestic Supplier relating to any matter arising out of or connected
with the contract, such dispute or difference shall be referred to the sole arbitration of an officer in
the Ministry of Law and Justice, appointed to be the arbitrator by the Director General (Health
Services)/Ministry of Health & Family Welfare. The award of the arbitrator shall be final and binding
on the parties to the contract subject to the provision that the Arbitrator shall give reasoned award
in case the value of claim in reference exceeds Rupees One lakhs (Rs. 1,00,000/-).

30.3 Venue of Arbitration: The venue of arbitration shall be the place from where the contract has been
issued, i.e., New Delhi, India.

30.4 Jurisdiction of the court will be from the place where the tender enquiry document has been issued,
i.e. New Delhi, India

39
31. Applicable Law

The contract shall be governed by and interpreted in accordance with the laws of India for the time
being in force.

32. Withholding and Lien in respect of sums claimed

Whenever any claim for payment arises under the contract against the supplier the purchaser shall
be entitled to withhold and also have a lien to retain such sum from the security deposit or sum of
money arising out of under any other contract made by the supplier with the purchaser, pending
finalization or adjudication of any such claim.
It is an agreed term of the contract that the sum of money so withheld or retained under the lien
referred to above, by the purchaser, will be kept withheld or retained till the claim arising about of
or under the contract is determined by the Arbitrator or by the competent court as the case may be,
and the supplier will have no claim for interest or damages whatsoever on any account in respect of
such withholding or retention.

33. General/ Miscellaneous Clauses

33.1 Nothing contained in this Contract shall be constructed as establishing or creating between the
parties, i.e. the Supplier/its Indian Agent/CMC Provider on the one side and the Purchaser on the
other side, a relationship of master and servant or principal and agent.

33.2 Any failure on the part of any Party to exercise right or power under this Contract shall not operate
as waiver thereof.

33.3 The Supplier shall notify the Purchaser/Consignee /the Government of India of any material change
would impact on performance of its obligations under this Contract.

33.4 Each member/constituent of the Supplier/its Indian Agent/CMC Provider, in case of


consortium shall be jointly and severally liable to and responsible for all obligations towards
the Purchaser/Consignee/Government for performance of contract/services including that of its
Associates/Sub Contractors under the Contract.

33.5 The Supplier/its Indian Agent/CMC Provider shall at all times, indemnify and keep indemnified the
Purchaser/Government of India against all claims/damages etc. for any infringement of any
Intellectual Property Rights (IPR) while providing its services under CMC or the Contract.

33.6 The Supplier/its Agent/CMC Provider shall, at all times, indemnify and keep indemnified the
Purchaser/Consignee/Government of India against any claims in respect of any damages or
compensation payable in consequences of any accident or injury sustained or suffered by its
employees or agents or by any other third party resulting from or by any action, omission or
operation conducted by or on behalf of the supplier/its associate/affiliate etc.

33.7 All claims regarding indemnity shall survive the termination or expiry of the contract.

40
SECTION – V

SPECIAL CONDITIONS OF CONTRACT (SCC)

The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses of
General Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below.

These Special Conditions will modify/substitute/supplement the corresponding (GCC) clauses. Whenever
there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the
SCC shall prevail.

The warranty period will be as mentioned in the General Technical Specification as per Section
VII of the tender enquiry document.

41
SECTION - VI

LIST OF REQUIREMENTS

Part I

Schedule Tender Code No. Brief Description of Goods Amount of


No. Bid Security
(in Rs.)
1. 11-35/2015-LH(S)* Urodynamic Procedures Chair with EMG Biofeed Back & Rs.1,20,000/-
Stimulation System (01 No.)
2. 11-40/2015-LH(S)* Radiation Shielding Eyewear (04 Nos.) Rs.6,000/-
3. 11-51/2015-LH(S) O.T. Table Hydraulic (01 No.) Rs.30,000/-
4. 11-76/2015-LH(S)* Microprocessor Controlled Slow Suction Machine (04 Nos.) Rs.40,000/-
5. 11-81/2015-LH(S)* Temporary Pacemaker Single Chamber (04 Nos.) Rs.12,000/-
6. 11-85/2015-LH(S)* Automatic Slide Strainer (01 No.) Rs.60,000/-
7. 15-50/2014-LH(S)* Tissue Expander (20 Nos.) Rs.24,000/-
8. 15-36/2015-LH(S)* Video Head Impulse Test Machine (01 Set) Rs.30,000/-
9. 15-44/2015-LH(S)* Neonatal & Paediatric OT Table (01 No.) Rs.20,000/-
10. 15-56/2015-LH(S)* Set of Gouges for Cartilage Carving for Ear Reconstruction (02 Rs.4,000/-
Set)
11. 15-60/2015-LH(S)* Liposuction & Fat Injection Equipment (01 Set) Rs.10,000/-
12. 15-67/2015-LH(S)* Digital Weighing Machine (02 Nos.) Rs.2,000/-
13. 15-68/2015-LH(S)* Mobile Autopsy Table (01 No.) Rs.2,500/-
14. 11-90/2015-LH(S)* Portable Ventilator (04 nos.) Rs.80,000/-
15. 11-102/2015-LH(S)* OT Light with Camera (02 Nos.) Rs.1,00,000/-
16. 11-107/2015-LH(S)* Transport Ventilator (01 No.) Rs.10,000/-
17. 11-115/2015-LH(S)* Emergency Resuscitation Kit (01No.) Rs.10,000/-
18. 11-119/2015-LH(S)* Bed Side PT with INR Monitoring Kit System (01 No.) Rs.12,000/-
19. 11-135/2015-LH(S)* Optical Coherence Tomography Rs.70,000/-
20. 15-36/2015-LH(S)* Weighing Machine for weighing Dead Bodies (01 No.) Rs.3,000/-
21. 15-22/2016-LH(S) Fully Automated Immuno Analyser (01 No.) Rs.1,40,000/-
22. 15-23/2016-LH(S) Refrigerated Table Top Centrifuge (01 No.) Rs.18,000/-
23. 15-24/2016-LH(S) Turbidometer (01 No.) Rs.16,000/-
24. 15-25/2016-LH(S) Double Distillation Plant (01 No.) Rs.6,000/-
25. 15-26/2016-LH(S) Vertical Autoclave (01 No.) Rs.8,000/-
26. 15-29/2016-LH(S) Pediatric Nephroscope 20-22Fr (01 No.) Rs.26,000/-
27. 11-09/2016-LH(S) Automated Hematology Cell Counter (Three Part Differential) (03 Rs.18,000/-
Nos.)
28. 11-11/2016-LH(S) Binocular Research Microscope (02 Nos.) Rs.16,000/-
29. 11-12/2016-LH(S) Deca Head Microscope (01 No.) Rs.24,000/-
30. 11-13/2016-LH(S) Research Microscope with Double Head (01 No.) Rs.13,000/-
31. 11-15/2016-LH(S) Five Head Microscope (01 No.) Rs.25,000/-
32. 15-30/2016-LH(S) Lithoclast (01 No.) Rs.34,000/-
33. 15-31/2016-LH(S) Holmium YAG Laser (01 No.) Rs.60,000/-
34. 15-32/2016-LH(S) Pediatric Nephroscope 15-16Fr (01 No.) Rs.26,000/-
35. 15-33/2016-LH(S) Transport Ventilator (02 Nos.) Rs.40,000/-
36. 15-34/2016-LH(S) Neonatal Heat Radiant Warmer (05 Nos.) Rs.50,000/-
37. 15-35/2016-LH(S) Warming Blanket Set (06 Nos.) Rs.24,000/-
38. 15-36/2016-LH(S) Transport Incubator (01 No.) Rs.10,000/-

42
39. 11-17/2016-LH(S) Automatic Slide Stainer (01 No.) Rs.60,000/-
40. 11-18/2016-LH(S) Deca Head Microscope (01 No.) Rs.40,000/-
41. 11-19/2016-LH(S) Advance Fluorescence Microscope with camera (01 No.) Rs.40,000/-
42. 11-20/2016-LH(S) Semiautomatic Rotary Microtome(03 Nos.) Rs.72,000/-
43. 11-21/2016-LH(S) Cold Plate (03 Nos.) Rs.18,000/-
44. 11-22/2016-LH(S) Auto Refracto-Keratometer (02 Nos.) Rs.12,000/-
45. 11-23/2016-LH(S) Digital Lensmeter (02 Nos.) Rs.4,000/-
46. 15-37/2016-LH(S) Ureterorenoscope 4-6Fr (01 No.) Rs.8,000/-
47. 15-38/2016-LH(S) Oesophageal Dilator Set (Bogies Set) Rs.2,000/-
48. 15-40/2016-LH(S) LED Phototherapy Unit (03 Nos.) Rs.5,000/-
49. 15-41/2016-LH(S) NIBP (Non- Invasive Blood Pressure) – 02 Nos. Rs.2,500/-
50. 15-42/2016-LH(S) Electronic Baby Weighing Machine (05 Nos.) Rs.2,500/-
51. 15-43/2016-LH(S) Flux Meter – 01 No. Rs.3,500/-
52. 15-44/2016-LH(S) Breast Pumps (04 Nos.) Rs.15,000/-
53. 11-24/2016-LH(S) Ultrasonic Pachymeter (01 No.) Rs.12,000/-
54. 11-25/2016-LH(S) Hand Held Digital Fundus Camera (01 No.) Rs.12,000/-
55. 11-27/2016-LH(S) Neurosurgery Instruments Rs.1,00,000/-
56. 11-28/2016-LH(S) Defibrillator with Monitor (01 No.) Rs.9,000/-
57. 11-30/2016-LH(S) Head Light (02 Nos.) Rs.16,000/-
58. 11-32/2016-LH(S) Ergometeric Cycle (02 Nos.) Rs.4,000/-
59. 11-33/2016-LH(S) Ultrasound Therapy Unit (02 Nos.) Rs.8,000/-
60. 11-34/2016-LH(S) Transport Monitor (02 Nos.) Rs.10,000/-
61. 15-45/2016-LH(S) Neonatal & Infant Ventilator with Humidifier (02 Nos.) Rs.72,000/-
62. 15-47/2016-LH(S) Neonatal Whole Body Cooling System (01 No.) Rs.36,000/-
63. 15-48/2016-LH(S) Amplitude Integrated EEG Machine for Cerebral Function Rs.70,000/-
Monitoring (01 No.)
64. 15-49/2016-LH(S) Neonatal Transport Incubator with inbuilt ventilator (01 No.) Rs.44,000/-
65. 15-50/2016-LH(S) Transcutaneous Bilirubinometer Rs.7,000/-
66. 15-51/2016-LH(S) One Beam Bilirubinometer with Centrifuge & HCT Reader (02 Rs.22,000/-
Nos.)
67. 15-52/2016-LH(S) Horizontal Laminar Flow System (02 Nos.) Rs.16,500/-
68. 11-35/2016-LH(S) Cell Saver (01 No.) Rs.70,000/-
69. 11-36/2016-LH(S) Washer Disinfector (01 No.) Rs.50,000/-
70. 11-37/2016-LH(S) Ultrasonic Cleaner (01 No.) Rs.20,000/-
71. 11-38/2016-LH(S) Mounting System for Heart Stablizer & Positioner for MICS CABG Rs.20,000/-
(02 Sets)
72. 11-41/2016-LH(S) Operating Microscope (01 No.) Rs.80,000/-
73. 11-42/2016-LH(S) Digital Fundus Camera (01 No.) Rs.60,000/-
74. 11-44/2016-LH(S) Non Contact Tonometer (04 Nos.) Rs.56,000/-
75. 15-54/2016-LH(S) Point of Care testing analyser for d-Dimer & PCT (01 No.) Rs.2000/-
76. 15-55/2016-LH(S) Programmable Fully Automatic Incubator (01 No.) Rs.8,000/-
77. 15-56/2016-LH(S) Audiometer with Printer Rs.10,000/-
78. 15-57/2016-LH(S) Bipolar Cautary Unit (01 No.) Rs.12,000/-
79. 15-58/2016-LH(S) Rigid Esophagoscope with Accessories (01 No.) Rs.40,000/-
80. 15-59/2016-LH(S) Rigid Ventilating Bronchoscope with Accessories (01 No.) Rs.40,000/-
81. 15-60/2016-LH(S) Flexible Rhino Laryngoscope with suction + Biopsy channel Rs.36,000/-
camera & Monitor (01 No.)

43
82. 11-45/2016-LH(S) Specular Microscope (01 No.) Rs.30,000/-
83. 11-46/2016-LH(S) Corneal Topography (01 No.) Rs.24,000/-
84. 11-47/2016-LH(S) Auto Refrectometer with Keratometer, Tonometer and Rs.60,000/-
Pachymeter (02 Nos.)
85. 11-51/2016-LH(S) High Speed Sterilizer (01 No.) Rs.20,000/-
86. 11-55/2016-LH(S) ICU Ventilators (02 Nos.) Rs.80,000/-
87. 11-56/2016-LH(S) Defibrillator Monitor (01 No.) Rs.10,000/-
88. 11-57/2016-LH(S) Cardiac Monitor (01 No.) Rs.13,000/-
89. 15-61/2016-LH(S) Micolaryngeal Surgery Set Direct Laryngscope, Mirolaryngeal Rs.20,000/-
Forceps & Suspension (01 Set)
90. 15-62/2016-LH(S) Microdebrider System (01 No.) Rs.40,000/-
91. 15-63/2016-LH(S) Endoscopes + Telescope Handles (06 + 02 Nos.) Rs.24,000/-
92. 15-64/2016-LH(S) Fess Instruments Set Rs.80,000/-
93. 15-68/2016-LH(S) Endoscopic Set for Plastic Surgery Rs,18,000/-
94. 15-69/2016-LH(S) OT Table Hydraulic (01 No.) Rs.18,000/-
95. 15-70/2016-LH(S) Patient Ventilator (01 No.) Rs.40,000/-
96. 15-71/2016-LH(S) Q Switched Nd YAG Laser (01 No.) Rs.70,000/-
97. 11-59/2016-LH(S) High Temperature Saturated Atomized Dry Steam Disinfection Rs.36,000/-
System (02 Nos.)
98. 11-60/2016-LH(S) Mixed Oxidant Generator System (02 Nos.) Rs.48,000/-
99. 11-61/2016-LH(S) High Speed Sterilizer (01 No.) Rs.9,000/-
100. 11-62/2016-LH(S) Hot & Cold Water Sterilizer (01 No.) Rs.5,000/-
101. 11-63/2016-LH(S) A V Shunt Instruments & General Instruments Set (01 Set) Rs.5,000/-
102. 11-64/2016-LH(S) Endoscope Asceptization Unit (01 No.) Rs.90,000/-
103. 11-67/2016-LH(S) Portable 3D Ultrasound Bladder Scanner (02 Nos.) Rs.72,000/-
104. 15-72/2016-LH(S) Electro Cautery Machine (02 Nos.) Rs.18,000/-
105. 15-73/2016-LH(S) Surgical Magnifying Loupe (06 Nos.) Rs.18,000/-
106. 15-74/2016-LH(S) Ceiling Mounted LED Examination Light (01 No.) Rs.18,000/-
107. 15-75/2016-LH(S) Tourniquet Electronic (Automatic) (02 Nos.) Rs.18,000/-
108. 15-76/2016-LH(S) Skin Graft Mesher (03 Nos.) Rs.18,000/-
109. 15-77/2016-LH(S) Arthroscopy Lens 2.7mm 30˚ with Trocar & Cannula (02 Nos.) Rs.10,000/-
110. 15-78/2016-LH(S) Arthroscopy Lens 4 mm 70˚ with Trocar & Cannula (02 Nos.) Rs.10,000/-
111. 11-68/2016-LH(S) Powered OT Table (01 No.) Rs.94,000/-
112. 11-69/2016-LH(S) Shockwave Therapy Unit (01 No.) Rs.50,000/-
113. 11-70/2016-LH(S) Flexible Ureteroreno Fiberscope (01 No.) Rs.16,000/-
114. 11-71/2016-LH(S) Environmental Decontamination System with ULV Fogger (04 Rs.30,000/-
Nos.)
115. 11-82/2016-LH(S) Ultrasonic Pachymeter with Thermal Printer (01 No.) Rs.8,000/-
116. 11-86/2016-LH(S) Defibrillator (01 No.) Rs.12,000/-
117. 11-87/2016-LH(S) Treadmill (01 No.) Rs.32,000/-
118. 15-80/2016-LH(S) Ultrasonic Bone Scalpel System (01 No.) Rs.64,000/-
119. 15-81/2016-LH(S) O.T. Ceiling Light Rs.36,000/-
120. 15-82/2016 General Orthopaedic Instruments (01 Lot) Rs.20,000/-
121. 15-83/2016-LH(S) Shoulder Positioner (01 No.) Rs.30,000/-
122. 15-91/2016-LH(S) Laparoscopic Hand Instruments Set (01 No.) Rs.35,000/-
123. 15-22/2015-LH(S)# Fully Automatic Rectangular Steam Sterilizer (01 No. Rs.1,60,000/-
124. 15-26/2015-LH(S)# Mobile C-Arm Image Intensifier & Fluroscopy System (01 No.) Rs.1,20,000/-
125. 11-88/2015-LH(S)# Neuro Endoscope (01 No.) Rs.1,80,000/-

44
126. 11-10/2016-LH(S)# Five Part Differential Hematology Analyzer (02 Nos.) Rs.1,40,000/-
127. 11-16/2016-LH(S)# Automated Liquid Based Cytology System Rs.1,10,000/-
128. 11-26/2016-LH(S)# Ultrasonic Aspirator for Microneurosurgery (02 Nos.) Rs.1,60,000/-
129. 11-29/2016-LH(S)# C Arm Image Intensifier (01 No.) Rs.1,60,000/-
130. 11-31/2016-LH(S)# Complete Monitoring System with Central Station (01 unit) Rs.1,60,000/-
131. 11-43/2016-LH(S)# Slit Lamp with Applanation Tonometer with Motorized Table (04 Rs.1,12,000/-
Nos.)
132. 11-49/2016-LH(S)# O.T. Table (02 Nos.) Rs.1,20,000/-
133. 15-27/2015-LH(S)# HD Videoendoscopy System (01 Set) Rs.1,30,000/-
134. 15-40/2015-LH(S)# Stroboscope & Recording System (01 Set) Rs.70,000/-
135. 15-65/2015-LH(S)# Surgical Microscope for Plastic & Reconstructive Surgery (01 No.) Rs.1,20,000/-
136. 15-27/2016-LH(S)# Multi Channel Patient Monitor (15 Nos.) Rs.1,80,000/-
137. 15-28/2016-LH(S)# Pediatric Ventilator (04 Nos.) Rs.1,60,000/-
138. 15-46/2016-LH(S)# Neonatal High Frequency Ventilator with conventional ventilator – Rs.1,05,000/-
02 Nos.
139. 11-50/2016-LH(S)# Laparoscopic Surgery Set (01 Set) Rs.1,00,000/-
140. 11-52/2016-LH(S)# Multichannel ICU Monitors (04 Nos.) Rs.1,20,000/-
141. 11-53/2016-LH(S)# Anesthesia Work Station (02 Nos.) Rs.1,40,000/-
142. 11-54/2016-LH(S)# HDU Beds (17 Nos.) Rs.1,70,000/-
143. 11-58/2016-LH(S)# Automated Biological Aspirator & Disinfector (02 Nos.) Rs.1,00,000/-
144. 11-65/2016-LH(S)# Single Port Laparoscopy Surgery Instruments (01 Set) Rs.1,42,000/-
145. 11-66/2016-LH(S)# Advanced Video Urodynamic Work Station (01 No.) Rs.1,96,000/-
146. 15-65/2016-LH(S)# 3 Chip Full HD Camera with Monitor(01 No.) Rs.1,00,000/-
147. 15-95/2016-LH(S) 1) Titanium Connected Interference Screws Rs.40,000/-
2) Titanium suture anchors for Bankart & rotator cuff fixaton
3) Suture Disk (30 each)
148. 15-96/2016-LH(S)# Endobronchial Ultrasound System Video Bronchoscope with Rs.1,80,000/-
Radial Probe
149. 11-83/2016-LH(S)# Fully Automated Clinical Chemistry Analyzer with through put 600 Rs.1,00,000/-
or more (1+1 unit)
150. 11-84/2016-LH(S)# Fully Automated Clinical Chemistry Analyzer with through put Rs.1,92,000/-
2000 or more (1+1 unit)
151. 11-85/2016-LH(S)# Fully Automated Chemiluminiscence Immunoassay (1+1 unit) Rs.1,20,000/-

Part II: Required Delivery Schedule:

(i) Supply of Ordered Goods:

a) For Indigenous goods or for imported goods if supplied from India or Good to be
imported and supplied against payment in Indian Rupees:

90 days from date of Notification of Award to delivery at consignee site. The date of
delivery will be the date of delivery at consignee site. Tenderers may quote earlier delivery
period.

b) For Imported goods directly from abroad:

90 days from the date of opening of L/C for shipment. The date of delivery will be the date
of Bill of Lading/airway bill. Tenderers may quote earlier delivery period.

For delayed delivery and/or installation and commissioning liquidated damages will get
applied as GCC 23.

45
Part III: Scope of Incidental Services:

Installation & Commissioning, Supervision, Demonstration, Trial run of 02 months and Training etc. as
specified in GCC Clause 13

Part IV: Turnkey (if any) as per details in Technical Specification.

Part V:
Comprehensive Warranty as per details in general technical specification (in Section VII) and or in GCC.
Comprehensive Maintenance Contract (CMC) as per details in Technical Specification and or in GCC.

Part VI: Required Terms of Delivery and Destination.

a) For Domestic Goods Or of Foreign Origin Located Within India/Goods to be imported


and offered against payment in Indian Rupees:

The tenderers are required to quote their rates for the indigenous Goods or for the imported to be
supplied from India on free delivery at Consignee Site.

b) For Imported goods directly from abroad:


The tenderers are required to quoted their rates as per proforma prescribed in Price Schedule.
Purchaser will place the order on FOB/FCA basis.

46
Section – VII
Technical Specifications

Note 1: Tenderer’s attention is drawn to GIT clause 18 and GIT sub-clause 11.1 A (iii)). The tenderer is to
provide the required details, information, confirmations, etc. accordingly failing which it’s tender is
liable to be ignored.

Note 2: General: Tenderers are requested to make sure that they should attach the list of
equipments for carrying out routine and preventive maintenance wherever asked for
and should make sure that Electricity Safety Analyzer/Tester for Medical equipments
to periodically check the electrical safety aspects as per BIS Safety Standard IS-13540
which is also equivalent to IEC electrical Safety standard IEC-60601 is a part of the
equipments. If the Electrical Safety Analyzer/Tester is not available they should
provide a commitment to get the equipments checked for electrical safety compliance
with Electronic Regional Test Labs/Electronics Test and Development Centres across
the country on every preventive maintenance call.

Note 3: Adequate training of personnel and non-locked open software and standard interface
interoperability conditions for networked equipment in hospital management
information system (HMIS).

The successful tenderer will be required to undertake to provide at his cost technical
training for personnel involved in the use and handling of the equipment on site at the
institute immediately after its installation.

Note 4: All software updates should be provided free of cost during warranty period and post
warranty CMC period.

(P.T.O for General Technical Specification)

47
SECTION-VII

TECHNICAL SPECIFICATIONS
GENERAL TECHNICAL SPECIFICATIONS

GENERAL POINTS:
1. Warranty:
a) Two years Comprehensive Warranty as per Conditions of Contract of the TE document or as
specified in Technical Specification for complete equipment (including X ray tubes, Batteries for UPS, other
vacuumatic parts wherever applicable) and Turnkey Work from the date of satisfactory installation,
commissioning, trial run & handing over of equipment to Hospital/Institution/Medical College.
b) 95% up time Warranty of complete equipment with extension of Warranty period by double the
downtime period on 24 (hrs) X 7 (days) X 365 (days) basis.
c) All software updates should be provided free of cost during Warranty period as well as post
warranty CMC period.

2. After Sales Service:


After sales service centre should be available on 24 (hrs) X 7 (days) X 365 (days) basis. Complaints should
be attended properly, maximum within 24 hrs. The service should be provided directly by Tenderer/Indian
Agent. Undertaking by the Principals that the spares for the equipment shall be available for at least 10
years from the date of supply.
3. Training:
On Site training to Doctors/ Technicians/ staff is to be provided by Principal/ Indian Agents (if they have the
requisite know-how) for operation and maintenance of the equipment to the satisfaction of the consignee.
4. Annual Comprehensive Maintenance Contract (CMC) of subject equipment with Turnkey:
a) The cost of Comprehensive Maintenance Contract (CMC) which includes preventive maintenance
including testing & calibration as per technical/ service /operational manual of the manufacturer, labour and
spares, after satisfactory completion of Warranty period may be quoted for next 5 years on yearly basis for
complete equipment (including X ray tubes, Batteries for UPS, other vacuumatic parts wherever applicable)
and Turnkey (if any). The supplier shall visit each consignee/installation site as recommended in the
manufacturer’s technical/ service /operational manual, but at least once in six months during the CMC
period
b) The cost of CMC may be quoted along with taxes applicable on the date of Tender Opening. The
taxes to be paid extra, to be specifically stated. In the absence of any such stipulation the price will be
taken inclusive of such taxes and no claim for the same will be entertained later.
c) Cost of CMC will be added for Ranking/Evaluation purpose.
d) The payment of CMC will be made on six monthly basis after satisfactory completion of said period,
duly certified by end user on receipt of bank guarantee for 2.5 % of the cost of the equipment as per
Section XV valid till 2 months after expiry of entire CMC period.
e) There will be 95% uptime warranty during CMC period on 24 (hrs) X 7 (days) X 365 (days) basis,
with penalty, to extend CMC period by double the downtime period.
f) During CMC period, the supplier is required to visit at each consignee’s site at least once in 6
months commencing from the date of the successful completion of warranty period for preventive
maintenance of the goods.
g) All software updates should be provided free of cost during CMC.
h) Failure of the above [4. e) to 4. g)] by the supplier, may lead to the forfeiture of the Bank
Guarantee for Annual CMC.
i) The payment of CMC will be made as stipulated in GCC Clause 21.

Turnkey:
Turnkey is indicated in the technical specification of the respective items, wherever required. The Tenderer
shall examine the existing site where the equipment is to be installed, in consultation with HOD of
Hospital/Institution/Medical College concerned. Turnkey details of each Hospital/Institution/Medical College
are given at the end of Technical Specification. The Tenderers to quote prices indicating break-up of prices
of the Machine and Turnkey Job of each Hospital/Institution/Medical College. The Turnkey costs may be
quoted in Indian Rupee will be added for Ranking Purpose. The taxes to be paid extra, to be specifically
stated. In the absence of any such stipulation the price will be taken inclusive of such duties and taxes and
no claim for the same will be entertained later.

48
The Turnkey Work should completely comply with AERB requirement, if any.

(Schedule/Tender Code wise Technical Specifications are available


from Page 62 onwards)

49
Section – VIII
Quality Control Requirements

(Proforma for equipment and quality control employed by the manufacturer(s)


Tender Code No.:
Date of opening:
Time:
Name and address of the Tenderer:
Note: All the following details shall relate to the manufacturer(s) for the goods quoted for.
01 Name of the manufacturer
a. full postal address
b. full address of the premises
c. telegraphic address
d. telex number
e. telephone number
f. fax number

02 Plant and machinery details


03 Manufacturing process details
04 Monthly (single shift) production capacity of goods quoted for
a. normal
b. maximum

05 Total annual turn-over (value in Rupees)


06 Quality control arrangement details
a. for incoming materials and bought-out components
b. for process control
c. for final product evaluation
07 Test certificate held
a type test
b BIS/ISO certification
c any other
08 Details of staff
a technical
b skilled
c unskilled

Signature and seal of the Tenderer

50
Section – IX
Qualification Criteria

1. The Tenderer must be a Manufacturer or its authorized agent.

2. (a) The manufacturer should have supplied and installed in the last five years from the date
of Tender Opening of quoted quantity of the same/similar equipment meeting major specification
parameters which is functioning satisfactorily.
OR
(b) The tenderer/Indian authorized representative of the manufacturer meeting the above
criteria No.1 should have supplied and installed in the last five years from the date of tender
opening the quoted quantity of same/similar equipment which is functioning satisfactorily,
anywhere in India.

Note

1. In support of 2 (a) & 2 (b), the Tenderer shall furnish Performance statement in the enclosed
Proforma ‘A’.

The manufacturer as well as the Tenderer/ Indian Agent shall furnish Satisfactory Performance
Certificate in respect of above, duly translated in English, alongwith the tender.

2. The Tenderer shall furnish a brief write-up, packed with adequate data explaining and establishing
his available capacity/capability (both technical and financial) to perform the Contract (if awarded)
within the stipulated time period, after meeting all its current/present commitments. The Tenderer
shall also furnish details of Equipment and Quality Control in the enclosed Section VIII.

3. Notwithstanding anything stated above, the Purchaser reserves the right to assess the Tenderer’s
capability and capacity to perform the contract satisfactorily before deciding on award of Contract,
should circumstances warrant such an assessment in the overall interest of the Purchaser.

4. The Purchaser reserves the right to ask for a free demonstration of the quoted equipment at a pre
determined place acceptable to the purchaser for technical acceptability as per the tender
specifications, before the opening of the Price Tender.

Page No. 51
PROFORMA ‘A’
PROFORMA FOR PERFORMANCE STATEMENT

(For the period of last five years)

Tender Code No. : _________________________________

Date of opening : _________________________________

Time : _________________________________

Name and address of the Tenderer : _________________________________

Name and address of the manufacturer : _________________________________

Order placed Order Description Value Date of completion Remarks Have the goods
by (full number and quantity of of of Contract indicating been
address of and date ordered goods order reasons for functioning
Purchaser/ and services (Rs.) As per Actual delay if any Satisfactorily
Consignee) contract (attach
documentary
proof)**
1 2 3 4 5 6 7 8

We hereby certify that if at any time, information furnished by us is proved to be false or incorrect, we are
liable for any action as deemed fit by the Purchaser in addition to forfeiture of the EMD.

Signature and seal of the Tenderer

Page No. 52
Section – X
TENDER FORM
Date__________
To

The Medical Superintendent


Dr. Ram Manohar Lohia Hospital,
New Delhi

Sub: Your TE document No. ___________________________________________dated ___________


and Tender Code No.________________________________ Date of Opening_______________

We, the undersigned have examined the above mentioned TE document, including amendment/corrigendum
No. _________________, dated ________ (if any), the receipt of which is hereby confirmed. We now offer
to supply and deliver_____________________________ (Description of goods and services) against Tender
Code No._____________________ in conformity with your above referred document for the sum as shown
in the price schedule(s), attached herewith and made part of this tender.
If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above,
in accordance with the delivery schedule specified in the List of Requirements.
We further confirm that, if our tender is accepted, we shall provide you with a performance security of
required amount in an acceptable form in terms of GCC clause 5, read with modification, if any, in Section -
V – “Special Conditions of Contract”, for due performance of the contract.
We agree to keep our tender valid for acceptance as required in the GIT clause 20, read with modification, if
any in Section - III – “Special Instructions to Tenderers” or for subsequently extended period, if any, agreed
to by us. We also accordingly confirm to abide by this tender up to the aforesaid period and this tender may
be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formal
contract is executed, this tender read with your written acceptance thereof within the aforesaid period shall
constitute a binding contract between us.
We further understand that you are not bound to accept the lowest or any tender you may receive against
your above-referred tender enquiry.
We confirm that we do not stand deregistered/banned/blacklisted by any Govt. Authorities.
We confirm that we fully agree to the terms and conditions specified in above mentioned TE document,
including amendment/ corrigendum if any

(Signature with date)

(Name and designation) Duly authorised to sign tender for and on behalf of

Page No. 53
SECTION – XI PRICE SCHEDULE
A) PRICE SCHEDULE FOR DOMESTIC GOODS OR GOODS OF FOREIGN ORIGIN LOCATED WITHIN INDIA OR GOODS TO BE IMPORTED AND
SUPPLIED AGAINST PAYMENT IN INDIAN RUPEES
1 2 3 4 5 6
Schedu Brief Country Quantity Price per unit (Rs.)
Total Price
le/ Descrip- of (Nos.) Ex - Excise Sales Packing and Inland Incidental Services Unit Price (at
(at
Tender tion of Origin factory/ Ex Duty Tax/ Forwarding Transportation, (including Installation Consignee
Consignee
Code Goods - (if any) VAT(if charges Insurance till the & Commissioning, Site) basis
Site) basis
No. warehouse [%age any) date of delivery, Supervision,
(Rs.)
/Ex- & [%age & loading/ unloading Demonstration and
showroom value] value] and Incidental costs Training) at the
/Off - the till consignee’s site Consignee’s site
shelf (g)
=a+b+c+d+e
4 x 5(g)
(a) (b) (c) (d) (e) (f) +f

Total Tender price in Rupees: ________________________________________________________________________________________________


In Words: ___________________________________________________________________________________________________________________________

Note: -
1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail.
2. The charges for Annual CMC after warranty shall be quoted separately as per Section – XI – Price Schedule C
3. All Software updates to be provided free of cost during warranty period
4. No NMIC/CDEC Certificate will be issued by the Purchaser when the price is quoted in Indian Rupees.

Name__________________________
Business Address________________________
Place: ___________________________ Signature of Tenderer________________________
Date: _________________________ Seal of the Tenderer________________________

Page No. 54
SECTION – XI PRICE SCHEDULE
B) PRICE SCHEDULE FOR GOODS TO BE IMPORTED FROM ABROAD

1 2 3 4 5 6
Schedu Brief Count Quanti Price per unit (Currency)
le/ Descripti ry of ty
Tender on of Origin (Nos.) FOB/FCA Indian Net Freight & Incidental Unit Price on CIF/CIP Named Total price on
Code Goods price at Agency FOB/FCA Insurance Services Port of Destination CIF/ CIP Named
No. port/ airport Commis (port of (including Port of
of Lading sion loading to port Installation & Destination
(% of of entry) and Commissioning,
FOB/ other Supervision, 4X 5 (d)
FCA) Incidental Demonstration
costs and Training) at
the Consignee’s
site**
(a) (b) (c) (d) = a+b+c

** To be paid in Indian Currency (Rs.)


Total Tender price in foreign currency: _____________________________________________________________________________________________
In words: _______________________________________________________________________________________________________________________

Note: -
1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail.
2. The charges for Annual CMC after warranty shall be quoted separately as per Section – XI – Price Schedule C

Indian Agent:
Indian Agency Commission - ___% of FOB/FCA
Signature of Tenderer_______________________
Name________________________
Business Address________________________
Place: ___________________________ Signature of Tenderer________________________
Date: ____________________________ Seal of the Tenderer________________________

Page No. 55
SECTION – XI PRICE SCHEDULE
C) PRICE SCHEDULE FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT AFTER WARRANTY PERIOD
1 2 3 4 5 6
Annual Comprehensive Total Annual
Annual
Maintenance Contract Cost for Comprehensive
Comprehensive
Each Unit year wise*. Maintenance Contract
Schedule Maintenance Contract
No./ BRIEF DESCRIPTION OF QUANTITY.
(TO BE QUOTED IN INDIAN Cost for Each Unit for
Cost for 5 Years
RUPEES ONLY) 5 Years
Tender GOODS (Nos.) [3 x 5]
(4a+4b+4c+4d+4e)]
Code No.
1st 2nd 3rd 4th 5th
a B c d e

* After completion of Warranty period


NOTE:-
1. In case of discrepancy between unit price and total prices, THE UNIT PRICE shall prevail.
2. The cost of Comprehensive Maintenance Contract (CMC) which includes preventive maintenance including testing & calibration as per technical/ service/
operational manual, labour and spares, after satisfactory completion of Warranty period may be quoted for next 5 years on yearly basis for complete
equipment and Turnkey (if any).
3. The cost of CMC may be quoted along with taxes applicable on the date of Tender Opening. The taxes to be paid extra, to be specifically stated. Whether
service tax on CMC is inclusive or extra, if extra, indicate the present rate. In the absence of any such stipulation the price will be taken inclusive of such
taxes and no claim for the same will be entertained later.
3. Cost of CMC will be added for Ranking/Evaluation purpose.
4. The payment of CMC will be made as per clause GCC clause 21.1 (D).
5. The uptime warranty will be 95 % on 24 (hrs) X 7 (days) X 365 (days) basis or as stated in Technical Specification of the TE document.
6. All software updates should be provided free of cost during CMC period.
7. The stipulations in Technical Specification will supersede above provisions
8. The supplier shall keep sufficient stock of spares required during Annual Comprehensive Maintenance Contract period. In case the spares are required to be
imported, it would be the responsibility of the supplier to import and get them custom cleared and pay all necessary duties.
Name________________________
Business Address________________________
Place: ___________________________ Signature of Tenderer________________________
Date: ___________________________ Seal of the Tenderer________________________

Page No. 56
SECTION – XI PRICE SCHEDULE
D) PRICE SCHEDULE FOR TURNKEY

Schedule
BRIEF TURNKEY
No./ Turnkey price
DESCRIPTION OF
Tender
GOODS
Code No.

Note: -

1. The cost of Turnkey as per Technical Specification (Section VII) may be quoted on lump sum along with taxes applicable on the date of Tender Opening.
The taxes to be paid extra, to be specifically stated. In the absence of any such stipulation the price will be taken inclusive of such taxes and no claim for
the same will be entertained later.
2. Cost of Turnkey will be added for Ranking/Evaluation purpose.
3. The payment of Turnkey will be made as per clause GCC clause 21.1 (c).
4. The stipulations in Technical Specification will supersede above provisions

Name________________________
Business Address________________________
Place: ___________________________ Signature of Tenderer________________________
Date: ____________________________ Seal of the Tenderer________________________

Page No. 57
SECTION – XII
QUESTIONNAIRE

Fill up the Section XIII – Check List for Tenderers and enclose with the Tender

1. The tenderer should furnish specific answers to all the questions/issues mentioned in the Checklist.
In case a question/issue does not apply to a tenderer, the same should be answered with the
remark “not applicable”.

2. Wherever necessary and applicable, the tenderer shall enclose certified copy as documentary proof/
evidence to substantiate the corresponding statement.

3. In case a tenderer furnishes a wrong or evasive answer against any of the question/issues
mentioned in the Checklist, its tender will be liable to be ignored.

Page No. 58
SECTION – XIII
CHECKLIST
Tender Code No.:_____________________________________________________________
Brief Description of Goods:_____________________________________________________
Model No:___________________________________________________________________
Name of the Manufacturer:______________________________________________________
Name of Tenderer:____________________________________________________________

Sl No. Activity Yes/ No/ Page No. in Remarks


NA the Tender
document
1. a. Have you enclosed EMD of required amount for
the individual quoted schedule(s)?
b. Have you enclosed Tender Document Fee of
required amount for the individual quoted
schedules(s) in the form of Demand
Draft/Bankers Cheque
2. Have you enclosed duly filled Tender Form as
per format in Section X?
3. Are you a SSI unit, if yes have you enclosed
certificate of valid registration issued by
Directorate of Industries/NSIC
4. a. Have you enclosed clause-by-clause technical
compliance statement for the quoted goods vis-
à-vis the Technical specifications?
b. In case of Technical deviations in the compliance
statement, have you identified and marked the
deviations?
5. a. Have you submitted satisfactory performance
certificate as per the Proforma for performance
statement in Sec. IX of TE document in respect
of all orders?
b. Have you submitted copy of the order(s) and
end user certificate?
6. Have you submitted manufacturer’s
authorization as per Section XIV?
7. Have you submitted prices of goods, turnkey (if
any), CMC etc. in the Price Schedule as per
Section XI?
8. Have you kept validity of one year from the
Techno Commercial Tender Opening date as per
the TE document?
9. a. In case of Indian Tenderer, have you furnished
Income Tax Account No. as allotted by the
Income Tax Department of Government of
India?
b. In case of Foreign Tenderer, have you furnished
Income Tax Account No. of your Indian Agent as
allotted by the Income Tax Department of
Government of India?

Page No. 59
Sl No. Activity Yes/ No/ Page No. in Remarks
NA the Tender
document
10. Have you intimated the name an full address of
your Banker (s) along with your Account Number
11. Have you fully accepted payment terms as per
TE document?
12. Have you fully accepted delivery period as per
TE document?
13. Have you submitted the certificate of
incorporation?
14. Have you accepted the warranty as per TE
document?
15. Have you accepted terms and conditions of TE
document?
16. Have you furnished documents establishing your
eligibility & qualification criteria as per TE
documents?
17 Have you furnished Annual Report (Balance
Sheet and Profit & Loss Account) for last three
years prior to the date of Tender opening?

N.B.
1. All pages of the Tender should be page numbered and indexed.
2. The Tenderer may go through the checklist and ensure that all the documents/confirmations listed
above are enclosed in the tender and no column is left blank. If any column is not applicable, it may
be filled up as NA.
3. It is the responsibility of tendered to go through the TE document to ensure furnishing all required
documents in addition to above, if any.
(Signature with date)

(Full name, designation & address of the person duly authorised sign on behalf of the
Tenderer)
For and on behalf of

(Name, address and stamp of the tendering firm)

Page No. 60
SECTION – XIV
MANUFACTURER’S AUTHORISATION FORM

To

The Medical Superintendent


Dr. Ram Manohar Lohia Hospital,
New Delhi – 110001 (INDIA)

Dear Sir,

Ref. Your TE document No _______________________________________, dated _____________


and Tender Code Number__________________________________________________________________
We, ___________________________________ who are proven and reputable manufacturers
of___________________________( name and description of the goods offered in the tender ) having
factories at_______________________________, hereby authorise
Messrs______________________________( name and address of the agent) to submit a tender, process
the same further and enter into a contract with you against your requirement as contained in the above
referred TE documents for the above goods manufactured by us.
We further confirm that no supplier or firm or individual other than Messrs. __________________________
(name and address of the above agent) is authorised to submit a tender, process the same further and
enter into a contract with you against your requirement as contained in the above referred TE documents
for the above goods manufactured by us.
We also hereby extend our full warranty, CMC as applicable as per clause 15 of the General Conditions of
Contract, read with modification, if any, in the Special Conditions of Contract for the goods and services
offered for supply by the above firm against this TE document.

We also hereby confirm that we would be responsible for the satisfactory execution of contract placed on
the authorized agent.

Yours faithfully,

[Signature with date, name and designation]


for and on behalf of Messrs___________________________

[Name & address of the manufacturers]

Note: 1. This letter of authorisation should be on the letter head of the manufacturing firm
and should be signed by a person competent and having the power of attorney to legally
bind the manufacturer.
2. Original letter may be sent.

Page No. 61
SECTION – XV

BANK GUARANTEE FORM FOR PERFORMANCE SECURITY/ CMC SECURITY

To

The Medical Superintendent


Dr. Ram Manohar Lohia Hospital
New Delhi
WHEREAS _____________________________ (Name and address of the supplier) (Hereinafter called “the
supplier”) has undertaken, in pursuance of contract no________________________ dated _____________
to supply (description of goods and services) (herein after called “the contract”).
AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a
bank guarantee by a scheduled commercial bank recognised by you for the sum specified therein as security
for compliance with its obligations in accordance with the contract;
AND WHEREAS we have agreed to give the supplier such a bank guarantee;
NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the
supplier, up to a total of. ________________________ (Amount of the guarantee in words and figures),
and we undertake to pay you, upon your first written demand declaring the supplier to be in default under
the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as
aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum
specified therein.
We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with
the demand.
We further agree that no change or addition to or other modification of the terms of the contract to be
performed there under or of any of the contract documents which may be made between you and the
supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of
any such change, addition or modification.
This guarantee shall be valid up to 30 (thirty) months from the date of Notification of Award i.e. up to ------
----- (indicate date)

…………………………….
(Signature with date of the authorised officer of the Bank)
………………………………………………………….
Name and designation of the officer
………………………………………………………….
………………………………………………………….
Seal, name & address of the Bank and address of the Branch

Page No. 62
SECTION – XVI
CONTRACT FORM - A

CONTRACT FORM FOR SUPPLY, INSTALLATION, COMMISSIONING, HANDING OVER, TRIAL


RUN, TRAINING OF OPERATORS & WARRANTY OF GOODS

(Address of the Purchaser’s/Consignee’s


office issuing the contract)

Contract No___________ dated______________


This is in continuation to this office’s Notification of Award No_______ dated ______
1. Name & address of the Supplier: ______________________________
2. Purchaser’s TE document No________ dated____________ and subsequent Amendment
No____________, dated_________ (if any), issued by the purchaser
3. Supplier’s Tender No_________ dated__________ and subsequent communication(s)
No____________ dated _________ (if any), exchanged between the supplier and the purchaser in
connection with this tender.
4. In addition to this Contract Form, the following documents etc, which are included in the documents
mentioned under paragraphs 2 and 3 above, shall also be deemed to form and be read and
construed as integral part of this contract:

(i) General Conditions of Contract;


(ii) Special Conditions of Contract;
(iii) List of Requirements;
(iv) Technical Specifications;
(v) Quality Control Requirements;
(vi) Tender Form furnished by the supplier;
(vii) Price Schedule(s) furnished by the supplier in its tender;
(viii) Manufacturers’ Authorisation Form (if applicable for this tender);
(ix) Purchaser’s Notification of Award

Note: The words and expressions used in this contract shall have the same meanings as are
respectively assigned to them in the conditions of contract referred to above. Further, the
definitions and abbreviations incorporated under clause 1 of Section II – ‘General Instructions to
Tenderers’ of the Purchaser’s TE document shall also apply to this contract.
5. Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced
below for ready reference:
(i) Brief particulars of the goods and services which shall be supplied/ provided by the supplier
are as under:
Schedule Brief description of Accounting Quantity to Unit Total Terms of
No./ goods/services unit be supplied Price price delivery
Tender
Code No.

Any other additional services (if applicable) and cost thereof: _____________________
Total value (in figure) ____________ (In words) ___________________________
(ii) Delivery schedule
(iii) Details of Performance Security
(iv) Quality Control
(a) Mode(s), stage(s) and place(s) of conducting inspections and tests.
(b) Designation and address of purchaser’s inspecting officer
(v) Destination and despatch instructions
(vi) Consignee, including port consignee, if any
5. Warranty clause
6. Payment terms
7. Paying authority

Page No. 63
____________________________
(Signature, name and address
of the Purchaser’s/Consignee’s authorised official)
For and on behalf of__________________
Received and accepted this contract
(Signature, name and address of the supplier’s executive
duly authorised to sign on behalf of the supplier)
For and on behalf of _________________________
(Name and address of the supplier)
(Seal of the supplier)
Date: _________________________

Place: _________________________

Page No. 64
SECTION – XVI
CONTRACT FORM – B
CONTRACT FORM FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT

Annual CM Contract No._______________________ dated_________________


Between

(Address of Head of Hospital/Institute/Medical College)


And

(Name & Address of the Supplier)


Ref: Contract No___________ dated______________ (Contract No. & date of Contract for
supply, installation, commissioning, handing over, Trial run, Training of operators & warranty
of goods)

In continuation to the above referred contract

a) The Contract of Annual Comprehensive Maintenance is hereby concluded as under: -

1 2 3 4 5
Annual
Comprehensive Total Annual
Schedule Maintenance Contract Comprehensive
BRIEF
No./ QUANTITY. Cost for Each Unit year Maintenance Contract
DESCRIPTION
Tender (Nos.) wise*. Cost for 5 Years
OF GOODS
Code No. st nd 3r [3 x
1 2 d 4th 5th
(4a+4b+4c+4d+4e)]
a b c d e

Total value (in figure) ____________ (In words) ___________________________


b) The CMC commence from the date of expiry of all obligations under Warranty i.e.
from______________ (date of expiry of Warranty) and will expire on ______________ (date of
expiry of CMC)
c) The cost of Annual Comprehensive Maintenance Contract (CMC) which includes preventive
maintenance, labour and spares, after satisfactory completion of Warranty period may be quoted for
next 5 years as contained in the above referred contract on yearly basis for complete equipment
(including X ray tubes, , Batteries for UPS, other vacuumatic parts, _____ & _____) and Turnkey (if
any).
d) There will be 95% uptime warranty during CMC period on 24 (hrs) X 7 (days) X 365 (days) basis,
with penalty, to extend CMC period by double the downtime period.
e) During CMC period, the supplier shall visit consignee’s/installation site for preventive maintenance
including testing and calibration as per the manufacturer’s service/ technical/ operational manual.
The supplier shall visit each consignee site as recommended in the manufacturer’s manual, but at
least once in 6 months commencing from the date of the successful completion of warranty period
for preventive maintenance of the goods.
f) All software updates should be provided free of cost during CMC.
g) The bank guarantee valid till ______________ [(fill the date) 2 months after expiry of entire CMC
period] for an amount of Rs. _______________ [(fill amount) equivalent to 2.5 % of the cost of the
equipment as per contract] shall be furnished in the prescribed format given in Section XV of the TE
document, along with the signed copy of Annual CMC within a period of 21 (twenty one) days of
issue of Annual CMC failing which the proceeds of Performance Security shall be payable to the
Purchaser/Consignee.
h) If there is any lapse in the performance of the CMC as per contract, the proceeds Annual CMC bank
guarantee for an amount of Rs. __________ (equivalent to 2.5 % of the cost of the equipment as
per contract) shall be payable to the Purchaser/Consignee.

Page No. 65
i) Payment terms: The payment of Annual CMC will be made against the bills raised to the
consignee by the supplier on six monthly basis after satisfactory completion of said period, duly
certified by the HOD concerned. The payment will be made in Indian Rupees.
j) Paying authority: ______________________ (name of the consignee i.e. Hospital/ Institute
/Medical College’s authorised official)
____________________________
(Signature, name and address
of Hospital/Institute/Medical College’s authorised official)
For and on behalf of__________________
Received and accepted this contract
(Signature, name and address of the supplier’s executive
duly authorised to sign on behalf of the supplier)
For and on behalf of _________________________
(Name and address of the supplier)
(Seal of the supplier)
Date: _________________________
Place: _________________________

Page No. 66
SECTION – XVII
CONSIGNEE RECEIPT CERTIFICATE
(To be given by consignee’s authorized representative)

The following store (s) has/have been received in good condition:

1) Contract No. & date :______________________________

2) Supplier’s Name :______________________________

3) Consignee’s Name & Address with telephone No.

& Fax No. : ______________________________

4) Name of the item supplied :______________________________

5) Quantity Supplied :______________________________

6) Date of Receipt by the Consignee :______________________________

7) Name and designation of Authorized

Representative of Consignee :______________________________

8) Signature of Authorized Representative of

Consignee with date :______________________________

9) Seal of the Consignee :______________________________

Page No. 67
SECTION – XVIII
Proforma of Final Acceptance Certificate by the Consignee/User

No_______________ Date_______________

To
M/s _______________________
_______________________
_______________________

Subject: Certificate of commissioning of equipment/plant.

This is to certify that the equipment(s)/plant(s) as detailed below has/have been received in
good conditions along with all the standard and special accessories and a set of spares (subject
to remarks in Para no.02) in accordance with the contract/technical specifications. The same
has been installed and commissioned.
(a) Contract No______________________________________ dated__________________
(b) Description of the equipment(s)/plants: _____________________________________
(c) Equipment(s)/ plant(s) nos.:_______________________________________________
(d) Quantity: ________________________________________________________________
(e) Bill of Lading/Air Way Bill/Railway
Receipt/ Goods Consignment Note no_______________ dated _________________
(f) Name of the vessel/Transporters:___________________________________________
(g) Name of the Consignee:___________________________________________________
(h) Date of commissioning and proving test:____________________________________

Details of accessories/spares not yet supplied and recoveries to be made on that account.
Sl. Description of Item Quantity Amount to be recovered
No.

The proving test has been done to our entire satisfaction and operators have been trained to operate the
equipment(s)/plant(s).
The supplier has fulfilled its contractual obligations satisfactorily ## or
The supplier has failed to fulfil its contractual obligations with regard to the following:
(a) He has not adhered to the time schedule specified in the contract in dispatching the
documents/drawings pursuant to ‘Technical Specifications’.
(b) He has not supervised the commissioning of the equipment(s)/plant(s)in time, i.e. within
the period specified in the contract from date of intimation by the Purchaser/Consignee in
respect of the installation of the equipment(s)/plant(s).
© The supplier as specified in the contract has not done training of personnel.

The extent of delay for each of the activities to be performed by the supplier in terms of the contract is
The amount of recovery on account of non-supply of accessories and spares is given under Para no.02.
The amount of recovery on account of failure of the supplier to meet his contractual obligations
is__________________ (here indicate the amount).
Signature
Name
Designation with stamp

Page No. 68
## Explanatory notes for filling up the certificate:
i) He has adhered to the time schedule specified in the contract in dispatching the
documents/drawings pursuant to ‘Technical Specification’.
ii) He has supervised the commissioning of the equipment(s)/plant(s) in time, i.e. within
the time specified in the contract from date of intimation by the Purchaser/Consignee in
respect of the installation of the equipment(s)/plant(s).
iii) Training of personnel has been done by the supplier as specified in the contract
iv) In the event of documents/drawings having not been supplied or installation and
commissioning of the equipment(s)/plant(s) having been delayed on account of the
supplier, the extent of delay should always be mentioned in clear terms.

Page No. 69
Schedule No. 1
Tender Code No. 11-35/2015-LH(S)

TECHNICAL SPECIFICATIONS FOR URODYNAMIC PROCEDURES CHAIR WITH


EMG BIOFEED BACK & STIMULATION SYSTEM
1. Should be video Urodynamics procedure chair
2. Should have facility of patient standing, seated, and supine positioning
capabilities via hand held control.
3. Should be compatible with Video Urodynamics Studies
4. Should be side-mounted cantilevered design offers the physician anterior /
posterior, lateral and oblique views without obstruction
5. Should have the C-arm access and a wide range of positioning possibilities,
make it ideal table for any fluoroscopy procedure
6. Should have three motors which offers unparalleled positioning/ access options
7. Should have Radiolucent carbon fiber tabletop for head-to-toe imaging
8. Should have Double wheel rolling castes offer unencumbered maneuverability
9. Should be supplied with Hand Control, 2 Foot rests, 1 fixed patient ARM Rest,
1 Plastic Funnel W/drainage Detachable arm rests, Armrest holders and 1
detachable side rail
10. Should be compatible with EMG Biofeedback and stimulation system for
complete pelvic floor therapy
11. Should be supplied with perineometer (1 unit) (which can be outsourced and to
be quoted separately) and stimulation system
12. Consumables / spare parts should be made available for 7 years and should be
quoted separately
13. Should have US FDA / European CE Certification
14. Quoted model should be functioning satisfactorily for at least 3 years in Govt. /
Reputed institution (Performance report to be attached)
15. The participating firm must be dealing with the quoted / similar equipment for
the last 3 years
16. Preference will be given to the firms having Delhi based service centre to
minimize down time.
17. Regarding demonstration whether desirable or essential to be mentioned. The
firms must have installation of quoted / similar model in NCR.
18. Rates of consumables / accessories items to be quoted separately by the firm
which should be valid for least 3 years
19. Two years of standard warranty followed by five years Comprehensive
maintenance contract. CMC Rates should be quoted in price bid

Page No. 70
Schedule No. 2
Tender Code No. 11-40/2015-LH(S)
SPECIFICATIONS FOR RADIATION SHIELDING EYEWEAR

1. Radiation Shielding Protective Eyewear for > 95% protection from scattered radiation at 60
Kvp beam with maximum protection to retina and crystalline lens during C Arm / Cathlab /
Nuclear Medicine
2. Eyewear to be made suitable for Intra Pupillary distance of the individual doctor
3. It should be available In Plain, monofocal / bifocal or progressive lenses with optical
correction
4. Eyewear to have 0.7-0.8 mm front and side lenses Pb equivalent
5. Eyewear should be with adjustable nose pads made with ultra-light weight lenses
6. Eyewear weight should be not more than 100 gms
7. The frames for safety eyewear to be USFDA / CE Certified for optical clarity and light
transmission or Certified for personal protection equipment
8. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
9. The participating firm must be dealing with the quoted / similar equipment for the last 3
years
10. Preference will be given to the firms having Delhi based service centre to minimize down
time.
11. Regarding demonstration whether desirable or essential to be mentioned. The firms must
have installation of quoted / similar model in NCR.
12. Rates of consumables / accessories items to be quoted separately by the firm which should
be valid for least 3 years
13. Two years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No. 71
Schedule No. 3
Tender Code No. 11-51/2015-LH(S)

Specifications for Operation Table: Hydraulic

1 Description of Function

Sl Name

1.1 Hydraulic operating Tables are simple tables for performing surgical
procedures and they work without electrical power.

2 Operational Requirements

Sl Name

2.1 OT Table is required for general surgery and should have X-Ray transluscent
tops.

3 Technical Specifications

Sl Name

3.1 a. Four/five section table top with divided foot section


b. Table top should permit x-ray penetration and fluoroscopy
c. All table positioning, i.e., height, back section, lateral tilt, trendelenburg,
and anti-trendelenburg, except foot and head section should be operated
hydraulically
d. Should have a manual position selector
e. The casings on the frame and centre supporting column should be made of
hygienic stainless steel
f. Mattress should be radioluscent and suitable for fluoroscopy
3.2 Measurements:(approximate)
a. Height: 730-1040 mm
b. Side tilt: + 15-20 degrees
c. Back section adjustment: - 15 degrees to 70 degrees
d. Foot section adjustment: - 90 to 0 degree, detachable
e. Trendelenburg: 25-30 degree
f. Anti trendelenburg: 25-30 degree
g. Head section adjustment: -40 to -30 degree, detachable
h. Width: 550 mm
i. Length: 1950 mm

4 System Configuration Accessories, spares and consumables

Sl Name

4.1 System as specified


4.2 ACCESSORIES: All accessories including the ones listed below should be
quoted. The specific accessories and their quantity will depend upon actual
requirement
a. Padded arm rest with straps - pair with clamps
b. Anaesthesia screen with clamps
c. Side supports: pair with clamps
d. Shoulder supports: pair with clamps

Page No. 72
e. Knee crutches for lithotomy position: pair with clamps
f. X-ray cassette tray
g. Kidney bridge
h. Patient Restraint Strap
i. Accessories for operating in prone position
j. Optional accessories for endourology work

5 Environmental factors

Sl Name

5.1 The unit shall be capable of being stored continuously in ambient temperature
of 0 -50 deg C and relative humidity of 15-90%
5.2 The unit shall be capable of operating continuously in ambient temperature of
10 -40deg C and relative humidity of 15-90%

6 Standards & Safety

Sl Name

6.1 Should be FDA , CE, UL or BIS approved product


6.2 Manufacturer and supplier should be ISO certfied for quality standards.
6.3 International Safety standards like IEC 60601-2-46 or equivalent if applicable

7 Training

Sl Name

7.1 Comprehensive training for staff of user department and support services till familiarity
with the system.

8 Warranty & Service

Sl Name

8.1 Comprehensive warranty for 2 years and 5 years Comprehensive Maintenance Service
after warranty. The cost of CMC must be quoted in the price bid.
8.2 Percentage of uptime guarantee of the equipment during warranty and CMC period for
which commitment is to be given must be specified with acceptance of applicable penalty
clauses in case of failure to do so.
8.3 After sales service must be provided in the city of installation. In situations requiring
service/repair of the unit outside the city of installation, the expenditure on account of
this will have to be borne by the supplier

9 Documentation

Sl Name

10.1 Product Literature in original along with that of accessories and indigenous components if
any. Photocopies/computer generated copies are not acceptable
10.2 Statement of compliance with tender specifications with clear and unambiguous links to
relevant portions of product literature/authentic document, which should be highlighted.
Alternatives provided for noncompliant specifications with justification must be described in
detail with supporting literature.
10.3 Certificate of compliance with standards and approvals stated above

Page No. 73
10.4 Certificate of manufacturer/principal regarding authorisation of service facility provided by
the supplier
10.5 List of Equipment available in the Service Centre for providing calibration and routine
Preventive Maintenance Support. as per manufacturer documentation in service/technical
manual.
10.6 List of important spare parts and accessories, which are required for maintenance and
repair, with their part number and costing.
10.7 Terms and conditions of warranty and CMC including schedules of visit by service personnel
with check list of services to be carried out
10.8 Commitment for supply of log book with check list for daily, weekly, monthly and quarterly
preventive maintenance with contact details of service personnel along with the equipment.
The job description of the hospital technician and company service engineer should be
clearly spelt out in the log book.
10.9 List of users of quoted equipment with performance certificate from major institutions

Page No. 74
Schedule No. 4
Tender Code No. 11-76/2015-LH(S)

SPECIFICATION FOR MICROPROCESSOR BASED SLOW SUCTION

1. Suction should be controlled by a microprocessor

2. 100% precise vacuum setting due to sensor technology


3. Should have LED/LCD display

4. Display showing the actual vacuum in mbar/ mmHg/ Kpa

5. Should be relative noiseless (noise level 50 decibel)

6. Should be compatible with heart stabilizing system and heart positioned for beating heart cardiac
surgery

7. Bacterial filter with hydrophobic attribute

8. Company shall provide 2 yrs warranty & 5 yrs comprehensive CMC on expiry of warranty with rates
to be quoted separately.

Page No. 75
Schedule No. 5
Tender Code No. 11-81/2015-LH(S)

SPECIFICATION FOR TEMPORARY PACEMAKER

1. Should have various modes like Al, AOO, VVI, VOO.


2. Should be able to pace at variable rates 30-190 pulse per minute
3. Should have an option of rapid atrial pacing.
4. Out put amplitude 0.1 to 20 mA ( adjustable)
5. Sensitivity 0.5 to 20 m V (adjustable)
6. Should have demand and asynchronous modes.
7. Should have compact design.
8. Provision of hanging to patient’s bed and strapping to patients hand must be there, should have
safe patient cable system for patient safety.
9. FDA or CE approved.
10. Should be supplied with two pacing cables.
11. Warranty 2 years and CMC for next 5 years. CMC rates should be quoted separately in Price Bid.

Page No. 76
Schedule No. 6
Tender Code No. 11-85/2015-LH(S)

Specifications for Automatic Slide Stainer

1. Automatic linear stainer, compact and easy to use.

2. Should be programmable for routine H & E & other special stains.

3. Fully automatic and programmable reagent management system.

4. Minimum basket chemical capacity should be at least 400 ml.

5. Should hold about 30 slides per basket and have facility of continuous agitation.

6. Should be able to stain minimum 400 slides/day.

7. It Should have minimum 25 stations including wash station.

8. LCD Screen display of time, date and cycles with touch controls and menu.

9. Remote alarm to signal possible problems and reagent change etc.

10. A fume hood completely covering the slide plates to prevent hazardous fumes from entering

the lab area and an activated charcoal filter to minimize solvent vapors should be provided.

11. Can be connected with any make automatic cover-slipper.

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

supplied with the system.

13. The unit shall be capable of being stored continuously in ambient temperature of 0 -50deg

C and relative humidity of 15-90%.

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

15. Should be compliant to ISO 13485: Quality systems - Medical devices - Particular

requirements for the application of ISO 9001.applicable to manufacturers and service

providers that perform their own design activities.

16. Should be compliant with IEC 61010-1: covering safety requirements for electrical

equipment for measurement control and laboratory use.

17. Should be FDA or European CE approved product.

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

19. Certificate of calibration and inspection from factory.

Page No. 77
20. Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning

the page/para number of original catalogue.

21. User/Technical/Maintenance manuals to be supplied.

22. Warranty 2 year.

23. CMC 5 years. Rates should be quoted in price bid separately.

24. Practical demonstration if required.

25. Accessories - 20 slides racks and 10 staining troughts to be supplied with slide stainer

Page No. 78
Scheduled No : 7
Tender Code : 15-50/2014-LH(S)

Technical specification for Tissue Expanders: 30Nos

1. Should be made of silicon elastomer inflatable expander.

2. Should have polyster mesh reinforced base.

3. Should have remote silicon elastomer injection dome.

4. Dome should be attached to the expander with a length of silicon tubing.

5. Stainless steel connector should be supplied for use in connecting the tube should
shortening of tube desired.

6. Round, rectangular shaped expander of 200cc (5 Nos), 250 cc (10 Nos), 300cc (10 Nos) and
350 cc (5 nos) of various sizes.

7. All remote injection dome should have stainless steel needle guard.

8. US FDA approved or CE market.

Page No. 79
Schedule No. : 8
Tender Code : 15-36/2015-LH(S)

Video head impulse test machine


1. Input Method

a. Inputs Head: Gyroscopes with 6 degrees of freedom

b. Inputs Eye: Monocular (right eye only)

c. Sampling Rate: 250 Hz for Head Impulse Test; Option of 30,60 or 120 Hz for
video Recording

d. Eye Tracking: 100 pixels x 100 pixels

2. OTO Suite Vestibular software: Windows Graphical User interface: High


performance Analysis Software; Database Storage of

a. Test Data: Sophisticated Patient and Test Data Management

b. Laser Specifications:

c. Wavelength Maximum: 660nm

d. Output power maximum: 0.9 mW

3. Dimensions

Google Length: 7.25 in (18.4 cm)


Width: 0.5 in (1.3 cm) to 1.75 in (4.4 cm)
Height: 1.75 in (4.4 cm)
Interface box length : 5 in (12.7 cm)
Width: 2.75 in (7 cm)3
Height: 1 in (2.5 cm)
Weight
Goggles: 2.1 oz (60 g)
Interface box: 4.6 oz (130g)
4. Calibration

Google have 2 built in calibration lasers for patient calibration


Calibration of the system is not required

5. Standards

Safety Complies with IEC 60601-1, UL 60601, CAN/CSA—C22.2 No. 601.1-M90,


class II,
Type B, IPXO, EMC IEC 60601-1-2, IEC 62471-1, IEC 60825-1

6. PC Requirements

Minimum computer requirements

Page No. 80
a. Operating system: Windows XP 32-bit professional SP3 or Windows 7 32-bit
professional or Windows 7 64-bit Professional

b. CPU: Intel i5 processor

c. Memory: 32-bit (Window XP or Windows 7) : 4 GB, 64-bit (window 7): 6GB

d. Disk Space: 300GB (3GB of free disk space on C:/ drive for installed software)

e. Connectors: USB 2.0 IEEE 1394 a (Fire wire)

Note: It is preferable that the USB and Fire wire ports are located on the same
side of the computer.
7. Monitor: 1600 x 900 screen resolutions

8. Components : Mouse, Keyboard

Internal access: An Internal connection on the device computer is strongly


recommended during installation.

US FDA/ CE/ Any other international certification for Quality/safety


Comprehensive Warranty for 2 years
CMC for 5 years after expiry of Warranty

Page No. 81
Schedule No. : 09
Tender Code : 15-44/2015-LH(S)

SPECIFICATION FOR PEDIATRIC SURGERY OT TABLE

1 Description of function
1.1 for use in operation theatre for neonates, infants and children

2 Operational Requirements
1.2 Electrically operated hydraulic operating Table for standard procedures of
Surgeries

3. Technical Specifications
3.1 Length – 1800mm Width-400-600mm
Hydraulic movements:-
1. Raising and lowering
Minimum height 650mm
Maximum height 1.100
2. Lateral tilt – 15 degree minimum
3. Trendelenburg and reverse - 30 degree down minimum
4. Leg section – completely flat to right angle and detachable
5. Headrest - +25 / -45 (Detachable)
6. Kidney Bridge

Mounted on Castor Wheels – so movement is smooth


Mechanical pedal brake – for firm and rigid locking
Brake release – Free to move
Stainless steel base, body and accessories

Lightweight and excellent manoeuvrability


Electro hydraulic pump in addition to the hydraulic foot pump
radiolucent tabletop
Remote hand control to activate the electro hydraulic pump
Table adjustments—High/Low, Trendelenberg & lateral tilt position,

4. System Configuration Accessories, spares and consumables


4.1 System as specified-
4.2 All consumables required for installation and standardization of system to
be given free of cost.
4.3 Accessories (Suitable for pediatric use) :-
Anaesthetic Freame
Padded Side support
Intravenous arm board
Wristlets
A pair of knee crutches
Foot rest with stainless top
Arm rest
Body restraint strap
Infusion rod
Attachment clamp

Page No. 82
Head ring
Rack for accessories
Cassette carriers (X-ray)
Padded Lithotomy crutches with adjustable height (Two nos)
Additional Accessories one each

5. Environmental factors
5.1 The unit shall be capable of being stored continuously in ambient
temperature of 0-50deg C and relative humidity of 15-90%
5.2 The unit shall be capable of operating continuously in ambient temperature
10–40 deg C and relative humidity of 15-90%

6. Power Supply
6.1 Power input to be 220-240VAC, 50Hz fitted with Indian plug
6.2 Rechargeable batteries and Battery charger 230v
7. Standards, Safety and Training
7.1 Should be FDA, CE, UL or BIS approved product
7.2 Manufacturer/ Supplier should have ISO certification for quality
standards.
7.3 Comprehensive warranty for 2 years and 5 years CMC after
warranty. CMC rate should be quoted in the bid reportedly.
7.4 Comprehensive training for staff and support services till
familiarity with system
8. Documentation
8.1 User/Technical/Maintenance manuals to be supplied in English.
8.2 Certificate of calibration and inspection.
8.3 List of Equipments available for providing calibration and routine Preventive
Maintenance Support, as per manufacturer documentation in
service/technical manual.
8.4 List of important spare parts and accessories with their part
number and costing
8.5 Log book with instruction for daily, weekly, monthly and
quarterly maintenance checklist.
The job description of the hospital technician and company service engineer
should be clearly spelt out

Page No. 83
Schedule No. : 10
Tender Code : 15-56/2015-LH(S)

Specification for Gouges for cartilage carving for Ear reconstruction

Should be made of high grade stainless steel


Should be set of three sizes of 2.5mm, 5mm and 7mm.
Should have sharp cutting edge
Should have rounded handle
Handle should be heavy for stability
It should be ergonomically designed.

Qualification Criteria
1. Should be US FDA & European CE(From Bodies Notified underDirective: 93/42/EEC
Medical devices).

2. Price of individual instruments should be quoted.

3. Demonstration if needed has to be given.

4. Instruments should be made from High Quality Surgical Grade Steel i.e. Grade 410
& 420 or equivalent.

5. Instruments should have Laser surface or ebonized or equivalent finish to provide


appropriate reflection Lowering finish.

6. Catalogue number &Article number should be mentioned on each and every


Instruments

7. There should be Country of Origin/Manufacturing engraved on each and every


instrument.

8. Quoting Company should have relevant experience in successful execution of


similar work in at least 4 to 5 Institutes of National importance or Central Government
Institutes and Performance certificate of the same Should be attached.
9. Manufacturer should have their own office/repair centre in India

Page No. 84
Schedule No. :11
Tender Code : 15-60/2015-LH(S)

Liposuction and fat injection equipment


1. Stop lock for liposuction syringe 01
2. connector adaptor for liposuction cannual with luer lock 01
3. holding device for syringes 40mm 01
4. Fat injection dosage gun for 20ml and 3ml 01
5. transfer adaptor LUER LOCK 75mm 01
6. handle with tube connector 360 degree rotating for liposuction cannula 01
7. handle with tube connector with hole for liposuction cannula 01
8.
Mercedes liposuction cannula 15cm 4mm handle connector 01
9. Mercedes liposuction cannula 25cm 4mm handle connector01
10. liposuction cannula 5cm 2.0mm handle 01
11. liposuction cannula 15cm 2.0mm handle connector01
12. liposuction cannula 15cm 1.7mm LUER LOCK connector-01
13. Entner liposuction cannula streight 15cm 2mm 18 holes handle connector-01
14. Entner liposuction cannula streight 15cm 3mm 18 holes handle connector-01
15. Entner liposuction cannula angle 20cm 3mm 22 holes handle connector-01
16. Entner liposuction cannula streight 15cm 2mm 8 holes handle connector-01
17. liposuction cannula 5cm 3.0mm LUER LOCK connector-01
18. liposuction cannula 15cm Ø 3.0mm LUER LOCK connector-01
19. Entner liposuction cannula bay 20cm Ø 3mm 22 holes handle connector--01
20. Entner liposuction cannula bay 30cm Ø 4mm 30 holes handle connector-01
21. Entner liposuction cannula streight 20cm Ø 3mm 22 holes handle connector--01
22. Entner liposuction cannula streight 30cm Ø 4mm 30 holes handle connector--01
23. Vacuum glass-barrel syringe 10ml and 50ml with holding device -01
Compatible liposuction syringe 25
Qualification Criteria
1. Should be US FDA & European CE(From Bodies Notified under Directive: 93/42/EEC
Medical devices).
2. Price of individual instruments should be quoted.
3. Demonstration if needed has to be given.
4. Instruments should be made from High Quality Surgical Grade Steel i.e. Grade 410 & 420
or equivalent.
5. Instruments should have Laser surface or ebonized or equivalent finish to provide
appropriate reflection Lowering finish.
6. Catalogue number &Article number should be mentioned on each and every Instruments
7. There should be Country of Origin/Manufacturing engraved on each and every instrument.
8. Quoting Company should have relevant experience in successful execution of similar work
in at least 4 to 5 Institutes of National importance or Central Government Institutes and
Performance certificate of the same Should be attached.
9. Manufacturer should have their own office /repair centre in India

Page No. 85
Schedule No. : 12
Tender Code : 15-67/2015-LH(S)
Digital organ weighing machine: Two

1. Digital display
2. Platform size 350 mm x 350 mm approx
3. SS 304 grade construction
4. Complete Stainless Steel Platform for easy cleaning and anti-staining
5. Maximum of 15 kg
6. Accuracy up to 2 gms
7. Rechargeable battery back-up pack provided for usage in power failure
8. Tare function provided
9. Imported load cells for enduring performance
10.ISO Certified Product
Warranty : 2 years
CMC : 5 years

Page No. 86
Schedule No. : 13
Tender Code : 15-68/2015-LH(S)
Mobile Autopsy Table: One
1. Frame work constructed with stainless steel material
2. Top is constructed with stainless steel sheet using high boarder
3. Mounted on heavy duty PCV rubber Wheels
4. Provision for drainer hole with tube for waste liquid
5. Provision for water tap connected with sink
6. Overall size: 2000(L) x 800(W) x 850(H) mm
7. ISO certified product
8. 2 years warranty after that 5 years CMC. CMC rates should be quoted
in price bid.

Page No. 87
Schedule No. 14
Tender Code No. 11-90/2015-LH(S)

Technical Specification of “Portable Ventilator”


Description of Function
1.1 Ventilators provide artificial respiratory support to the critical patients.

Operational Requirements
2.1 Should be Microprocessor based Controlled Ventilators.
2.2 Physical Demonstration of the equipmemt is must.

Technical Specifications
3.1 Touch LCD/TFT screen, 12 inches or more. The Display unit / screen must have provision of
Tilt (up/down) & Turn (Right/Left) for easy viewing in ICU conditions.
3.2 Standard original Compressor, Trolley mounted system with hinged arm for holding the
patient circuit.
3.3 Facility to measure and display
a) Simultaneous display of 3 waves - Pressure v/s Time, Volume v/s Time and Flow v/s
Time.
b) Simultaneous display 2 loops – from any of the loops namely P-V, F-V, P-F. A facility to
freeze the waveforms or the loops. The last saved loop should be available as a reference
loop
for comparison with the current loop.
d) Automatic scaling facility for waves / loops is must.
e) On screen status indicator for Ventilator mode, Battery life, patient data, alarm settings,
clock etc
3.4 Trending facility for 72 hours with minimum 1 minutes resolution.
3.5 Automatic compliance & Leakage compensation for circuit and ET tube
3.6 Following settings for all age groups
a) Tidal Volume: In VCV mode : 20ml ~ 2500ml
b) Pressure (insp) : 5 ~ 90 cmH2O
c) Exhalation Sensitivity : 5 ~ 75%
d) Respiratory Rate : 1 ~ 120bpm.
e) SIMV Respiratory Rate : 1 ~ 40bpm
f) CPAP/PEEP : 0 ~ 50 cmH2O
g) Pressure support : 0 ~ 90 cmH2O
h) FIO2 : 21 ~ 100%
i) Inspiratory Time : 0.2 ~ 9.0 seconds
j) Pause Time : 0 ~ 4.0 seconds
k) Pressure Trigger : -20 ~ 0cmH2O
l) Flow trigger : 0.5~20 lpm with bias flow.
m) Flow Pattern : Square or decelerating.
n) Nebuliser ON time : 30 or 45 minute.
3.7 Monitoring of the following parameters
a) Airway Pressures : PPeak, PMean, PPlat. PEEP.
b) Tidal volume : (Inspired & Expired)
c) Minute volume
d) Spontaneous Minute Volume
e) % Leak
f) Total Frequency
g) FiO2 dynamic
h) Intrinsic / Auto PEEP
i) Resistance & dynamic Compliance

3.8 ALARMS for measured & monitored parameters but including:


a) MV (High & Low).
b) Circuit disconnect.

Page No. 88
c) Paw (High & Low) & continuous high airway pressure.
d) Spontaneous breathing frequency high.
e) Apnea Interval
f) FiO2 (Low & High)
g) Battery (Low & exhausted)
h) O2 & Air supply failure
i) PEEP low
3.8 Modes of ventilation
a) Volume Controlled
b) Pressure Controlled
c) Pressure Support
d) SIMV (Pressure Control and volume control) with / without Pressure Support
e) CPAP/ PEEP with / without Pressure Support
f) Biphasic / Bivent / Bilevel / BiPAP / APRV and inverse I:E ratio.
g) Pressure Regulated Volume Control (PRVC).
h) Non Invasive ventilation
3.9 Apnea backup ventilation
3.10 Heated expiratory block should be autoclavable and no routine calibration required
3.11 Should have the ability to calculate / Display
a) Intrinsic / Auto PEEP
b) Occlusion Pressure (P.01)
c) Rapid Shallow Breathing Index (RSBI)
d. Work of Breathing
3.12 Built-in Integrated Inspiratory synchronized pneumatic Nebuliser.
3.13 Medical Air compressor
a) Stand Alone Medical Air compressor of the same make as that of the ventilator.
b) Oil free medical air supply as per EN 12021.
c) Peak output flow should be minimum 180 LPM. Air tank capacity: 2 litres or more.
d) Low noise ≤ 52dB or better
e) Easily readable display of working hour meter.
3.14 Battery backup for minimum 1 hour for the Ventilator.
3.15 RS 232 / RJ45 interface for communications with networked devices. VGA output for
extended display.

System Configuration Accessories, spares and consumables to be supplied with


EACH machine.
4.1 Ventilator with ORIGINAL compressor & cart from same manufacturer.
4.2 Adult, Autoclavable silicone breathing circuits – 02
4.3 NIV Masks (Small, Medium, Large) -02 sets each
4.3 Heated humidifier with digital monitoring of inspired gas temperature complete with
reusable chamber (2 pieces) and temperature probes (2 pieces)
4.4 Rechargeable Batteries – 01 set

Environmental Factors
5.1 Shall meet IEC-60601-1-2:2001(or Equivalent) General Requirements of safety for
electromagnetic Compatibility
5.2 The unit shall be capable of operating continuously in ambient temperature of 10-40°C and
relative humidity of 15-90%
Power Supply
6.1 Power input to be 220-240VAC, 50Hz. Only one power cable must be connected to wall
socket for powering the entire ventilator including Compressor, Humidifier etc.

Standards, Safety and Training


7.1 Certified to be compliant with IEC-60601.2.12-01 Medical Electrical Equipment—Part 2-12;
Particular Requirements for the Safety of Lung Ventilators—Critical Care Ventilators
7.2 The ventilator & compressor must be US-FDA and European CE approved. Both these
certificates must accompany with the bid documents.
7.3 Manufacturer should have local service facility .The service provider should submit an
undertaking that they have the necessary equipments recommended by the manufacturer to

Page No. 89
carry out preventive maintenance tests as per guidelines provided in the service/maintenance
manual.
7.4 Comprehensive warranty for 2 years and provision of CMC for next 5 years. CMC rates
should be quoted in price bid separately.

Page No. 90
Schedule No. 15
Tender Code No. 11-102/2015-LH(S)

Specifications for Operation Theatre Light with Camera

Description of Function

Sl Name

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

Operational Requirements

Sl Name

2.1 The light should comprise of 2 units, One major dome and one satellite dome. Each unit should have a facility of brightness
adjustment from 30 – 100 % . Should be shadow free .

Technical Specifications

Sl Name

3.1 Light System


Should be LED based microprocessor control technology
One major dome and one satellite dome.
Intensity at 1-meter distance 1,50,000 to 1,60,000 lux for major dome and 1,10,000 to 1,30,000 lux for satellite
dome.
Colour Temperature: 4500-5000 K.
Having on off switch and light intensity control
Homogenous luminous field with lowest possible amount of shadow.
The contrast between the lighted area and the surrounding should not cause stress to the surgeon's eye.
Depth of illumination should be 120-140 cms. or more.
Illuminated field diameter should be approx. 20-30 cms.
Increase in temperature near head should be specified and should not be more than 1 degree C.
Color rendering index (CRI) should be 93 – 98.
Height adjustment more than 1 meter.
LED life span 20000 or more Hrs.
Light field adjustment by sterilisable handle.
Control panels on the light assembly as well as away from it for adjustment of light intensity, illuminated area and
for switching on and off, focusing etc
The light head should be so constructed as to provide optimum conditions for laminar flow.
It should have provision for using it during minimally invasive surgery [\maintaining the correct vision of the screen.
3.2 Camera system:
CCD camera having following features
Resolution 450 lines or more.
Motorized 36xzoom or more.
Anti flicker and auto focus.
Minimum lux 1.5
Focal length 4-120mm.
Aperture F 1.6-4.5
Location of the camera in the center of the light head inside the handle for easy focusing.
Foot switch control
Having output BNC –Composite-USB
Auto/manual white balance
3.3 LCD Monitor:

Page No. 91
High resolution LCD monitor compatible with the camera system and the recording system
Size 19 - 26 inch or more diagonally
Mountable on 3rd arm or wall.
3rd arm to hold Monitor on a bracket which can be tilted independently on two separate axis
3.4 Recording System
Multimedia Digital recording system for recording on hard disk and portable media with 17” LCD monitor

System Configuration Accessories, spares and consumables

Sl Name

4.1 System as specified

Environmental factors

Sl Name

5.1 The unit shall be capable of being stored continuously in ambient temperature of 0 -50 deg C and relative humidity of 15-90%
5.2 The unit shall be capable of operating continuously in ambient temperature of 10 -40deg C and relative humidity of 15-90%

Power Supply

Sl Name

6.1 Power input: 220-240V/ 50 Hz AC Single phase fitted with appropriate Indian plugs and sockets.
6.2 Electronic Voltage corrector/stabilizer of appropriate ratings meeting BIS Standards/Specifications.( Input 160-260 V and
output 220-240 V and 50 Hz)

Standards & Safety

Sl Name

7.1 Should be FDA/CE/UL/ BIS approved product


7.2 Manufacturer should be ISO certified for quality standards.
7.3 Electrical safety conforms to standards for electrical safety IEC 60601-1 General Requirements (or equivalent BIS
Standard)
7.4 Shall meet internationally recognised standard for Electro Magnetic Compatibility (EMC) for electromedical
equipment: IEC-60601-1-2 :latest edition Or Equivalent BIS) or should comply with 89/366/EEC; EMC-directive as
amended
7.5 Certified to be compliant with IEC 60601-2-41: Particular requirements for the safety of Operation Theatre Light or
equivalent if applicable

Training

Sl Name

8.1 Comprehensive training for staff of user department and support services till familiarity with the system.

Warranty & Service

Sl Name

9.1 Comprehensive warranty for 2 years and 5 years Comprehensive Maintenance Service after warranty. The cost of CMC must be
quoted in the price bid.
9.2 Percentage of uptime guarantee of the equipment during warranty and CMC period for which commitment is to be given must
be specified with acceptance of applicable penalty clauses in case of failure to do so.

Page No. 92
9.3 After sales service must be provided in the city of installation. In situations requiring service/repair of the unit outside the city of
installation, the expenditure on account of this will have to be borne by the supplier

Documentation

Sl Name

10.1 Product Literature in original along with that of accessories and indigenous components if any. Photocopies/computer
generated copies are not acceptable
10.2 Statement of compliance with tender specifications with clear and unambiguous links to relevant portions of product
literature/authentic document, which should be highlighted. Alternatives provided for noncompliant specifications with
justification must be described in detail with supporting literature.
10.3 Certificate of compliance with standards and approvals stated above
10.4 Certificate of manufacturer/principal regarding authorisation of service facility provided by the supplier
10.5 List of Equipment available in the Service Centre for providing calibration and routine Preventive Maintenance Support. as per
manufacturer documentation in service/technical manual.
10.6 List of important spare parts and accessories, which are required for maintenance and repair, with their part number and
costing.
10.7 Terms and conditions of warranty and CMC including schedules of visit by service personnel with check list of services to be
carried out
10.8 Commitment for supply of log book with check list for daily, weekly, monthly and quarterly preventive maintenance with
contact details of service personnel along with the equipment. The job description of the hospital technician and company
service engineer should be clearly spelt out in the log book.
10.9 List of users of quoted model with performance certificate from major institutions

Page No. 93
Schedule No. 16
Tender Code No. 11-107/2015-LH(S)

Technical Specification Transport Ventilator


1) The portable ventilator is used to transport a patient with artificial respiration support from one
place to another for different diagnostic or therapeutic purposes.
2) The portable ventilator should be light weight (≤10 kg).

3) Should be microprocessor controlled, portable, light weight.

4) Should operate with main electric supply as well as with battery.

5) Should be able to work both with cylinders and pipeline, connectors and high-pressure tubing
of appropriate length to be supplied.
6) Should have turbine/venturi/jet mixing- technology for supplying air- oxygen mixture.
7) Should have following modes of ventilation:
CMV, Assist-contol, SIMV, PS-PEEP
8) Audio-visual alarms for
a. Low supply pressure
b. High/low airway pressure
c. Leakage/disconnection
d. Power failure
e. Apnea
f. Low battery
9) Should have following settings
a. TV 10 – 1500ml
b. PEEP/CPAP & PS
c. RR up to 40bpm
d. I:E ratio 1:3 to 2:1
e. FiO2 : 20 – 100%
10) Battery back-up for minimum 1 hour.
11) Should fix, on rails of transport trolley and on stand with wheels.

12) System Configuration Accessories, spares and consumables:


i) Portable Ventilator-01
ii) Adult Reusable /Autoclavable Silicon Patient Circuit-02
iii) Paediatric Reusable/Autoclavable Silicone Patient Circuit-02
iv) Oxygen Hose-01
v) Air Hose-01
vi) Rechargeable Batteries- 01 set

12) The Ventilator should be US FDA approved or European CE marked.

13) The unit shall be capable of operating continuously in ambient temperature of 300 C and relative
humidity of 80%.

Page No. 94
14) Power input to be 220-240VAC, 50Hz fitted with Indian plug. Resettable over-current breaker shall
be fitted for protection.
15) It should have standard electrical safety norms. Electrical safety conforms to standards for electrical
safety IEC-60601 / IS-13450.
16) The ventilator should come with 2 years of warranty.
17) It should carry 5 years of CMC and the CMC rates to be quoted separately.
18) The spare parts should be easily available and the technical staff should be available in Delhi.

19) Prices of the accessories like filter, tubes, masks, patient circuit, oxygen/air hose and batteries etc.
to be quoted separately and its prices should freeze for at least two years from the time of
installation.
20) The system should come with the required log book and user manual in English.
21) Demonstration is must when required and it has to be arranged in two weeks time.
22) The same ventilator must have been supplied in India earlier and its satisfactory working certificate
from user hospitals have to be attached.
23) Manufacturing company has to give undertaking regarding maintenance of the system and
availability of accessories for next ten years.
24) Latest authorization certificate in original should be attached with the quotation, failing which their
tender application will be rejected. Photocopy/Xerox copy of authorization certificate will not be
accepted.

Page No. 95
Schedule No. 17
Tender Code No. 11-115/2015-LH(S)

SPECIFICATION FOR EMERGENCY RESUSCITATION KIT


1. Resuscitation kit should be designed to store and carry basic resuscitation equipment, intubation
equipment and accessories including ampoules. The outer cover of bag is made of splash-proof
polyamide, straps and belts are made of polypropylene.
2. It should have resuscitation bag (adult) to deliver a maximum tidal volume of approximate 1300 ml,
the outer cover of resuscitation bag should be 100% latex free, along with reservoir bag.
3. It should have pneumatically powered portable transport ventilator for adult and children with a
body weight down to approximate 15 kg (3 years), it should deliver 12 or 20 breaths per minute &
tidal volume in the range of 200-1200ml. Oxygen concentration switch for ventilation at either 60%
or 100% should be present.
4. It should have double chamber Suction Pump which can be operated mechanically (i.e. by
foot/hand). It should have 10-mm suction tip through which maximum free airflow of 70 l/min and
a vacuum of -600 mmHg can be achieved. All parts should be autoclavable at 121ºC.
5. It should have oxygen regulator and oxygen cylinder for connection to uni-suction pump and
portable transport ventilator with a filling pressure of maximum 200 bar. It should have controlled
flow in the range of 0.25-25l/min for manual resuscitation.
6. It should have adult intubation equipments - Disposable Endo-tracheal tube with cuff of sizes
6.5,7,7.5,8 & 8.5 mm (1 Nos. each), Suction catheters 3.3, 4.0 & 5.5mm (3 Nos. each), Guedel
airway size 1,2 & 4, Laryngoscope handle with 2 macintosh blades of sizes 2 & 3, Spare lamp (1
no.) for laryngoscope, Magill forceps, Pair of bandage scissor, Artery forceps, Lister type dressing
forceps, Roll of adhesive plaster (silk quality), Insulation foil (gold /silver), plastic syringe 10 ml for
cuff inflation & 2 ml, 5ml, 10 ml with luer connector (2 no..each), Hypodermic needle 18G & 21G
(12 Nos. each),
7. It should not weigh more than 20 kg.
8. It should be internationally reputed company.
9. System should have 02 years warranty with 5 years CMC.

Page No. 96
Schedule No. 18
Tender Code No. 11-119/2015-LH(S)

Technical Specification for Bed Side PT with INR Monitoring Kit System

1) The system should be a small, portable, hand held system to monitor Prothrombin Time and INR in
the bed side.
2) Should measure PT and INR from fresh capillary whole blood or non anti-coagulated venous whole
blood.
3) The system should be battery operated using the commonly available battery in the Indian market.

4) System should offer quantitative results in 60 to 90 seconds.


5) The point or area of the strip where blood sample is applied should be outside the meter and with
top and/or side dosing option of the strip.
6) Should have built-in quality check with every strip automatically.
7) Should require a small sample size of 5-15 µL.
8) The measuring range of INR should be between ≤1 to ≥8.
9) It should have memory for at-least 100 previous results with date and time.
10) The system should be US FDA approved or European CE marked.
11) Should initially supply with strips for at-least 10 measurements.
12) The measuring strips should be easily and readily available in Delhi.
13) The machine should not require any essentials other than the test strips and regular battery.
14) The price of the test strips to be quoted separately for future purchase.
15) Should come with 02 year of warranty and 5 years CMC. CMC rates should be quoted in price bid
separately.
16) The machine should have essential log book and user manual in English.
17) Demonstration of the machine is must when required and it has to be arranged in two week time.
18) The same system must have been installed in India earlier and its satisfactory working certificate
from at least two user hospitals have to be attached.
19) Training of the departmental staff/doctors is must after installation of the machine.

Page No. 97
Schedule No. 19
Tender Code No. 11-135/2015-LH(S)

Technical Specifications of Spectral Domain HD OCT


1. Should have spectral domain OCT (SD-OCT) or infrared (IR) fudus imaging.
2. Light source for OCT should be SLD with wavelength 870nm or 840nm.
3. Should have working technology confocal scanning ophthalmoscope (c-SLO) or line
scanning ophthalmoscope principle (LSO).
4. System have feature of live viewing of fundus during OCT scanning.
5. Light source for fundus imaging (IR) should be SLD with wavelength 750nm or 815nm.
6. System should have active eye tracking system technology.
7. System should have 27000 – 40000 A scans per second or higher.
8. A-scan depth <= 2.0mm in tissue.
9. System should have Axial Resolution <= 5 microns for OCT imaging.
10. System should have transverse resolution <= 15 microns for OCT imaging.
11. Should have feature of OCT image acquisition of eye even without dilation up to 2.5mm.
12. Should have high resolution mode for OCT imaging.
13. Should have internal and external fixation for patient comfort.
14. System should have following imaging options:
a. Auto track of previous fundus for follow up scan.
b. System should remember previous chinrest position for follow up scans.
c. Raster scan, single scan, dense cube scan, circle or radial scan.
d. 3D visualization, macular thickness map
e. Relocate scan area during scanning.
f. LSO/CSLO field of view of 30 degree or more.
g. Adjusting raster scans in length.
15. System should have following viewing and analysis options:
a. Retinal thickness map – RNFL thickness map with normative database for glaucoma
diagnosis.
b. Optical nerve head analysis (Bruchs Membrane), optic disc scanning for glaucoma.
c. Progression analysis of RNFL, ONH or, 2-D, 3-D modelling.
d. Enhance depth imaging for choroidal layer scanning.
e. Fovea to Disc Alignment, auto disc centration or auto fovea finder.
f. Posterior pole symmetry analysis or combined ganglion cell+ IPL and RNFL deviation
map for glaucoma diagnosis.
g. Segmentation of different layer of retina.
h. RPE elevation analysis or enface image analysis.
16. Should be provided with suitable motorized table.
17. System should be supplied with review software for three workstation in order to do
analysis in doctors chamber and data storage two TB NAS drive.
18. Hydraulic surgeon stool and patient stool one each.
19. Color inkjet printer should be attached with the equipment.
20. Cartridge for printer required for primary functioning of the equipment to be supplied with
the equipment to last atleast six months.
21. Cartridge should be provided as and when required on demand.

Page No. 98
22. Rates of cartridges to be quoted separately and rates to be frozen for three years.
23. Online UPS with adequate backup.
24. Latest PC work station with at least 19 inch monitor should be supplied with the machine
inbuilt or external.
25. System should have anterior segment OCT imaging with 15mm line scan for angle to angle
imaging or, anterior chamber analysis.
26. Should have safety certificate from a competent authority EC / FDA (US) / STQC CB
certificate / STQC S Certificate or valid detailed electrical and functional safety test report
form ERTL.
27. Warranty for two years.
28. CMC for five years.
29. Demo will be taken.
30. C.M.C. rate to be quoted separately.

Page No. 99
Schedule No. : 20
Tender Code : 15-69/2015-LH(S)

Weighing machine for the weighing dead body: One


1. Digital display

2. Stainless Steel body

3. Complete platform for easy cleaning and anti-staining

4. Platform size 2100 mm x 600 mm approx

5. Accuracy 20 gms

6. Rechargeable battery back-up pack provided for usage in power


failure

7. Tare function provided

8. 2 years warranty after that 5 years CMC. CMC rates should be


quoted in price bid.

Page No.100
Schedule No. 21
Tender Code : 15-22/2016-LH(S)

FULLY AUTOMATED IMMUNO ANALYSER

1. Fully automated immune analyser (floor model) to perform the qualitative and
quantitative analysis of infectious disease markers and other special immunoassays.
2. System should be discrete, fully sensitive random access with a provision to test
STAT samples.
3. System should be based on chemiluminiscence, enhanced CLIA/ electro CLIA/ latest
chemiluminiscence etc technology for measuring the assays with very high
sensitivity, specificity and linearity.
4. System should have facility for a minimum of 20 different test assays in one go.
5. Onboard loading capacity should be at least 50-60 samples or more at one time with a
procedure for continuous loading.
6. Should have facility to process various body fluids like serum, plasma etc.
7. System should have throughput of at least 150/hr tests and the machine should have
provision to upgrade.
8. Continuous access to loading and unloading reagents, samples and consumables
should be possible.
9. System should have on-board cooling facility to maintain the temperature of the
reagents throughput and label used in reagent should not be present in any human
samples.
10. Flexibility to use different sample containers like primary tube with different sizes;
sample cups etc for easy processing.
11. System to use latest probe technology preferably disposable tips to mix the samples
and reagents to avoid cross contamination or carryover. It shall have clot detection
facility, bubble, haemolysis, viscosity and inadequate sample detection facility.
12. System shall have the facility to test immunoassays like HIV, Hepatitis A, Hepatitis
B, Hepatitis C Markers, TORC Panel etc. There shd. be a provision of upgradation
of the system for infectious markers introduced later by the company.
13. On board reagent stability should be at least one month. Calibration frequency should
be as per quality control requirements/lot specific.
14. Patient samples and reagents should be scanned with on-board barcode scanner for
easy operation and bar-code scanner should be able to read multiple barcode types.
15. Should have CE(European) and FDA certification for equipment/reagents.
16. System should have on-board windows based data control work station with TFT
LCD/LED colour touch screen monitor for programming the tests and entering the
patient data.
17. System should be equipped adequately to meet its water needs if required.
18. System should have the facility to store minimum of 2000 tests.
19. System should have comprehensive software with calibration management,
management of internal control, management of external control and customized
patient data management.

Page No. 101


20. System must have extensive quality control like West-guard rules, Levy – Jennings
graphical presentation.
21. System should have calibration stability of at least 3-4 weeks for each parameter
22. System should have multiple lot calibration capability.
23. System should have inbuilt software for monitoring QC system for quality of result
obtained.
24. System should have facility to collect both liquid and solid waste for disposal.
25. System should have external laser printer to take printout of patient results and QC
reports.
26. Track record of the firm should be final deciding factor, if other qualifications are the
same
27. Power supply 220V/50Hz
28. Company should provide a backup system (throughput of atleast 80 test/hour) using
same kits and consumables.
29. UPS (minimum 3kV) compatible with the system with maintenance free batteries
with at least one hour backup.
30. User list along with satisfactory working report from institute of good repute situated
in India preferably in Delhi and NCR should be provided.
31. Traceability certificate for calibration of calibrators shall be provided with the
technical bid.
32. Original manufacturer’s catalogue should be submitted by the company and all the
technical specification would be traceable to the original catalogue point wise.
Photocopies or computer printouts would not be accepted.
33. Five years back to back warranty and a comprehensive AMC for a further of five
years
34. Bidder to be responsible for site preparation (minor modifications), installation,
commissioning, trial run etc of the system in laboratory. All reagents to make the
machine functional along with trial runs (minimum of 100 tests for each parameter) to
user satisfaction should be provided free of cost.
35. On site demonstration should be provided by the company.
36. Lab staff should be comprehensively trained on all the operational function of
equipment. Satisfactory working report of machine will only be provided once the lab
staff is trained to our satisfaction
37. The principal firm should provide maintenance of equipment in case the agreement
with authorized dealer is terminated.
38. Service centre should be based in Delhi & NCR
39. The supplier should be authorized dealer for the principal firm & should produce
original certificate for the same
40. The supply of reagents and consumables should be ensured by vendor for at least 10
years.
41. The principal firm should provide certificate stating the machine is brand new.
42. The log book with instruction for daily, weekly, monthly and quarterly maintenance
checklist. The job description of company service engineer should be clearly spelt and
they should be based in Delhi/NCR.
43. All related plumbing for installation with suitable diameter pipes for input as well as
drain should be done by company if required. Also suitable/compatible water

Page No.102
treatment plant system and storage tank should be provided if required. It is the
responsibility of the vendor to maintain the water quality for equipment irrespective
of the quality of the tap water supplied in the hospital
44. No spare parts/ accessories of equipment including UPS with batteries and water units
will be purchased by hospital during warranty period and all these shall be provided
free of cost by bidder only.
45. The firm should quote price of reagents and consumables separately in the price bid
which should be valid for at least 3 years
46. The firm should quote rates for CMC of equipment for 5 yrs after completion of
warranty.
47. All the commercial terms and conditions as per standard clauses of hospital may be
adopted by firm.

Page No.103
Schedule No. : 22
Tender Code : 15-23/2016-LH(S)

Table Top Refrigerated Centrifuge (01)

1. It should have microprocessor based control system.

2. It must have short spin key with fast cooling system and standby cooling option with
at least 50 program memories.

3. Temperature range: -10deg C to 40deg C

4. It should have brushless induction low profile motor driving system.

5. Maximum speed up to 15000 rpm and maximum rcf up to 25000g.

6. It should be equipped with automatic rotor recognition and imbalance sensor for
prevention of over speed.

7. It should have motorized lid latch and automatic lid opening at the end of run.

8. It should have polyetherimide sealing cover with high chemical resistance and
excellent thermal properties.

9. It should have LCD/LED display of temperature, RPM, time and rotor used.

10. It should have auto lock III system for installation and exchange of rotors with just
push of a button for quick switch between applications.

11. Refrigerant should be CFC free.

12. Noise level should be less than 60dB.

13. It should be supplied with both fixed angle and swing out rotors

4x400-500 ml swing out rotor  with adaptor for 15 ml (24-32 tubes) and 50 ml
conical tube (12-16 tubes)
6x80-100ml fixed angle rotor with adaptor for 15 ml (24-32 tubes) and 50 ml
conical tube (12-16 tubes)
Adaptor for 24x1.5/2ml micro tubes
14. It should be European CE, IVD and Biosafety certified. Certificates needs to be
attached.

15. Operable at 220V, 50Hz, single phase AC supply.

16. The unit shall be capable of operating continuously in ambient temperature of 10-
40deg C and relative humidity of 15-90%.

17. Inbuilt stabilizer should be there.

Page No.104
18. Mandatory 5 years CMC at the Govt approved rates to be quoted separately after 2
years warranty at the time of tender opening.

19. Certificate of calibration and inspection from factory should be provided by the
company.

20. List of important spare parts and accessories with their part number and costing
should be provided.

21. List of users of the quoted model with their contact numbers should be provided.

22. List of service centers in Delhi/NCR should be provided.

23. Satisfactory performance report of quoted model from the users where installed for at
least last 2 years from date of tender from Govt hospital/reputed institute in
Delhi/NCR should be attached.

24. Original manufacturer’s catalogue should be submitted by the company and all the
technical specification would be traceable to the original catalogue point wise.
Photocopies or computer printouts would not be accepted.
25. Final approval may require practical demonstration of quoted model.

Page No.105
Schedule No. : 23
Tender Code : 15-24/2016-LH(S)

Specification of Turbidometer

1. It should be a random access analyzer with continuous sample loading facility with up
to 100 tests per hour.
2. It should be able to handle Immuno Turbidimetry assays (RA, ASO, CRP,
Immunoglobulins and complement levels, etc)
3. There should be option to run emergency / STAT samples at any point of time and the
user should be able to assign any sample position as STAT position.
4. It should be equipped with long life hard coated ion assisted deposition filter with
10nm half band pass
5. It should be equipped with highly sensitive gallium arsenide phosphide photodiode
with detection limit from -0.20 to 3.00 Absorbance.
6. Reagent cooling rack is must and should be operated through Peltier thermoelectric
module.
7. It should be made of 316 stainless steel probe for maximum reagent compatibility
with liquid level sensing and probe crash prevention.
8. It should have time and speed adjustable mixing facility for reagent and sample to
prepare the proper homogenous solution before reading take place.
9. Mixing time and speed should be adjustable.
10. Minimum reaction volume should be 200 µl and minimum sample volume should be
2 µl.
11. It should have primary tube loading facility.
12. It should have semi disposable cuvettes for performing tests and instrument should
have facility to scan the cuvette quality before ordering the tests.
13. It should be provided with cuvette cleaning system along with the instrument to wash
the reaction cuvettes.
14. It should have facility to operate the system with both open system reagents and
system pack reagents.
15. It should be supported by remote diagnostic facility to facilitate the application
supports.
16. Instruments should consume less than 300 ml water / hour.
17. Instrument should have minimum 3 levels QC data storage facility for all parameters
with LEVY-Jennings Graph
18. Instrument has to be supplied along with CPU, Monitor and original windows based
operating system.
19. Software should be upgradable through USB / CD/ Modem.
20. Remote maintenance service facility should be provided by the company through
internet.
21. Instrument should be CE marked & USFDA certification.
22. The unit shall be capable of operating continuously in ambient temperature of 10-40
deg C and relative humidity of 15-90 %.
23. User / Technical / Maintenance manuals to be supplied in English.
24. List of important spare parts and accessories with their part number and costing
should be provided in the tender.
25. List of service centers in Delhi / NCR should be provided.

Page No.106
26. Rates of the kits and reagents should be freezed for next three years at the time of
tender opening.
27. The company should provide 5 kits each for RA (1x5/5x25ml) / ASO (1x10/5x25ml) /
CRP (1x10/5x25ml) and 3 kits of 1x10/5x25ml each for IgA,IgM,IgG and C3,C4 free
of cost along with their calibrators at the time of installation.
28. Final approval may require practical demonstration of the quoted model.
29. Satisfactory performance report of quoted model from the users where installed for at
least last 2 years from date of tender from Govt hospital/reputed institute in
Delhi/NCR should be attached.

30. Mandatory 5 years CMC at the Govt approved rates to be quoted separately after 2
years warranty at the time of tender opening.

Page No. 107


Schedule No. : 24
Tender Code : 15-25/2016-LH(S)

DOUBLE DISTILLATION PLANT

1. All quartz double distillation plant (including distiller) with approximately 5-6L/hour
output.

2. Distiller and boiler should be demountable.

3. The unit should be supplied with a stainless steel panel stand for mounting the whole
distillation unit with electrical terminals for easy connection to mains/DAPS.

4. Quality of distillate

a. It should be pyrogen free

b. Conductivity 0.5-3µS/cm

c. Temperature 65-75deg C

d. pH 6.9-7

5. A certificate from Govt approved agency shall be provided indicating that quality of
distillate produced by the equipment conforms to standards of double distilled water.

6. There should be a provision of automatic low water cut off and an alarm alert for the
same.

7. Pipes used in the distillation unit should be made up of silicone.

8. The condenser’s inlet and outlet should be at the top of the unit.

9. The unit should be supplied with DAPS (Distillation Apparatus Power Supply).

10. Rates of the heating elements should be quoted at the time of tender and rates should
be freezed for next three years from the date of tender opening.

11. It should be CE/FDA/ISI approved. Certificate needs to be attached.

12. Operable at 220V, 50Hz, single phase AC supply.

13. The unit shall be capable of operating continuously for at least 8-10hours in ambient
temperature of 10-40deg C and relative humidity of 15-90%.

14. Mandatory 5 years CMC at Govt approved rate to be quoted separately after 2 years
warranty at the time of tender opening.

15. List of important spare parts and accessories with their part number and costing
should be provided.

Page No.108
16. List of users of the quoted model with their contact numbers should be provided.

17. List of service centers in Delhi/NCR should be provided.

18. Satisfactory performance report of quoted model from the users where installed for at
least last 2 years from date of tender from Govt hospital/reputed institute in
Delhi/NCR should be attached.

19. Original manufacturer’s catalogue should be submitted by the company and all the
technical specification would be traceable to the original catalogue point wise.
Photocopies or computer printouts would not be accepted.
20. Final approval may require practical demonstration of quoted model.

Page No.109
Schedule No. : 25
Tender Code : 15-26/2016-LH(S)

SPECIFICATION FOR VERTICAL AUTOCLAVE

1. It should be made of stainless steel of SS- 316 quality.

2. It should have inner chamber capacity between 80-110 litres.

3. It should provide temperature range from 110 – 123 deg C.

4. It should be programmable and all the operational functions should be microprocessor


controlled, like

- Programme for sterilization of sugar media

- Programme for liquefaction cycle of solidified agar media

- Programme for sterilization of liquid and solid culture media.

5. It should comply with technical data as per the latest EN standard for moist heat.

6. It should have standard gauze attached in the front for easy check of chamber pressure.

7. The door opening should be of sliding type and it should have high quality plastic cover to
prevent contact burns.

8. Steam generation chamber should be physically separate from the inner sterilizing chamber
and should be provided with solenoid valves to permit entry of steam.

9. It should have VFD (Variable frequency drive) or other equipment technology to retrieve
the history of completed sterilization cycle (like, whether required temperature and time
were achieved during the sterilization cycle or not).

10. All the display should be LED based.

11. It should have the following safety features:

- Over current protection

- Over temperature protection by automatic power cut off

- Over pressure protection by automatic and power safety valve

- Safety warning signs:

 Over temperature warning

 Sterilization fail warning if the operation is unexpectedly stopped during


sterilization process

12. It should be mounted on heavy duty castor wheels.

Page No. 110


13. Should be ISI/CE or equivalent standards approved product. Certificate to be attached.

14. Heating elements should be ISI certified.

15. Original catalogue in English shall be attached mentioning all the technical specification
points. Photocopied catalogue will not be accepted.

16. List of users of the quoted model with their contact numbers along with satisfactory
working report from at least two hospitals/institutes of repute.

17. Service centre should be based in Delhi/NCR.

18. 5 year CMC rate to be quoted after 2 years of comprehensive warranty.

19. Certificate of inspection and calibration from factory should be provided.

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

21. Should submit a report of quality check using biological indicators at the time of
installation.

22. Final approval will require demonstration of quoted model preferably in Delhi.

Page No. 111


Schedule No. : 26
Tender Code : 15-29/2016-LH(S)

Technical Specifications of the Nephroscope 20-22 Fr

1. Miniature Nephroscope with laterally offset eyepiece, angle of view 12 degree, 20-22 Fr
Channel, automatic valve with sealing membrane, 6 Fr working channel, working length
250-350mm.

2. Operating sheath 20-24 Fr, Round with Irrigation connector, Distal Tip straight Automatic
Locking mechanism, Automatic Connector, working length 200-350 mm.

3. Amplatz sheath 20-24 Fr, working length 200-350 mm

4. Hollow Obturator for operating sheath

5. Dilator 22 Fr, for one step dilation length 200-350mm.

6. Dilator 24 Fr, For one step dilation length 200-350mm.

7. Initial Puncture Needle 18 Gauge, 200 mm in length.

8. Guidewire for introduction through initial puncture needle

9. Stone Grasping Forceps, Diameter 2-6 mm, working length 250-350mm.

10. Stone Grasping Forceps with alligator jaws, working length 300-350mm.

11. Rigid grasping forceps with mouse jaws 3-5Fr, working length 350-450mm.

12. Three pronged stone Grasper.

13. Should be FDA/CE/BIS approved product.

14. Manufacturer should have ISO certification for quality standards.

15. Shall meet the safety requirements as per IEC 60601-2-27:1994—Medical electrical
equipment—Part 2: Particular requirements for the safety of electrocardiographic
monitoring equipment.

16. Comprehensive warranty for 5 years and 5 years CMC after warranty. CMC rates should be
quoted in Price Bid as per schedule.

17. Should have local service facility .The service provider should have the necessary
equipments recommended by the manufacturer to carry out preventive maintenance test as
per guidelines provided in the service/maintenance manual.

Page No. 112


Schedule No. 27
Tender Code No. 11-09/2016-LH(S)

TECHNICAL SPECIFICATION OF AUTOMATED HEMATOLOGY CELL COUNTER

1. Automated hematology analyser.


2. Parameters- Following parameters should be included:- RBC, WBC, Hemoglobin, MCV,
MCH, HCT, RDW-SD/CV, neutrophil%, Lymphocyte %, Mixed% with absolute values,
Platelet count, PDW,MPV, PLCR(optional).
3. Throughput atleast 60 samples per hour.
4. Sample Volume- Whole blood up to 150 µL. Should be able to give all parameters with
finger prick blood sample (i.e with 20µL).
5. LCD display of all parameters and 3 histograms- RBC,WBC and platelet on screen.
6. Printer with printout of results with or wihtout 3 histograms (RBC, WBC, Platelets).
7. Built in Quality control programmes.
8. Automatic start up, electronic self check, rinsing, background count check and automatic
cleaning in case of blockage in capillary/bubble in fluid.
9. Monitoring and flagging function.
10. Auto probe wiping facility for user safety.
11. Calibration to be done once in 6 months and as and when necessary (Repair, abnormal QC
result etc) by the company personnel.
12. On board memory for about 200-250 samples.
13. Online UPS with one hour back-up to be provided with each cell counter.
14. Two years comprehensive warranty and five years Comprehensive Maintenance Contract
thereafter for Cell counter, Printer and UPS.
15. Reagents for initial 10,000 tests to be provided for each cell counter.
16. List of full range of consumables and spare parts to be provided for closed/open system.
17. Rate of consumables, accessory items and spare parts to be frozen for 3 years.
18. Cost per test to be quoted taking approximately 200 samples to be run per cell counter per
day for a period of three years.
19. Demonstration of quoted equipment essential.
20. Downtime should be less than 5% of the total running time of the machine which can be
calculated at the rate of working time of 8 hrs per day in the routine lab and 24 hrs per day
in the emergency lab.
21. Penalty clause for the breakdown time to be discussed in pre bid meeting.
22. The company should provide onsite service engineer and similar backup machine in case of
breakdown.
23. Onsite service engineer to run QC on the machine on a daily basis.

Page No. 113


Schedule No. 28
Tender Code No. 11-11/2016-LH(S)

MICROSCOPE (BINOCULAR)

MICROSCOPE BODY ERGONOMIC DESIGN MICROSCOPE BODY

MAGNIFICATION 20X-1000X FOR OBSERVATION

OPTICAL SYSTEM INFINITY-CORRECTED OPTICAL SYSTEM

EYE-PIECE TUBE SIEDENTOPF DESIGN, SUPER-WIDE FIELD, BINOCULAR, SHOULD


BE INCLINED AT APPROX. 25 TO 35 DEGREE ANGLE, WITH TUBE
FOR PHOTOGRAPHIC CAMERA ATTACHMENT

EYE-PIECE LENS 10X (2PCS) WITH BOTH SIDES DIOPTER ADJUSTMENT (F.O.V.
>/= 22MM) SHOULD BE ANTI-FUNGUS TYPE.
PREFERENCE WILL BE GIVEN TO WIDER FOV FOR BETTER IMAGING
RESULTS

NOSE PIECE REVERSED REVOLVING NOSE-PIECE TO ACCOMODATE ATLEAST


SIX OBJECTIVES AT A TIME

OBJECTIVES HIGH NA AND LONG WORKING DISTANCE OBJECTIVES AS


SPECIFIED BELOW :
PLAN ACHROMAT 2X/ 0.06, PLAN ACHRO 4X/ 0.1, PLAN ACHRO
10X/0.25, PLAN ACHRO 20X/ 0.40, PLAN FLOURITE OR PLAN SEMI-
APOCHROMAT 40X/ 0.75 (SPRING LOADED), PLAN FLOURITE OR
PLAN SEMI-APOCHROMAT 100X/1.3 OIL-IMMERSION (SPRING
LOADED)

COARSE /FINE FOCUSING FINE 0.1MM PER ROTATION/COARSE 14MM PER ROTATION.
COARSE MOTION TORQUE ADJUSTABLE. REFOCUSSING STOPPER
SHOULD BE INCORPORATED

STAGE CERAMIC-COATED SURFACE, CO-AXIAL STAGE WITH RIGHT-HAND


DRIVE CONTROL, STAY IN POSITION STAGE HANDLE, STAGE
HANDLE HEIGHT AND TENSION SHOULD BE ADJUSTABLE.
WITH CAPACITY TO HOLD TWO GLASS SLIDES AT A TIME.

CONDENSER HIGH-QUALITY UNIVERSAL CONDENSER FOR ALL APPLICATIONS


INCLUDING BRIGHT-FIELD/ PHASE-CONTAST/ POLARIZATION

ILLUMINATION 6V-30W HALOGEN LAMP/ HIGH-LUMINISCENT WHITE LED


WITH BUILT-IN FLY-EYE LENS (OR SIMILAR TECHNOLOGY) FOR
UNIFORM ILLUMINATION THROUGH OUT THE FIELD OF VIEW
INCLUDING PERIPHERY.
WITH BUILT-IN FILTERS FOR SUPERIOR OPTICS

WARRANTY: 2 YEARS COMPREHENSIVE WARRANTY FOLLOWED BY FIVE


YEARS
COMPREHENSIVE MAINTENANCE CONTRACT FOR
MICROSCOPE

Page No. 114


INCLUDING ALL COMPONENTS, ALL ACCESSORIES AND
UPS.
SPARE PARTS SHOULD BE AVAILABLE FOR 10 YEARS AFTER
INSTALLATION

NOTE : THE FOLLOWING ARE MOST ESSENTIAL

1. THE MICROSCOPE INCLUDING ALL COMPONENTS AND ALL ACCESSORIES SHOULD BE OF SAME
MAKE AND MANUFACTURER FOR FUTURE UPGRADABILITY, BETTER COMPATIBILITY AND
FLEXIBILITY.

2. ON-LINE UPS WITH ONE-HOUR BACK-UP TO BE PROVIDED.

3. HIGH-QUALITY IMMERSION OIL(4), LENS-CLEANING TISSUES(4) AND SPARE BULB(6) TO BE


PROVIDED.

4. DEMONSTRATION OF QUOTED EQUIPMENT ESSENTIAL.

Page No. 115


Schedule No. 29
Tender Code No. 11-12/2016-LH(S)

DECA-HEAD MICROSCOPE

1. MICROSCOPE BODY Ergonomic design microscope body with built-in


fly-eye lens for uniform illumination through out the field
of view incl. periphery.

2. MAGNIFICATION 20x-1000x for observation

3. OPTICAL SYSTEM Infinity corrected optical system

4. EYEPIECE TUBE Siedentop design super wide field trinocular tube,


should be inclined at 15 to 35 degree angle (F.O.V.
22mm)

5. EYEPIECE LENS 10x (2pcs) with both sides diaopter adjustment (F.O.V.
22mm) should be anti fungus type.

6. OBJECTIVES High NA & long working distance objectives as specified


below

i. Plan achro 2x
ii. Plan achro 4x
iii. Plan achro 10x ,
iv. Plan achro 20x
v. Plan flourite 40x
vi. Plan flourite 100x oil

7. NOSE PIECE Reversed sextuple (six position) revolving nosepiece


to accomodate six objectives at a time

8. COARSE /FINE FOCUSING Fine 0.1mm per rotation/coarse 14mm per


rotation.Coarse motion torque adjustable. Refocussing
stopper should be incorporated

9. STAGE Ceramic coated surface, stay in position stage handle,


stage handle height & tension should be adjustable
with capacity to hold two glass slides at a time.

10. CONDENSER Universal condenser with NA 1.25

11. ILLUMINATION Built-in Koehler illumination for transmitted light white


LED (pre centered) with lifespan of at least 50,000 hrs or
more. Three (3) spare white illumination bulbs should be
supplied with each unit with no extra cost. Controlling
knob should be given. The life time working hour of the

Page No. 116


quoted bulbs should be mentioned. The adapters should
be supplied.

12. PHOTO SWITCH Built- in auto photo preset switch

13. POLARIZER AND ANALYZER One set of polarizer and analyzer should be
provided with each microscopes at no extra cost.
Analyzer socket should be there in the central
body of the microscope.

14. POINTER(arrow) Should be inbuilt into the microscope

15. TEACHING ATACHMENT Should be for ten persons


(1+9) for simultanious viewing (incl. main observer).
binocular tube of teaching attachment should also be
anti-fungus type & should give similar viewing (22 mm
fov) as main observer alongwith pointer unit. pointer of
teaching attachment should be moved on any direction
(360º rotatable)
(Both eye pieces should have diopter adjustments for
all secondary observers)
16. UPS- Microscope should be supplied with a
suitable UPS (atleast 3.5kva) for atleast 2 hrs backup
capacity

17. Warranty: 5 years comprehensive including spares


(Spare parts should be available for 10 year after
installation)

18. CMC 5 years.

19. ACESSORIES: a) Apart from the spare bulbs and lens cleaning paper (at least 10
packs with each unit), at least 2 units of branded research grade
immersion oil units should be supplied at no extra cost.
b) A portable tool set should also be supplied with each unit at no extra
cost.

Page No. 117


c) A glazing granite top table, strong enough, should be supplied with
the each microscope units for adequate installation. Enough open space
should be available for writing purpose.
d) 10 Cushioned stools with backrest, height adjustable, 360 rotatory
with wheels and footrest should be supplied with table. The price of the
table and stools, should not be separately quoted.
e) 2 bottles of lens cleaning solution should be provided with each unit.
f) IQ/OQ/PQ of equipment’s must be done at the time of installation at
no additional cost.

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

adaptor and battery unit should be supplied with the instrument with attached hospital

grade Indian plugs.

21. Should be compliant to ISO 13485: Quality systems - Medical devices - Particular

requirements for the application of ISO 9001.applicable to manufacturers and service

providers that perform their own design activities.

22. Should be compliant with IEC 61010-1: covering safety requirements for electrical

equipment for measurement control and laboratory use.

23. Should be FDA or European CE approved product.

24. Certificate of calibration and inspection from factory.

25. Compliance Report to be submitted in a tabulated and point wise manner clearly

mentioning the page/para number of original catalogue.

26. User/Technical/Maintenance manuals to be supplied.

27. Practical demonstration if required.

Page No. 118


Schedule No. 30
Tender Code No. 11-13/2016-LH(S)

MICROSCOPE WITH DOUBLE HEAD

MICROSCOPE BODY ERGONOMIC DESIGN MICROSCOPE BODY

MAGNIFICATION 20X-1000X FOR OBSERVATION

OPTICAL SYSTEM INFINITY-CORRECTED OPTICAL SYSTEM

EYE-PIECE TUBE SIEDENTOPF DESIGN, SUPER-WIDE FIELD, BINOCULAR, SHOULD


BE INCLINED AT APPROX. 25 TO 35 DEGREE ANGLE, WITH TUBE
FOR PHOTOGRAPHIC CAMERA ATTACHMENT.

EYE-PIECE LENS 10X (2PCS) WITH BOTH SIDES DIOPTER ADJUSTMENT (F.O.V.
>/= 22MM), SHOULD BE ANTI-FUNGUS TYPE.
PREFERENCE WILL BE GIVEN TO WIDER FOV FOR BETTER IMAGING
RESULTS

NOSE PIECE REVERSED REVOLVING NOSE-PIECE TO ACCOMODATE ATLEAST


SIX OBJECTIVES AT A TIME

OBJECTIVES HIGH NA AND LONG WORKING DISTANCE OBJECTIVES AS


SPECIFIED BELOW :
PLAN ACHROMAT 2X/ 0.06, PLAN ACHRO 4X/ 0.1, PLAN ACHRO
10X/0.25, PLAN ACHRO 20X/ 0.40, PLAN FLOURITE OR PLAN SEMI-
APOCHROMAT 40X/ 0.75 (SPRING LOADED), PLAN FLOURITE OR
PLAN SEMI-APOCHROMAT 100X/1.3 OIL-IMMERSION (SPRING
LOADED)

COARSE /FINE FOCUSING FINE 0.1MM PER ROTATION/COARSE 14MM PER ROTATION.
COARSE MOTION TORQUE ADJUSTABLE. REFOCUSSING STOPPER
SHOULD BE INCORPORATED

STAGE CERAMIC-COATED SURFACE, CO-AXIAL STAGE WITH RIGHT-HAND


DRIVE CONTROL, STAY IN POSITION STAGE HANDLE, STAGE
HANDLE HEIGHT AND TENSION SHOULD BE ADJUSTABLE.
WITH CAPACITY TO HOLD TWO GLASS SLIDES AT A TIME.

CONDENSER HIGH-QUALITY UNIVERSAL CONDENSER FOR ALL APPLICATIONS


INCLUDING BRIGHT-FIELD/ PHASE-CONTAST/ POLARIZATION

ILLUMINATION 6V-30W HALOGEN LAMP/ HIGH-LUMINISCENT WHITE LED


WITH BUILT-IN FLY-EYE LENS (OR SIMILAR TECHNOLOGY) FOR
UNIFORM ILLUMINATION THROUGH OUT THE FIELD OF VIEW
INCLUDING PERIPHERY.
WITH BUILT-IN FILTERS FOR SUPERIOR OPTICS

DOUBLE HEAD ATTACHMENT SHOULD BE FOR TWO PERSONS (1+1),, FOR SIMULTANEOUS
VIEWING (INCUDING. MAIN OBSERVER). BINOCULAR TUBE OF
ADDITIONAL HEAD ATTACHMENT SHOULD ALSO BE OF ANTI-
FUNGUS TYPE AND SHOULD GIVE SIMILAR VIEWING ( >/=22 mm

Page No. 119


FOV) AS MAIN OBSERVER ALONG WITH POINTER UNIT. POINTER
SHOULD BE ABLE TO MOVE IN ANY DIRECTION (360º ROTATABLE)

WARRANTY: 2 YEARS COMPREHENSIVE WARRANTY FOLLOWED BY FIVE


YEARS
COMPREHENSIVE MAINTENANCE CONTRACT FOR
MICROSCOPE
INCLUDING ALL COMPONENTS, ALL ACCESSORIES AND
UPS.
SPARE PARTS SHOULD BE AVAILABLE FOR 10 YEARS AFTER
INSTALLATION

NOTE : THE FOLLOWING ARE MOST ESSENTIAL

1. THE MICROSCOPE INCLUDING ALL COMPONENTS AND ALL ACCESSORIES SHOULD BE OF SAME
MAKE AND MANUFACTURER FOR FUTURE UPGRADABILITY, BETTER COMPATIBILITY AND
FLEXIBILITY.

2. ON-LINE UPS WITH ONE-HOUR BACK-UP TO BE PROVIDED.

3. HIGH-QUALITY IMMERSION OIL(4), LENS-CLEANING TISSUES(4) AND SPARE BULB(6) TO BE


PROVIDED.

4. DEMONSTRATION OF QUOTED EQUIPMENT ESSENTIAL.

Page No.120
Schedule No. 31
Tender Code No. 11-15/2016-LH(S)

SPECIFICATIONS FOR FIVE HEAD (PENTA HEAD) MICROSCOPE

1. Upright, sturdy research microscope with teaching head attatchment for five
persons including the main observer.
2. The optical system should be colour corrected for infinity with anti fungus
property.
3. Binocular tube with field of view (F.O.V.) of 25 mm, inclined at 30 – 45
degree & with 360 degree rotation.
4. Eye piece lens – 10x (2 pcs.), wide field, F.O.V. 25 mm, both eye dioptre
adjustment, rubber eye shield (pair) with interpupillary distance of 48 – 75 mm.
5. Illumination – High illumination white light LED with 50,000 hrs. Lamp life
should have eco-uniform illumination for bright field & simple polarising
observation.
6. Nose piece – reversed sextuple nosepiece with analyser slot.
7. Condenser – Plan achromatic universal type condenser to perform all
applications.
8. Microscope stand should have co-axial focussing knobs for coarse & fine
adjustments with upper limit stopper.
9. Objectives – High performance objective lens for bright field (BF) &
polarizing observation.

Plan achromat 2/2.5X NA 0.06


Plan achromat 4X NA 0.10
Plan achromat 10X NA 0.25
Plan fluor/ Semi Apo / Neo fluor 20X NA 0.50
Plan fluor/ Semi Apo / Neo fluor 40X NA 0.75
Plan fluor/ Semi Apo / Neo fluor 100X oil NA 1.30

10. Stage – Rectangular, mechanical, scratch resistant, ceramic coated with right
hand control, double slide holder & vernier callipers on X & Y axis.
11. Transmitted light filters for day light, green & neutral light with density filters
built-in the basic stand.
12. Teaching head attatchment – Teaching head attatchment for five persons
(including main observer). Should have 4 nos. of siedentop binocular head with
eye piece of 10X magnification & 25 mm FOV. Should have LED pointer with
arrow mark having different colour & intensity control for better contrast and
viewing.

Page No. 121


13. Microscope should be upgradable to fluorescence & phase contrast.
14. All the necessary adapter and long power cord should be provided for easy
functioning.
15. Adequate sized granite top table for installing the microscope. The size should
be:
Height – 24” , Width – 20 - 22”, Length – To fit the five head microscope.
16. Five (5) cushioned stools with backrest, height adjustable, 360 rotatary with
wheelsand footrest should be supplied with the table.The price of the table and
stools should not be separately quoted.
17. Should be compliant with IEC 13485 quality systems.
18. Should be FDA or European CE approved product.
19. Certificate of calibration and inspection from factory.
20. Two (2) bottles of lens cleaning solution should be provided.
21. Instruction & Operational manual.
22. Vinyl dust cover for each head.
23. Quoted model should be functioning satisfactorily in Govt/reputed institution.
24. Participating firm should have a Delhi based service center.
25. Demonstration of the equipment if required.
26. 5 yrs. Warranty followed by 5 yrs. Comprehensive maintenance contract.

Page No.122
Schedule No. : 32
Tender Code : 15-30/2016-LH(S)

Technical Specifications of the Lithoclast

1. Control unit 100-240 VAC, 40 VA, 50/60 HZ

2. Electric foot pedal with two pedals

3. Spare compressed air tubing for lithoclast handpiece without connector.

4. Set of connectors for exhaust.

5. Lithoclast handpiece.

6. Adjustment interface.

7. Air compressor medical quality 8 Bar/ 4 Litre, 230 V

8. Probe cap for connection of 0.8 and 2.0 mm probes on lithoclast handpiece.

9. Compressed air tubing for lithoclast handpiece.

10. Probe Guides.

11. Silicone seals for single use

12. Transportation case for Lithoclast handpiece.

13. Silicon Suction hose.

14. Lithoclast probe Dia 2.0 mm, Length 350-450mm

15. Lithoclast probe Dia 1.0 mm, Length 550-650mm

16. Lithoclast Probe Dia 0.8 mm, Length 550-650mm

17. Lithoclast Probe Dia 1.6 mm, Length 450-550mm

18. Lithoclast Probe Dia 1.6 mm length, 450mm for suction tube Dia 3.0-3.5mm

19. Lithoclast Probe Dia 0.8 mm for suction tube dia 1.6 mm

20. Suction tube 3.5 mm dia, Length 300-400 mm

21. Suction tube 1.6 mm dia, Length 500-600 mm

22. Suction tube 4mm dia, Length 300-350mm

23. Stone catcher(Sterile pack of 10)

24. Stone catcher holder

Page No. 123


25. Power cable

26. Compressed air tube

27. Should be FDA/CE/BIS approved product.

28. Manufacturer should have ISO certification for quality standards.

29. Shall meet the safety requirements as per IEC 60601-2-27:1994—Medical electrical
equipment—Part 2: Particular requirements for the safety of electrocardiographic
monitoring equipment.

30. Comprehensive warranty for 5 years and 5 years CMC after warranty. CMC rates
should be quoted in Price Bid as per schedule.

31. Should have local service facility .The service provider should have the necessary
equipments recommended by the manufacturer to carry out preventive maintenance
test as per guidelines provided in the service/maintenance manual.

Page No.124
Schedule No. : 33
Tender Code : 15-31/2016-LH(S)

Technical Specifications of the Holmium YAG Laser

1. Laser Type – Holmium YAG Laser(HO-YAG)

2. Wave Length- 1800-2200 mm

3. Power- 15-30 Watts

4. Pulse Energy- 200 MJ- 4000MJ

5. Pulse Frequency- 3 HZ-25 HZ

6. Pulse Duration- 150-850 US

7. Power Supply- 220-240 V.A.C., 50-60 HZ, 10A

8. Operator control- Touch screen

9. Cooling- Integrated cooling system

10. Weight- 50-100 Kg

11. Easy set up

12. Automatic fibre detection

13. Automatic fibre size detection

14. Front Panel made of scratch proof Glass

15. Application modes, Lithotripie, Coagulation, Ablation

16. Interlock Door

17. Water filter

18. Laser Goggles,

19. Fiber Stripper,

20. Ceramic scissors

21. Foot switch

22. Should be FDA/CE/BIS approved product.

23. Manufacturer should have ISO certification for quality standards.

Page No.125
24. Shall meet the safety requirements as per IEC 60601-2-27:1994—Medical electrical
equipment—Part 2: Particular requirements for the safety of electrocardiographic
monitoring equipment.

25. Comprehensive warranty for 5 years and 5 years CMC after warranty. CMC rates
should be quoted in Price Bid as per schedule.

26. Should have local service facility .The service provider should have the necessary
equipments recommended by the manufacturer to carry out preventive maintenance
test as per guidelines provided in the service/maintenance manual.

Page No.126
Schedule No. : 34
Tender Code : 15-32/2016-LH(S)

Technical Specifications of the Nephroscope 15-16 Fr

1. Miniature Nephroscope with laterally offset eyepiece, angle of view 12 degree, 15-16
Fr Channel, automatic valve with sealing membrane, 6 Fr working channel, working
length 200-350mm.

2. Operating sheath 15 Fr, Round with Irrigation connector, Distal Tip straight
Automatic Locking mechanism, Automatic Connector, working length 200-350 mm.

3. Operating sheath 18 Fr, Round with Irrigation connector, Distal Tip straight
Automatic Locking mechanism, Automatic Connector, working length 200-350 mm.

4. Amplatz sheath 15-18 Fr, working length 100-200 mm

5. Hollow Obturator for operating sheath

6. Dilator 12 Fr, for one step dilation length 200-350mm.

7. Dilator 15 Fr, For one step dilation length 200-350mm.

8. Initial Puncture Needle 18 Gauge, 200 mm in length.

9. Guidewire for introduction through initial puncture needle

10. Stone Grasping Forceps, Diameter 2.0 mm, working length 200-350mm.

11. Stone Grasping Forceps with alligator jaws, working length 300-350mm.

12. Rigid grasping forceps with mouse jaws 3-5Fr, working length 350-450mm.

13. Three pronged stone Grasper.

14. Should be FDA/CE/BIS approved product.

15. Manufacturer should have ISO certification for quality standards.

16. Shall meet the safety requirements as per IEC 60601-2-27:1994—Medical electrical
equipment—Part 2: Particular requirements for the safety of electrocardiographic
monitoring equipment.

17. Comprehensive warranty for 5 years and 5 years CMC after warranty. CMC rates
should be quoted in Price Bid as per schedule.

18. Should have local service facility .The service provider should have the necessary
equipments recommended by the manufacturer to carry out preventive maintenance
test as per guidelines provided in the service/maintenance manual.

Page No. 127


Schedule No. :35
Tender Code : 15-33/2016-LH(S)

Equipment specifications for Transport Ventillator

1. The portable ventilator is used to transport a patient with artificial respiration support
or home care of a patient after discharge from a hospital.

2. The portable ventilator should be light weight( < 10 kg)

3. Should be microprocessor controlled, portable, light weight.


Should operate with main electric supply as well as with battery.
Should be able to work both with cylinders and pipeline, connectors and high-
pressure tubing of appropriate length to be supplied.

4. Should have turbine/venturi/jet mixing- technology for supplying air- oxygen mixture

5. Should have following modes of ventilation: CMV, Assist-contol,SIMV, PS-PEEP

6. Audio-visual alarms for


a. Low supply pressure
b. High/low airway pressure
c. Leakage/disconnection
d. Power failure
e. Apnea
f. Low battery

7. Should have following settings


a. TV 50 – 1500ml
b. PEEP/CPAP & PS
c. RR up to 40bpm
d. I: E ratio 1:3 to 2:1
e. FiO2 : 20 – 100%

8. Battery back up for minimum 1 hour

9. Should fix, on rails of transport trolley and on stand with wheels.

10. The unit shall be capable of being stored continuously in ambient temperature of 0 -
500 C and relative humidity of 15-90%

11. The unit shall be capable of operating continuously in ambient temperature of 10 -


40deg C and relative humidity of 15-90%

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

Page No.128
13. Power input to be 220-240VAC, 50Hz

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

15. Product should be FDA/CE or ISI approved

16. Comprehensive warranty for 5 years and provision of CMC for next 5 years.

Page No.129
Schedule No. :36
Tender Code : 15-34/2016-LH(S)

Technical specifications for Neonatal heat radiant warmer( Neonatal open care
system)

1. Quartz heater based radiant warmer with integral bed used for clinical management of
neonatal hypothermia. The equipment can be operated in servo or manual modes. Facility
for halogen based phototherapy.

2. Units are provided to use the equipment in the labor ward, NICU or general nursery. The
equipment electronic control panel should have key lock facility, celcius to Farhenheit
change over facility and battery back up to 20 minutes.

3. Working temperature: 26.4 to 40 deg C, Accuracy: +/-0.2 deg C.

4. Accuracy of probe interchangeability: +/-0.2 deg C.

5. Need for probe calibration: Not required.

6. Temperature probe: Thermistor based interchangeable probe. Wire should be easy to clean,
long lasting, Teflon coated with silicon rubber sleave.

7. Set temperature range: 32 deg C to 38 deg C.

8. Power: Less than 1 K.W.

9. Heating element: Quartz encapsulated heater with parabolic reflector.

10. Temperature display: Bright numerical LED display at 1” for viewing from distance.

11. Alarms :High temperature (more than 0.5 deg C difference). Low temperature (more than
0.5 deg C difference). Temperature probe failure. Power failure. System failure. Heater
failure.

12. Time out alarm (manual mode).

13. Maximum mattress tilt: +80 (continuously variable) both side .Maximum mattress swivel on
both sides of vertical column +45deg C.

14. The unit is mobile with 4 swivel castors fixed to the base. .Diameter of castors: 4” (front 2
wheels lockable. Imported castors with antistatic wheel.

15. Observation lamp: Halogen based lamp focusable any where on the bed.

16. Facility of stand – for I.V. fluids.

17. Phototherapy / Halotherapy(optional): Should be placed on the both sides of overhead


heaters bulbs on each side angled for effective treatment. Supply to each unit irridiance
:12V 12A 50 Hz;6-8 w/cm2/nm at bed level.

Page No.130
18. All consumables required for installation and standardization of system to be given free of
cost.

19. Shall meet IEC-60601-1-2 :2001(Or Equivalent BIS) General Requirements of Safety for
Electromagnetic Compatibility.or should comply with 89/366/EEC; EMC-directive.

20. The unit shall be capable of being stored continuously in ambient temperature of 0-50deg C
and relative humidity of 15-90%.

21. The unit shall be capable of operating continuously in ambient temperature of 20-30 deg C
and relative humidity of 15-90%.

22. Power input to be 220-240VAC, 50Hz.

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

24. Should be FDA/CE/UL or BIS approved product.

25. Manufacturer should be ISO certfied for quality standards.

26. Electrical safety conforms to standards for electrical safety IEC 60601-1 (OR
EQUIVALENT international/national standard)General requirement for Electrical safety of
Medical Equipment.

27. Comprehensive warranty for 5 years and 5 years CMC after warranty.

28. Should have local service facility .The service provider should have the necessary
equipments recommended by the manufacturer to carry out preventive maintenance test as
per guidelines provided in the service/maintenance manual.

29. User/Technical/Maintenance manuals to be supplied in English.

30. List of important spares and accessories with their part number and costing.

31. Log book with instructions for daily, weekly, monthly and quarterly maintenance checklist.
The job descriptin of the hospital technician and company service engineer should be
clearly spelt out.

Page No. 131


Schedule No. : 37
Tender Code : 15-35/2016-LH(S)

SPECIFICATIONS FOR PATIENT WARMING PAD AND CONTROL UNIT

1. It should have following components a) mattress, pad b) control unit c) extension cables

2. It should provide heat and comfort to patient and keep the body temperature at a constant
level.

3. The mattresses should have visco-elastic foam rubber and silicon fibers as filling and
support material.

4. They should also provide pressure relief to patient.

5. The equipment should have working temperature of -10 celsius to +40 celsius.

6. The equipment should have storage temperature of -10 celsius to +55 celsius.

7. Mattress should have length of 100-120 cm.

8. Mattress should have breadth of 50-60 cm.

9. Power control unit: input power 220-240 VAC, 50 Hz/60 Hz, 24 VAC/24 VDC/12 VDC, 90
W-280 W.

10. Cable length: mattress cable- 1 meter, extension cable- 2 meter.

11. Auto temperature cut off safety should be there.

12. It should be US FDA/European CE/BIS approved product.

13. Manufacturer/supplier should have ISO certification for quality standards.

14. Comprehensive warranty for 2 years and 5 years comprehensive maintenance service after
warranty. The cost of CMC must be quoted in the price bid.

Page No. 132


Schedule No. : 38
Tender Code : 15-36/2016-LH(S)

Technical Specifications for Transport Incubator

1. Required for transportation of premature babies and neonates and it can be used for long
distance transportation.

2. It should be mobile intensive care station including transport ventilator, incubator, and
power supply unit and infusion stand.

3. It should be mounted on collapsible trolley having lockable rust free castors of the size 4
inches or more and with two A type Aluminum oxygen cylinders on rack under the
Incubator.

4. Single walled incubator with at least two large port holes for access. Iris ports for ventilator
& other tubings. Bed level at least 80 cms. above ground level. Two shelves cabinet with
door.

5. Width: app 80 cm+ 5 cms. , Depth 30 cm + 5 cm, height 115 + 5 cms, Mattress to hood
distance at least 30 cms.

6. Air Mode: adjustable set temperatures between 20 – 39 C. Display of set temperatures with
resolution of 0.1 C. Skin mode adjustable set temperatures between 34 – 38 C. Display of
set temperatures with resolution of 0.1 C.

7. Alarms of High , Low and Probe failure for the set air mode up to +2.5 C and skin mode of
+ 0.5 C of temperature.

8. Oxygen monitor in incubator hood with display of 21 – 100% Oxygen alarms for high, low
and probe failure.

9. Heart and Oxygen saturation monitor: Fixed, built monitors, dual wavelength probe for
Oxygen saturation with Digital LED display for Heart rate and Oxygen saturation. Alarms
for high and low for Heart Rate, Oxygen saturation and probe failure.

10. The system should have an internal rechargeable maintainence free battery to ensure
continued functioning of the unit for at east 4 hours during transport. It should have
automatic switch circuit for change over from battery to AC and vice versa.

11. One suction apparatus with negative suction pressure of 5- 120 mm Hg should be provided.
IV fluid stand should support two infusion bottles.

12. One Syringe infusion pump with stand compatible with 10, 20, and 50 ml syringes
compatible with locally available brand of syringes. Range of infusion rate 1 – 99 ml / hr.in
steps of 0.1ml. Display infusion rates.

13. Alarms for occlusions, end of infusion with internal rechargeable battery should be provided
along with the quoted price.

Page No. 133


14. Height less than 60”, depth less than 30”, width 33”-36”. Weight 90-100 kg.
With wheel mounted. (All dimensions in approximation of +/-10%)

15. The unit shall be capable of being stored continuously in ambient temperature of 0 -50deg C
and relative humidity of 15-90%.

16. The unit shall be capable of operating continuously in ambient temperature of 10 -40 deg C
and relative humidity of 15-90%.

17. Power input to be 220-240VAC, 50Hz.

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

19. User/Technical/Maintenance manuals to be supplied in English.

20. List of Equipments available for providing calibration and routine Preventive Maintenance
Support. as per manufacturer documentation in service/technical manual.

21. Log book with instruction for daily , weekly, monthly and quarterly maintenance checklist.

22. The job description of the hospital technician and company service engineer should be
clearly spelt out

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

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

25. Product should be FDA/CE or ISI approved.

26. Comprehensive warranty for 2 years and provision of CMC for next 5 years.

Page No.134
Schedule No. 39
Tender Code No. 11-17/2016-LH(S)

Specifications for Automatic Slide Stainer


1. The Instrument should be compact, equipped with robotic arm for X-Y-Z directional

movement, space saving with continuous washing of slides with fresh water.

2. High slide throughput up to 400 slides/hour depending on the program selected.

3. The machine should be programmable, so that multiple racks (at least 11 slide racks

together if necessary, each rack accommodating 30-40 slides) can be run

simultaneously, at different stages of staining. The racks should be made of

corrosion resistant hard plastic and two sets of racks should be provided with

machine at no extra cost.

4. Should be programmable for routine H & E & other special stains , in multiple

batches to continuous loading, with parallel processing..

5. Minimum 25 reagent stations of at least 400ml capacity including wash stations.

6. Programmable for up to 15 programs or more, of up to at least 25 steps with

incubation time setting from 0 sec to 99 min or more.

7. Continuous loading and unloading of slides via Rack entry and exit of machine.[For

parallel processing]

8. Gentle vibration to slide rack during lifting to reduce carryover contamination

9. Provision of interrupting an automatic process for reloading or removing cassettes


before the end of a run must be there.

10. Easy-to-clean and resistant surfaces made out of polyester epoxy resin or stainless
steel.

Page No. 135


11. LCD Screen display of time, date and cycles with touch controls and menu.

12. Audible remote alarm to signal possible problems, errors and reagent change etc.

13. A fume hood completely covering the slide plates to prevent hazardous fumes from

entering the lab area and an activated charcoal filter to minimize solvent vapors

should be provided.

14. Can be connected with any make automatic cover-slipper.

15. Suitable UPS with maintenance free batteries for minimum 1-hour back-up should

be supplied with the system at no extra cost.

16. A portable tool set should be supplied with each machine for minor technical need at
no extra cost.
17. The unit shall be capable of being stored continuously in ambient temperature of 0 -

50deg C and relative humidity of 15-90%.

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

adaptor and battery unit should be supplied with the instrument with attached

hospital grade Indian plugs.

19. Should be compliant to ISO 13485: Quality systems - Medical devices - Particular

requirements for the application of ISO 9001.applicable to manufacturers and

service providers that perform their own design activities.

20. Should be compliant with IEC 61010-1: covering safety requirements for electrical

equipment for measurement control and laboratory use.

21. Should be FDA or European CE approved product.

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

system.

Page No. 136


23. Certificate of calibration and inspection from factory.

24. Compliance Report to be submitted in a tabulated and point wise manner clearly

mentioning the page/para number of original catalogue.

25. User/Technical/Maintenance manuals to be supplied.

26. Warranty 5 years.

27. CMC 5 years.

28. Practical demonstration if required.

Page No. 137


Schedule No. 40
Tender Code No. 11-18/2016-LH(S)
DECA-HEADED MICROSCOPE

1. MICROSCOPE BODY Ergonomic design microscope body with built-in


fly-eye lens for uniform illumination through out the field
of view incl. periphery.

2. MAGNIFICATION 20x-1000x for observation

3. OPTICAL SYSTEM Infinity corrected optical system

4. EYEPIECE TUBE Siedentop design super wide field trinocular tube,


should be inclined at 15 to 35 degree angle (F.O.V.
22mm)
5. EYEPIECE LENS 10x (2pcs) with both sides diaopter adjustment (F.O.V.
22mm) should be anti fungus type.

6. OBJECTIVES High NA & long working distance objectives as specified


below

i. Plan achro 2x
ii. Plan achro 4x
iii. Plan achro 10x ,
iv. Plan achro 20x
v. Plan flourite 40x
vi. Plan flourite 100x oil

7. NOSE PIECE Reversed sextuple (six position) revolving nosepiece


to accomodate six objectives at a time

8. COARSE /FINE FOCUSING Fine 0.1mm per rotation/coarse 14mm per


rotation.Coarse motion torque adjustable. Refocussing
stopper should be incorporated

9. STAGE Ceramic coated surface, stay in position stage handle,


stage handle height & tension should be adjustable
with capacity to hold two glass slides at a time.

10. CONDENSER Universal condenser with NA 1.25

Page No. 138


11. ILLUMINATION Built-in Koehler illumination for transmitted light white
LED (pre centered) with lifespan of at least 50,000 hrs or
more. Three (3) spare white illumination bulbs should be
supplied with each unit with no extra cost. Controlling
knob should be given. The life time working hour of the
quoted bulbs should be mentioned. The adapters should
be supplied.

12. PHOTO SWITCH Built- in auto photo preset switch

13. POLARIZER AND ANALYZER One set of polarizer and analyzer should be provided
with each microscopes at no extra cost. Analyzer
socket should be there in the central body of the
microscope.

14. POINTER(arrow) Should be inbuilt into the microscope

15. TEACHING ATACHMENT Should be for ten persons


(1+9) for simultanious viewing (incl. main observer).
binocular tube of teaching attachment should also be
anti-fungus type & should give similar viewing (22 mm
fov) as main observer alongwith pointer unit. pointer of
teaching attachment should be moved on any direction
(360º rotatable)
(Both eye pieces should have diopter adjustments for
all secondary observers)

16. UPS- Microscope should be supplied with a suitable UPS


(atleast 3.5kva) for atleast 2 hrs backup capacity

17. Warranty: 5 years comprehensive including spares


(Spare parts should be available for 10 year after
installation)

18. CMC 5 years.

Page No. 139


19. ACESSORIES: a) Apart from the spare bulbs and lens cleaning paper (at least 10
packs with each unit), at least 2 units of branded research grade
immersion oil units should be supplied at no extra cost.
b) A portable tool set should also be supplied with each unit at no extra
cost.
g) A glazing granite top table, strong enough, should be supplied with
the each microscope units for adequate installation. Enough open space
should be available for writing purpose.
h) 10 Cushioned stools with backrest, height adjustable, 360 rotatory
with wheels and footrest should be supplied with table. The price of the
table and stools, should not be separately quoted.
i) 2 bottles of lens cleaning solution should be provided with each unit.
j) IQ/OQ/PQ of equipment’s must be done at the time of installation at
no additional cost.
20. Power input to be 220-240VAC, 50Hz fitted with Indian plug. Compatible external

adaptor and battery unit should be supplied with the instrument with attached hospital

grade Indian plugs.

21. Should be compliant to ISO 13485: Quality systems - Medical devices - Particular

requirements for the application of ISO 9001.applicable to manufacturers and service

providers that perform their own design activities.

22. Should be compliant with IEC 61010-1: covering safety requirements for electrical

equipment for measurement control and laboratory use.

23. Should be FDA or European CE approved product.

24. Certificate of calibration and inspection from factory.

25. Compliance Report to be submitted in a tabulated and point wise manner clearly

mentioning the page/para number of original catalogue.

26. User/Technical/Maintenance manuals to be supplied.

27. Practical demonstration if required.

Page No.140
Schedule No. 41
Tender Code No. 11-19/2016-LH(S)

Advance Fluorescence Microscope with Accessories


1. Microscope should have reversed sextuple revolving nose piece to accommodate six
objectives at a time
2. Magnification: 20x/25x-1000x for magnification with Infinity optical system
3. Mech. Tube Length of 200 MM with parafocal distance of 60 MM
4. Siedentopf design super wide filed Trinocular eyepiece tube which should be inclined at 25
to 35 degree angle with field of vision (F.O.V.22 MM) or better. Should be anti-fungus type
5. Eye piece lens: 10X (2pcs) eyepiece lens with both sides Diopter adjustment (F.O.V.
22MM or better) should be Anti Fungus type
6. Objectives: High numerical aperture (N A) objectives (Japanese/ German type) specified as
below

I. PLAN ACHRO 2X/2.5X


II. PLAN ACHRO 4X
III. PLAN ACHRO 10X ,
IV. PLAN ACHRO 20X
V. PLAN FLOURITE 40X
VI. PLAN FLOURITE 100X OIL

7. Fine and coarse focusing: Fine- 0.1MM/ rotation, Coarse-14MM/ rotation. Coarse motion
torque adjustable refocusing stopper should be incorporated.
8. Stage: Rectangular mechanical stage with double slide holding capacity
9. Achromatic swing out condenser N.A.0.90/0.22
10. 12V-100W Halogen Lamp (100-240V) ( 6 Numbers )
11. Built-in auto photo preset switch
12. Immunoflourescence: 130W precentered mercury light illuminator with long lamp lifetime
for Fluorescence
13. Six fluorescence filter blocks in rotating turret which should prevent stray light from the
reflector from entering the optical path. .
- Filter block for blue
- Filter block for green

Page No. 141


- Filter block for UV
14. Polarizer and analyzer for polarized light examination should be provided with microscopy.
15. Digital High resolution scientific CMOS/CCD color camera of Chip size should-be
(36X23mm) / 2/3”, resolution of at-least 12.5 MP or more, 30-40 frame per second live
display, Live cell imaging. Camera should be capable to capture BF/PH/Fluorescence
images.
16. Basic research Image analysis software for histological application
Note:- Microscope, camera and software should be from same manufacturer for better
compatibility for avoiding non compatibility of drivers of the hardware.
15. Teaching attachment: Should be for two person (1+1) for simultaneous viewing (incl. main
observer). Binocular tube of teaching attachment should also be anti-fungus type & should
give similar viewing (22 mm F.O.V.) as main observer alongwith pointer unit. Pointer of
teaching attachment should be moved on any direction (360º rotatable)
16. Data collection and processing unit: Computer Branded, 3 ghz octacore intel core i5 or
more, 4 GB DDR 3 RAM or more, dvd writer, 1(one) TB or higher HDD, 21”or larger
LED-backlit TFT screen, 1920 x 1080 pixels resolution, 4 USB 2.0 ports SD card slot along
with color laser jet printer

17. UPS- for microscope and computer (atleast 3.5kva)

18. Warranty- 5 years warranty & 5 years CMC inclusive of the computer & UPS.

19. ACESSORIES: a) Apart from the spare bulbs and lens cleaning paper (at least 10 packs
with each unit), at least 2 units of branded research grade immersion oil units should be
supplied at no extra cost.
b) A portable tool set should also be supplied with each unit at no extra cost.
c) 2 bottles of lens cleaning solution should be provided with each unit.

20. Power input to be 220-240VAC, 50Hz fitted with Indian plug. Compatible external adaptor
and battery unit should be supplied with the instrument with attached hospital grade Indian
plugs.

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

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

Page No.142
23. Should be FDA or European CE approved product.

24. Certificate of calibration and inspection from factory.

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

26. User/Technical/Maintenance manuals to be supplied.

27. Practical demonstration if required.

Page No.143
Schedule No. 42
Tender Code No. 11-20/2016-LH(S)

Specification for Semi- Motorized Rotatory Microtome

1. Rotary high precision microtome with motorized feed system and manual sectioning of
paraffin blocks
2. Mechanical automated feeding system
3. Integrated lockable hand wheel capable of being locked in any desired position.
4. Paraffin block sections waste tray.
5. Section thickness range: 1-100 micrometres (maximum 5% variations only)
6. Trimming range: 10-30 micrometres (5% variations)
7. Object orientation X/Y axis 8 degree and Z axis 360 degree.
8. Stable knife and blade holder to ensure that no vibration occur when section is being cut
9. Specimen retraction should occur in return stroke
10. Capable of cutting paraffin as well as epoxy resin blocks
11. Holder for both high and low profile disposable steel blades and steel knives should be
provided separately for each microtome.
12. Automatic positioning return at the end of cycle.
13. Should be FDA or European CE approved product.

14. Accessories should be supplied at no extra cost:


 20 pack of 50 blades each low profile and 20 packs of high profile stainless steel
microtome blades of high quality should be supplied with each microtome at no
extra cost.
 Lubricant machine oil bottles- 2, with each microtome.
15. Warranty: 5 years comprehensive including spares and CMC for next 5 years
16. Practical demonstration if required

Page No.144
Schedule No. 43
Tender Code No. 11-21/2016-LH(S)

Quick cooling cold plate unit


1. Should be capable for quick intense cooling of Histology blocks.

2. Cooling unit made up of high grade steel.

3. Should accommodate at least 150 blocks

4. Should have Temp settings from 0 to - 35 deg C.

5. Environment friendly refrigerant.

6. Should work on 230 volts, 50 Hz

7. USFDA or European CS approved.

8. 2 years warranty

9. 5 years CMC rates should be quoted in Price Bid,

Page No.145
Schedule No. 44
Tender Code No. 11-22/2016-LH(S)
AUTO REFRACTOKERATOMETER
The unit should be with the following superior features:
1. Automatic radius measurement

2. Automatic peripheral measurement

3. It should have adjustable tilt Colour LCD Monitor • Active accommodation relaxation
4. IOL measuring mode

5. Reliable PD measurement

6. Large cylinder measuring range up to 10 D

7. Measurement as from 2.3 mm pupillary diameter

8. In-built printer with paper cutter function – auto save mode


Technical Specifications: Refraction measurement

9. Sph - 25.0D  + 25.0 0.01 / 0.12 / 0.25 D. steps

10. Cyl 0 to + / - -10D IN 0.1 l 0.2 / 0.5 D. steps

11. Axis 0° to 180° in 1 ° steps

12. Automatic measurement (release) in the case of correct centering

13. 1 to 10 automatic measurements possible


Radius measurement

14. Surface refraction power 33.75 D67.5 D in 0.01 / 0.12 / 0.25 D. steps

15. Radius 5.0 - 10.0 mm in 0.01 mm steps

16. Cylinder size 0 - 9.0 D(Axis 0° to 180° in 1 ° steps)


17. Cornea vertex distance 0 1 10 / 12 / 13.5 / 15 mm Min. pupillary diameter 2.3 mm
18. Pupillary distance Up to 85 mm in 1 mm steps Printer Internal thermal printer with cut-off facility Monitor 14.5
cm colour LC display
19. Outputs RS232C and Video NTSC
20. Motorized table
21. C.V.
22. Safety certificate form a competent authority CE/FDA(US) / STQC CB certificate STQC S
certificate or valid detailed electrical and functional safety test report from ERTL.
23. CMC for five years and warranty for two years.
24. CMC rates should be quoted separately.
25. Demo will be taken.

Page No.146
Schedule No. 45
Tender Code No. 11-21/2016-LH(S)

AUTO LENSMETER
1. Measurement Range : Sphere -25D/+25D (0.01/0.12/0.25D Step
2. Cylinder (C) O-±1OD (0.01/0.12/0.25D Step)
3. Axis (A) 1-180”(1”step)
4. Addition 0-+ 10 D (0.01/0.12/0.25D Step
5. Prism 0-1 OLi. (0.01/0.12/0.25Li Step
6. Wavelength :660 nm
7. Lens : Glasses Lens, Hard/ Soft Contact Lens
8. Lens Size : Max 100 mm
9. Monitor : 5.7 inch LCD Monitor (Colour)
10. Printer : Thermal Printer (Width 58mm)
11. Output Power : Via RS- 232C Interface
12. Power Save : OFF,3,5 10Min. (Selectable)
13. Two Year Warranty
14. Five Year CMC

Page No.147
Schedule No. : 46
Tender Code : 15-37/2016-LH(S)

Technical Specifications of the Ureterorenoscope 4-6 Fr

1. Compact

2. Should be FDA/CE/BIS approved product.

3. Manufacturer should have ISO certification for quality standards.

4. Shall meet the safety requirements as per IEC 60601-2-27:1994—Medical electrical


equipment—Part 2: Particular requirements for the safety of electrocardiographic
monitoring equipment.

5. Comprehensive warranty for 2 years and 5 years CMC after warranty. CMC rates
should be quoted in Price Bid as per schedule.

6. Should have local service facility .The service provider should have the necessary
equipments recommended by the manufacturer to carry out preventive maintenance
test as per guidelines provided in the service/maintenance manual.

Page No.148
Schedule No. :47
Tender Code : 15-38/2016-LH(S)

Technical Specification for Oesophageal bogies

1. Oesphageal bougie size 7


2. Oesphageal bougie size 8
3. Oesphageal bougie size 9
4. Oesphageal bougie size 10
5. Oesphageal bougie size 11
6. Oesphageal bougie size 12
7. Oesphageal bougie size 13
8. Oesphageal bougie size 14
9. Oesphageal bougie size 15
10. Oesphageal bougie size 16
11. Oesphageal bougie size 17
12. Oesphageal bougie size 18
13. Oesphageal bougie size 19
14. Oesphageal bougie size 20
15. Oesphageal bougie size 21
16. Oesphageal bougie size 22
17. Oesphageal bougie size 23
18. Oesphageal bougie size 24
19. Oesphageal bougie size 25
20. Oesphageal bougie size 25
21. Oesphageal bougie size 27
22. Oesphageal bougie size 28
23. Oesphageal bougie size 29
24. Oesphageal bougie size 30
25. Oesphageal bougie size 32
26. Oesphageal bougie size 34
27. Oesphageal bougie size 36
28. Oesphageal bougie size 38
29. Oesphageal bougie size 40

Page No.149
Schedule No. : 48
Tender Code : 15-40/2016-LH(S)

Specification for LED Phototherapy Units

1. Microprocessor controlled LED phototherapy units (with stand).


2. Work at wavelength 420-490 nm.
3. Irradiance 30 – 40 micro /cm 2.
4. LED bulbs life should not be less than 20,000 hrs.
5. Adjustable irradiance.
6. Sturdy base with castors and lock.
7. Should have a pivoting arm.
8. Adjustable height from maintaining average distance of 45 cm from mattress.
9. Clock to show total hours of treatment.
10. The department will like to have a live demonstration of the equipment in case
needed.
11. The company should give the certificate that the model quoted is not obsolete; &
spares will be available for next 10 years from the date of installation.
12. Desirable to have service base in Delhi/ NCR with response time of less than 24 hrs.
13. The equipment should be environment safe as per safety standards.
14. Should be electricity hazard safe as per safety standards.
15. Catalogue/Brochure should be submitted along with technical bid mentioning each
and every point of technical specification.
16. Should qualify the quality standards of European CE / FDA.
17. 2 years warranty and rates for 5 years CMC post warranty should be quoted in the
price bid for due comparison.
18. Rates for consumables to be quoted and frozen for 2 years from date of installation.

Page No.150
Schedule No. : 49
Tender Code : 15-41/2016-LH(S)

Specifications for NIBP (Non Invasive Blood Pressure) Monitor for


Neonates

1. NIBP 2-Parameter vital signs monitor with SpO2 by Massimo/NELLCOR Technology,


2. Should display systolic, diastolic and mean arterial pressures in mmHg.
3. Display screen should be 6 inches or more.
4. With all size neonatal cuffs; reusable and a set of disposable.
5. Should work on oscillometric technique.
6. Compact size in multi parameter device.
7. Sensitivity and specificity of low perfusion and moving artefact protection.
8. 72 hours of trending and strong battery capacity.
9. Automatic blood pressure mode: Min. 5 minutes to max. 6 hours interval.
10. The department will like to have a live demonstration of the equipment in case needed.
11. The company should give the certificate that the model quoted is not obsolete; & spares will
be available for next 10 years from the date of installation.
12. Desirable to have service base in Delhi with response time of less than 24 hrs.
13. The equipment should be environment safe as per safety standards.
14. Should be electricity hazard safe as per safety standards.
15. 2 years warranty and rates for 5 years CMC post warranty should be quoted in the price bid
for due comparison.
16. Should qualify the quality standards of European CE / FDA, wherever required.
17. Catalogue/Brochure should be submitted along with technical bid mentioning each and
every point of technical specification.
18. Rates for consumables to be quoted and frozen for 2 years from date of installation.

Page No. 151


Schedule No. : 50
Tender Code : 15-42/2016-LH(S)

Specification of Electronic Baby Weighing Scale


1. Max. Capacity: upto 20 Kg.
2. Error should not more than + 2 gms.
3. Durable, Moulded MS Baby Tray
4. Feather touch key
5. Zero setting facility
6. Hold facility for accurate weighing of active babies
7. Built in infant meter (Desirable).
8. Electronic damping facility to be present
9. User friendly calibration facility
10. Operating voltage: 220 V – 50 Hz AC
11. Battery back up
12. Approved By Weights and Measurements Department, Govt. of India.
13. The equipment should be environment safe as per safety standards.
14. Should be electricity hazard safe as per safety standards.
15. The department will like to have a live demonstration of the equipment in case
needed.
16. Catalogue/Brochure should be submitted along with technical bid mentioning
each and every point of technical specification.
17. Should qualify the quality standards of European CE / FDA, wherever required.
18. 2 years warranty and rates for 5 years CMC post warranty should be quoted in the
price bid for due comparison.
19. Rates for consumables to be quoted and frozen for 2 years from date of
installation.
20. Availability of spares from installing date must be there for a period of atleast 10
years.
21. Desirable to have service base in Delhi/NCR with response time of less than 24
hrs.

Page No.152
Schedule No. : 51
Tender Code : 15-43/2016-LH(S)

Specification for Flux Meter


1. To measure field with auto change scale (1 to 1999 µw/cm2).
2. Frequency field 400-500 nm.
3. Work temperature 0-500C.
4. Humidity 0-95%.
5. Backed by 9 volt battery & power current DC 5.3mA.
6. Autonomy 300 hours.
7. Low Battery signal.
8. Instrument to be supplied with a probe in a leather case.
9. Provision for Data hold button.
10. Zero adjustment by push button switch.
11. LCD contrast for adjusting contrast of the display.
12. Fibre body.
13. The equipment should be environment safe as per safety standards.
14. Should be electricity hazard safe as per safety standards.
15. Catalogue/Brochure should be submitted along with technical bid mentioning each
and every point of technical specification.
16. Should qualify the quality standards of European CE / FDA, wherever required.
17. 2 years warranty and rates for 5 years CMC post warranty should be quoted in the
price bid for due comparison.
18. Rates for consumables to be quoted and frozen for 2 years from date of installation.
19. Availability of spares from installing date must be there for a period of atleast 10
years.
20. The department will like to have a live demonstration of the equipment in case
needed.
21. Desirable to have service base in Delhi with response time of less than 24 hrs.

Page No. 153


Schedule No. : 52
Tender Code : 15-44/2016-LH(S)

Specifications of Hospital Grade Breast Pumps

1. Hospital grade: easily cleaned for use by multiple mothers and made of heavy duty and
maintenance free construction.
2. Double pump: must be able to pump both breasts at the same time to get more and
better quality milk.
3. Vacuum control: easily adjustable vacuum control to ensure the mother can use the
maximum volume that is still comfortable.
4. Two phase expression technology: designed to mimic a baby’s natural nursing rhythm.
Stimulation and expression.
5. Two separate, independent membrane units: allows switching between single and
double pumping by simply applying or removing the second collection kit to the breast
6. Flow control: The pump’s kit is separate from the pumping mechanism and protected
from overflow by a specially designed membrane.
7. Mandatory accessories/consumables
 Disposable collection bottles – 30 PCS
 Reusable pump set – 1 PC
8. Pump should be portable, weight less than 4 Kgs.
9. Breast pump with rechargeable battery: equipped within 2 internal rechargeable
batteries.
10. Rates for consumables/spares to be quoted separately and frozen for 2 years after
warranty.
11. The department will like to have a live demonstration of the equipment in case
needed.
12. Catalogue/Brochure should be submitted along with technical bid mentioning each and
every point of technical specification.
13. Should qualify the quality standards of European CE / FDA, wherever required.
14. 2 years warranty and rates for 5 years CMC post warranty should be quoted in the
price bid for due comparison.
15. Availability of spares from installing date must be there for a period of atleast 10
years.

Page No.154
16. Desirable to have service base in Delhi/NCR with response time of less than 24 hrs.
17. The bidder must be a manufacturer or its authorized agent.
18. The equipment should be environment safe as per safety standards.
19. Should be electricity hazard safe as per safety standards.

Page No.155
Schedule No. 53
Tender Code No. 11-24/2016-LH(S)
Specification of Ultrasonic Pachymeter
1. Probe 10 MHz solid probe
2. Accuracy 5 μm
3. Range 200 to 1300 μm
4. Minimum indicated unit 1 μm
5. Measured part - Corneal thickness up to 25 points can be memorized
6. IOP correction Available
7. CMC for five years and warranty for two years.
8. CMC rates should be quoted separately.
9. Demo will be taken

Page No.156
Schedule No. 54
Tender Code No. 11-25/2016-LH(S)
TECHNICAL SPECIFICATION OF HAND HELD FUNDUS CAMERA
1. Non- Mydriatic Digital Fundus Camera with a field of view of at least 30 degrees.
2. At least 5 MP camera sensor resolutions.
3. Nine internal fixation targets.
4. Focus range from – 18D to + 18D or more.
5. Minimum pupil size of 3.5mm or less.
6. Color, Red-free & IR Photography types should be possible.
7. Display size of 2” or more LCD screen.
8. DICOM Compatible and should have various image and video formats.
9. WI-FI / LAN & USB connectivity.
10. Sufficient memory storage of atleast 100 pictures with good battery capacity of three
hours or more.
11. Suitable company’s original viewing and capturing software.
12. Laptop computer of suitable configuration compatible with camera to be provided.
13. CMC for five years and warranty for two years.
14. CMC Rates should be quoted separately.

Page No. 157


Schedule No. 55
Tender Code No. 11-27/2016-LH(S)

CRANIOTOMY SET INSTRUMENTS

The instruments should be light weight, finally balanced.


Material used should be high quality surgical grade stainless steel that provides superior
corrosion resistance and precision.
Instruments should be FDA and CE approved.
A certificate from the principal company mentioning the location of their manufacturing
factory (city and country).
Physical demonstration is a must.

No. of
S NO. DESCRIPTION.
pieces
1. Pennybacker Periosteal Elevator. Sharp, 6 mm. (1/4 in.) wide, curved. 04
2. Hudson brace non-glare 10" Made of non- rusted stainless steel screw 04
tightening
3. Hudson brace non-glare 10" stainless steel Snap chuck system 04
4. Extension piece, to use with Hudson brace, for operations on cerebellum. 04
5. Hudson Perforator original standard model, 10mm, 12mm, 15mm, 02 each
17mm,18mm,20mm.
6. Burs Conical burs, 9mm, 11mm, 13mm, 16mm,17mm,19mm diameter. 02 each
Non-glare finish
7. McKenzie Skull Perforator Drill, conical. Non-glare finish. 02
8. Gigli saw guide and protector, stainless steel, stain finish. Non-glare finish 10
9. Gigli Saw Handle stainless steel 06
10. Adson Skull Drill-guide and Brain-protection Forceps, improved model, 02
stainless steel.
11. B.P. handle no. 3 & 5 12 each
12. B.P. handle no. 4 12
13. Sargent dural mater elevator, with groove for stellate incisions. 02
14. Adson curved periosteal elevator, 5mm,7mm,10mm, wide. 03
15. Periosteum Elevator 6mm, 8mm,10mm slightly curved in light weight 04
stainless steel handle for firm gripping & lesser fatigue, 190mm, 7 1/2"
16. DANDY Scalp Hemostatic Forceps, curved on side, 5 1/2" (140mm), 50
bright finish serrated
17. MICRO-ADSON, Micro Forceps serrated jaw 120 mm, 4 3/4" 02
18. MICRO-ADSON, Micro Forceps serrated jaws 150 mm, 6" 02
19. MICRO-ADSON-BIEMER, Micro Forceps 1 x 2 teeth, 120 mm, 4 3/4", Tip 02
Width: 1.7mm
20. MICRO-ADSON, Micro Forceps 1 x 2 teeth, 120 mm, 4 3/4" 02
21. MICRO-ADSON, Micro Forceps 1 x 2 teeth, With platforms 120 mm, 4 02
3/4"
22. MICRO-ADSON, Micro Forceps 1 x 2 teeth, 150 mm, 6",8" 02

Page No.158
23. Adson Bayonet Shaped Dissection Forceps, serrated, 1x2 teeth 191 mm 02
(7 1/2")
24. Cushing Bayonet Tissue Forceps, dissecting end, 197 mm. (7 3/4 in.), 1 x 02
2 teeth, stainless steel
25. Adson bayonet shaped dressing forceps with fine serrated ends, 178mm 02
(7").
26. Cushing bayonet dressing forceps, dissecting end, 184mm (7 1/4") 02
stainless steel.
27. Cushing Bayonet Dressing Forceps, dissecting end, 197 mm. (7 3/4 in.), 02
stainless steel.
28. Gerald dressing forceps with slender neck and serrated point, 178mm 02
(7").
29. Gerald dressing forceps with slender neck and 1 x2 teeth 178mm (7"). 02
30. Rampley sponge holding forceps 10
31. Adson Rectangular dural Hook, sharp, fine, 191 mm. (7 1/2 in.) 02
32. FRAZIER Type Dural Hook, sharp. Length: 5”(127mm). Tip 02
Diameter:(2mm)
33. FRAZIER Type Dural Separator, tapered blade width 1/16" to 1/8” (2 to 02
3mm), Blade Width: ½”(13mm), Total Length: 6 ½”(165mm)
34. DANDY Type Nerve Hook, straight, blunt. 02
Hook Depth:1/8”(3mm)
Total Length: 7”(178mm)
Tip Diamete:(1mm)
35. DANDY Nerve Hook, straight, blunt 02
Hook depth: 1/8” (3mm)
Total length: 8 5/8” (219mm)
Tip diameter: 1.5mm
36. Mayo-Hegar Needle Holder, Box Joint, 152mm (6”). For 0 to 2-0 sutures 08
37. Mayo-Hegar Needle Holder, Box Joint, 152mm (6”). For 0 to 2-0 04
sutures,Tungsten carbide jaws gold plated bows
38. MAYO'S HEGGAR Needle Holder, Box Joint, (8”). For 0 to 2-0 sutures. 04
39. MAYO'S HEGGAR Needle Holder, Box Joint, (8”). For 0 to 2-0 sutures, 02
Tungsten carbide jaws gold plated bows
40. Neurosurgery Needle Holder, 6" (152mm). For 3-0 to 5-0 sutures 08
41. Neurosurgery Needle Holder, 6" (152mm). For 3-0 to 5-0 sutures, 04
Tungsten carbide jaws gold plated bows
42. Neurosurgery Needle Holder, 8" (200mm). For 3-0 to 5-0 sutures 04
43. Neurosurgery Needle Holder, 8" (200mm). For 3-0 to 5-0 sutures, 02
Tungsten carbide jaws gold plated bows

44. WEITLANER SHARP self retaining retractor, 165mm, 61/2" non-glare 02


finish
45. Cone retractor, self-retaining with hinged arms, for use in 02
ventriculography, 165mm (6 ½”).
46. Jansen self-retaining Retractor, with blunt blades, 114mm, (4 ½”) 02
47. Mollison self-retaining retractor, curved, 165mm (6 ½”). 02
48. Mollison Self-retaining Retractor curved 165 mm. (6 1/2 in.).Small size 2 x 02
2 prongs, for children.
49. Cairns "Rake" Scalp Retractor 4 prong, sharp,semi sharp, blunt 19 mm. 02
(3/4 in.) wide. 210 mm. (8 1/4 in.) long.
50. ADSON cerebellar retractors, self retaining 02
Total Opening: 4 1/2" (114mm)
4X4 sharp prongs, straight shaft
Blade Width: 5/8" (16mm)

Page No.159
Blade Depth: 7/8" (22mm)
Length: 7 1/2" (191mm)
51. ADSON cerebellar retractors, self retaining 02
Total Opening: 4 1/2" (114mm)
4X4 sharp prongs, angular shaft
Blade Width: 5/8" (16mm)
Blade Depth: 7/8" (22mm)
Length: 7" (178mm)
52. ANDERSON-ADSON Scalp retractors, self retaining 02
Total Opening: 4 1/2" (114mm)
4X4 sharp prongs, angular shaft
Blade Width: 3/4" (19mm)
Blade Depth: 5/8" (16mm)
Length: 7 1/2" (191mm)
53. MISKIMON Cerebellar Retractor, angled arms, 7 x 7 sharp prongs. Total 02
length: 7 ½” (191mm), Prong width: 1 ¾” (44mm) Prong depth: 1 ¼”
(32mm), Total opening: 4”
54. STILLE, 230 mm, 9", bone Rongeur. 02
55. Luer-Jansen Rongeur, double action, slightly curved on flat, light model, 02
4mm, bite, 197mm (7 ¾”).
56. Sargent Rongeur, double action, curved on flat, 229mm (9”).
02

57. LUER Type Bone Rougeur, Bite ¼”(6mm), Length 7”(178mm), A. Straight, 02
B. Curved (One each)
58. BEYER (LEMPERT) Type Rongeur, Straight,Curved, Bite 1/16”(2mm), 01
Length 6 1/8”(156mm)

59. ZAUFAL- JANSEN Type Rongeur, double-action, curved. Bite :(4mm x 01


30mm), Length: 6 ¾” (171mm)
60. BACON Cranial Rongeur, angular 01
Bite: 3/16" (5mm)
Length: 7 3/4" (197mm)
61. Echlin (2 x 10mm), 9”, bone Rongeur. 01
62. Echlin (3 x 10mm), 9", bone Rongeur. 01
63. FRYKHOLM, 230 mm, 9", bone Rongeur. 01
64. LEKSELL-STILLE, 240 mm, 9 ½”, bone Rongeur. 01
65. Devilbiss skull channelling forceps, 225mm, plus spare blade. 01
66. Micro suction tips in S.S. diff. Sizes set of eight Non-glare finish.1.5 mm to 01 Set
5 mm 6”
67. Micro suction tips in S.S. diff. Sizes set of eight Non-glare finish.1.5 mm to 01 Set
5 mm. Length: 9 1/2"
68. CONE Ventricular Needles, graduated, 2 holes, Luer Lock Hub Length: 3 06
½” (89mm) (i) 14G. (ii) 16G. (iii) 18G. (02 pieces
each.)
69. CONE Biopsy Needles, sharp open end with blunt obturator, luer lock hub, 02
Length: 3 ½” (89mm), (i) 13G. (ii) 15G. (One each)
70. DANDY Ventricular Needle, graduated in centimeters, 1 hole,14G, 16G, 06
18G. Length: 3 5/8” (92mm) (Two each)
71. METZENBAUM-BABY, Dissecting Scissors, curved, 145 mm, 5 3/4" 02
72. MALIS Type Neurological Scissors, curved, semi-sharped points. Length: 02
7”(178mm)
73. MALIS Type Neurological Scissors, curved, semi-sharped points. Length: 02

Page No.160
7”(178mm),Tungsten carbide jaws gold plated bows
74. Schmieden (or Taylor) dural scissors, angular with probe-pointed under 02
blade, screw-joint, 146mm (5 ¾”).
75. Dandy Trigeminal scissors, double curved, 171mm “(6 ¾”). 02
76. Metzenbaum dural scissors, straight, 178mm (7”) 02
77. Metzenbaum dural scissors, straight, 178mm (7”),Tungsten carbide jaws 02
gold plated bows
78. Scissors sharp, suture cutting 04
79. Towel clips 3/12” 12
80. Towel clips 5” 12
81. American Pattern Spinal Fusion Curettes, straight 150mm.( 6"), 203 mm. 03
(8 in.) long, in SS hollow handle for lesser fatigue & firm gripping - (One each)
Size 4 4.5 mm
Size 5 5.0 mm
Size 6 5.5 mm
82. Julian Taylor Quiver or Scabbard for holding diathermy instruments. 06
Quiver only. Rings only.
83. Hemo Ligating clip applier small size 61/2" 02
84. Hemo Ligating clip applier Medium size 8". 02
85. Yasargil Galea Fish Hooks with spring. 16" (410mm), 9mm 10
86. SPENCE Type Cranioplastic Roller 01
87. Twist Drill for in diff. Sizes 2.8mm and 3.2mm , Length: 3 ¼” (83mm) 02 each
88. SHUNT TUNNELLER ADULT 18", 24" 02
89. SHUNT TUNNELLER PAED.14" 02
90. Leyla self retaining brain retractor set complete with 3 (three) snakes, 01
which should have following components:
a. Flexible arm in satin finish
b. Support only, for flat brain spatulas, fixing to flexible arm.
c. Fixation Base, for skull mounting, holding flexible 2 arms
d. Ball and socket joint, for fixing holding rod to pole of operating table
max. 9 x 32 mm
e. Holding rod, for fixation in ball and socket joint and to take coupling head
f. Coupling Head to take 1-5 flexible arms
91. DAVIS BRAIN RETRACTORS (malleable Brain Spatulas) ,length 200mm 10
,8’’ and width (Two each)
12mm, 9mm 17mm,20mm and 22 mm

92. Sugita Tapered Retractor Blades Both end can be used for retraction. 06
Blade Length: 8” (Two each)
A. 2mm
B. 4mm
C.6mm

93. Sugita Tapered Retractor Blades Both end can be used for retraction. 06
Downward bend. (Two each)
Blade Length: 8”
A. 2mm
B. 4mm
C.6mm.
94. MICRO SCISSORS (SPRING TYPE) BAYONET-SHAPED 02
YASARGIL MODIFIED MEHTA
Micro-scissors straight
250mm, 10"

Page No. 161


95. MICRO SCISSORS (SPRING TYPE) BAYONET-SHAPED, YASARGIL, 02
Micro scissors upwards curved 225 mm, 9"
96. MICRO DISSECTING SCISSORS, BAYONET-SHAPED, YASARGIL, 02
Micro Dissecting Scissors straight, 225 mm, 9"
97. MICRO DISSECTING SCISSORS, BAYONET-SHAPED, YASARGIL, 02
Micro Dissecting Scissors upwards curved, 225 mm, 9"
98. MICRO FORCEPS, BAYONET-SHAPED, YASARGIL, Micro Forceps, 02
Tips 0.6 mm, 220mm, 8 3/4"
99. MICRO FORCEPS, BAYONET-SHAPED, YASARGIL, Micro Forceps, 02
Tips 0.9 mm, 220 mm, 8 3/4"
100. FORCEPS FOR GRASPING TISSUE, TUMORS ETC YASARGIL, Tumor 02 each
Grasping Forceps Jaw flat, serrated, 220 mm, 8 3/4", 3mm, 5mm, 7mm
101. Brigham Brain Tumor Forceps, Diameter of ring jaw 3/8" (10mm), Length: 02
7 3/8" (187mm)
102. DEBAKEY FORCEPS STRAIGHT TIP 2,0mm, 150mm, 6" 02
103. DEBAKEY FORCEPS STRAIGHT TIP 2,0mm, 200mm, 8" 02
104. JAMESON-WERBER 04
Dissecting Scissors curved, 130 mm, 5 1/8"

105. Jacobson probe with ball tip 7 1/4" 02


106. KRAYENBUHL 01 Set
Nerve- and Vessel Hooks 185 mm, 7 1/4" SET OF THREE
107. PENFIELD DISSECTORS, SET OF FIVE 01 set
(1) PENFIELD
Dissector, double-ended
175 mm, 7"
(2) PENFIELD
Dissector, double-ended
195 mm, 7 3/4"
(3) PENFIELD
Dissector, double-ended 195 mm, 7 3/4"
(4) PENFIELD
Dissector, slightly curved 205 mm, 8"
(5) PENFIELD
Dissector double-ended, slightly curved ends.
290 mm, 11 1/2"
108. Micro Dissector curved upward 230 mm, 9". 02
109. Micro Dissector curved downward 230 mm, 9". 02
110. Micro Dissector 4.5mm, 230 mm, 9" 02
111. Ball point probe set of four. 04
(One set)
112. JACOBSON Micro vessel Arachnoids Knife 02
185mm, 7 1/4"

113. Halstead-Mosquito Forceps DELSTR 125 mm 24


114. Halstead-Mosquito Forceps DELCVD 125 mm 24
115. Allis Forceps 5X6 155 mm 24

Page No.162
Schedule No. 56
Tender Code No. 11-28/2016-LH(S)

SPECIFICATION FOR DEFIBRILLATOR


1. Monitor should be compact, light weight and portable with LCD screen.
2. Should be capable of defibrillating and monitoring ECG, SpO2, External pacing as
standard features.
3. ECG: Should be monitored by 3 or 5 leads patient cable.
. ECG monitoring through paddles, pads & electrodes.
i. Should store waveform and events.
ii. Upgradable to 12 lead ECG preferably.
iii. Should have ECG lead selector.

4. Defibrillation through adult and paediatric paddles and pads.


. Energy selector
i. Biphase
ii. External Joules 0-360 with manual setting
iii. Charging time should be minimal.
iv. Defibrillation to be manual, automatic and synchronized.

5. Should have thermal printer incorporated in monitor.


6. Should have rechargeable batteries and A.C. main A.C. main should work even when
battery is discharged.
7. All alarms should be user selected- HR, ECG, Defibrillator, pacemaker.
8. Any further advancement that might be added will be preferred.
9. Warranty 2 year.

10. CMC 5 years. Rates should be quoted in price bid separately.

11. Standard accessories included.


. ECG cable- two sets.
i. SpO2 probe adult and paediatric – two sets.
ii. External Defibrillator paddle adult and paediatric.
iii. Pacemaker cord, pacemaker and 100 pads.
iv. UPS.
v. AC Cable
vi. Internal paddle- Adult, Paed. & Neonate with cable

Page No. 163


Schedule No. 57
Tender Code No. 11-30/2016-LH(S)

Equipment Specifications for Head Light for Neurosurgery

1 Description of Function
Sl
Bidders
Name Technical Specs quoted by bidder Deviation if
any
Surgical headlight illuminate the surgical field and is fitted on the
1.1 head thus permitting hands free for operation and a clear near end
vision is possible.
2 Operational Requirements
Sl
Bidders
Name Technical Specs quoted by bidder Deviation if
any
2.1 State of the art system is required.
3 Technical Specifications
Sl
Bidders
Name Technical Specs quoted by bidder Deviation if
any
Head Light with case
fetures: Light weight/ coaxial rotary/ varianle spot focus.
1. The soft, flexible headpiece should have two way adjustable head
band for maximum comfort .The cross band should be adjustable for
personalized fit.
2. Provision fo Twist locks and cable straps to prevent cable from
slliding, providing tension free head light positioning and increased
comfort.
3.1
3. The headlight should incorporate variable spot focus in coaxial
rotary configuration. The spot size should be 25-80 mm. Focal
distance at least 18 inches.
4. Sterilizable removable joystick for sepositioning of headlight
under sterile condition.
5. Vertical adjustment for precise coaxial placement.
6. At least 90deg. forward tilt for accurate illumination angle.
7. 180 deg. side- to- side rotation.
Light source
1. Single / Twin beam
2. 150 W or more Xenon light source capable of at least 90,000 lux
3.2 of pure cool white light illumination at one meter.
3. A multi-connection turret to plug in any tupe of finer optic bundle
for additional usage would be preferred.
4. Should emit true tissue colour temperature.
3.3 Fiber optic bundle

Page No.164
1. The fiber optic bundle should preferably be reinforced externally
to protect the glass fibers from breaking or burning during extended
use orroutine handling. A cable length of 10 feet would be
preferable.
Mobile Floorstand
3.4 Should be compactwith a small base not exceeding 2 feet and a tilt-
free design.
3.5 Extra Lamps: One dozen.
4 System Configuration Accessories, spares and consumables
Sl
Bidders
Name Technical Specs quoted by bidder Deviation if
any
4.1 System as specified
5 Environmental factors
Sl
Bidders
Name Technical Specs quoted by bidder Deviation if
any
The unit shall be capable of being stored continuously in ambient
5.1
temperature of 0 -50 deg C and relative humidity of 15-90%
The unit shall be capable of operating continuously in ambient
5.2
temperature of 10 -40 deg C and relative humidity of 15-90%
6 Power Supply
Sl
Bidders
Name Technical Specs quoted by bidder Deviation if
any
6.1 Power input to be 220-240VAC, 50Hz fitted with Indian plug
7 Standards, Safety and Training
Sl
Bidders
Name Technical Specs quoted by bidder Deviation
if any
7.1 Should be FDA , CE,UL or BIS approved product
7.2 Manufacturer should be ISO certfied for quality standards.
Should have local service facility .The service provider should have the
necessary equipments recommended by the manufacturer to carry out
7.3
preventive maintenance test as per guidelines provided in the
service/maintenance manual.
7.4 Comprehensive warranty for 2 years and 5 years CMC after warranty
8 Documentation
Sl
Bidders
NameTechnical Specs quoted by bidder Deviation
if any
8.1 User/Technical/Maintenance manuals to be supplied in English.
8.2 Certificate of calibration and inspection.
8.3 List of important spare parts and accessories with their part number and

Page No.165
costing
Log book with instructions for daily, weekly, monthly and quarterly
8.4 maintenance checklist. The job descriptin of the hospital technician and
company service engineer should be clearly spelt out.

Page No.166
Schedule No. 58
Tender Code No. 11-32/2016-LH(S)

ERGOMETRIC CYCLE
1. Should have stable tubular frame, pedal clips & transport wheels
2. Minimum height – 120 cm
3. Display - Large LCD displaying time, speed, distance, calories
burnt, heart rate
4. Maximum speed – 120 RPM
5. Maximum weight capacity – 120 Kgs
6. Adjustable saddle &handlebar
7. Resistance type- non friction, magnetic resistance/ electronic
8. Resistance level- Should have at least 6 resistance levels
9. Should have atleast 5 preset fitness programs and memory to store
at least 5 customized programs.
10.Warranty 2 years
11.CMC 5 years should be quoted in price bid.

Page No. 167


Schedule No. 59
Tender Code No. 11-33/2016-LH(S)

TECHNICAL SPECIFICATION OF ULTRASOUND THERAPY


UNIT

I. It should have the following specifications


1. Ultrasound Frequency : 1 & 3 MHZ
2. Should be microprocessor based
3. Emission mode: continuous & pulsed mode
Duty cycle: 0-100 % in steps of 10%
4. Intensity: 0-2W/cm2 in continuous mode
0-3 W/cm2 in pulsed mode
5. Timer: 0-30 mins. It should have real time (meaning timer should
stop when there is poor contact with skin)
6. Treatment Heads: It should have two multi frequency heads
(having frequency of both 1 MHZ & 3 MHZ)
Heads of size: Small head size 1cm2 (for small areas) & large head size 4-
5 cm2 (for large areas)
7. Contact control : Acoustic or visual or both
8. LCD display of intensity, frequency & treatment time
9. Should have atleast 20 preset programs for common pathologies &
30 memory spaces to store customized programs
10. Should have touch screen function for ease of operation
II. System configuration accessories , spares &consumables
Should include all standard accessories/ cables desired for proper
functioning of the machine
V. Environmental factors
1. Shall meet IEC-606-1-1-2:2001 (or equipment BIS)General
requirement of safety for electromagnetic compatibility or should
comply with 89/366/EEC/EMCDI
2. The unit shall be capable of being stored continuously in ambient
temperature of 0-50oC and relative humidity of 15-90%
3. The unit should be capable of operating continuously in ambient
temperature of 10-40o C and relative humidity of 15-90%
VI. Power supply
Power input to be 220-240 V AC, 50 Hz & appropriately fitted with Indian
plug
VII. Standard, Safety &Training

Page No.168
1. Should be FDA or European CE approved product
2. Manufacture should have ISO certificate for quality standard
3. Comprehensive training for staff
4. Comprehensive warranty for 2 years & 5 years CMC after warranty

VIII. Documentation
1. User/ Technical / Maintenance manual to be supplied in English
2. Certificate of calibration &inspection from manufacturer
3. List of equipment available for providing calibration &routine preventive
maintenance support as per manufacturer service / maintenance manual
4. List of important parts & accessories with their part number & costing for
information only
5. Compliance report to be submitted in a tabulated and point wise manner
clearly mentioning the page/ page number with authenticated catalogue,
manual, without which it will not be considered.

Page No.169
Schedule No. 60
Tender Code No. 11-34/2016-LH(S)

SPECIFICATION FOR TRANSPORT MONITOR

1. Should have color LCD/LED display with large numeric.

2. Should be portable and not weigh more than 8-10 lbs.

3. Should be able to monitor during transportation

4. Should be compact and rugged design

5. Should have integrated power moddules supply and battery

management system.

6. Battery backup should be for more than 2 to 4 hours with all

parameters.

7. Display size should be 6”-8” in diagonally.

8. Should be able to continuously monitor 3 channel ECG/Resp., spo 2 ,

NIBP, IBP/Temp.

9. The monitor software/hardware should be upgradeable.

10. The equipment should be quoted with following accessories.

a. ECG Leads.
b. SPO2 Probe
c. NIBP
d. IBP
e. Temp. Probe
It should have two years warranty and five year comprehensive maintenance
contract after warranty

Page No. 170


Schedule No. : 61
Tender Code : 15-45/2016-LH(S)

Specifications for Neonatal and Infant Ventilator with Humidifier

The product offered must conform to the following minimum requirements:-


1. The ventilator head should have an online UPS / battery back-up for a minimum of
two hours, which must activate instantly upon power failure with an audio visual
alarm for power failure. The alarm must get reset automatically when the power is
resumed.
2. The Control setting should allow( +/-5% variations permissible )
a) Vt : 2-100 ml
b) Breaths rate : 2~ 60 bpm or higher
c) I Time : 0.1 ~ 2 sec.
d) E Time : 0.2 ~ 30 sec.
e) Leak Compensation : Up to 40 %
f) Oxygen through blender integrated 21~ 100%
g) Pressure : up to 50 cmH20
3. Real time simultaneous display of at least one or more of the waveform from choice
of Flow, Pressure and simultaneous display of 2 loops with one waveform with screen
sizer at least 10“.
4. The flow sensor should be of Proximal End technology.
5. There should be all general exhaled parameters and also C20/C compliance
coefficient, RVR & Time constant.
6. Modes of ventilation must include :
a) Non Invasive Ventilation through nasal prongs or Face Masks with
compete kit.
b) DuoPAP / BiPAP / Dual Pressure Levels
c) Nasal High Flow Therapy either as a mode built in or a stand-alone
device.
d) Conventional Pressure Limited Time Cycled ventilator with PSV, SIMV
functions
7. There should be facility of setting Volume Guarantee mode and also Volume Limit
functions.
8. Servo controlled humidifier suitable for heater wire circuits both reusable and
disposable.
9. Facility of flow triggering and patient triggered breaths must be distinguished by
different color to view the status of breathing patterns at a glance.
10. The scope of supply with EACH Ventilator must include the following :
a) Proximal flow sensors 25
sets
b) Disposable, spiral wire Heated inspiratory, complete circuit with chamber
25 sets
c) nCPAP generator circuits, SPU, complete with nasal prongs 3 sizes , bonnet etc.
25 sets.
d) Servo Controlled Humidifier.
1 set.

Page No. 171


e) High Pressure Hoses 3 mt. for the Oxygen and Air
1 pc each.
f) Additional Exhalation Valve Body, Reusable, Autoclavable
1 pc each.
g) Additional exhalation valve diaphragm, if applicable
2 pc.
h) Additional Flow sensor for Neonatal, Reusable, Autoclavable, 2 pc.
i) Additional Heater wire; Temperature Probe and neonatal Jar for humidifier 1
pc each.
j) Pedestal stand on 4/5 wheels, 2 of which are lockable, fitted with 3-stage filter
(auto-drain for water, Dust>5 µmand Mist up to ≥3 µm) 1
set
k) Patient Circuit support arm, Reusable 1
set.
l) Basket fitted on the pedestal for keeping the accessories
1 pc each.
11. Catalogue/Brochure should be submitted along with technical bid mentioning each
and every point of technical specification.
12. Should qualify the quality standards of European CE & USFDA, wherever required.
13. 5 years warranty and rates for 5 years CMC post warranty should be quoted in the
price bid for due comparison.
14. Rates for consumables to be quoted and frozen for 2 years from date of installation.
All consumable to be also quoted with individual prices for re-ordering.
15. Availability of spares from installing date must be there for a period of atleast 10
years.
16. All the components like Ventilator, Trolley & Hinged circuit arm should be from the
same manufacturer.

Page No. 172


Schedule No. : 62
Tender Code : 15-47/2016-LH(S)

Specifications of Neonatal Whole Body Neonatal Cooling System


1. Microprocessor based Servo-controlled neonatal cooling system.
2. Should be able to cool down to 30°C.
3. Should be able to re-warm the body to normal temperature at a user selectable rate.
4. Should monitor oesophageal or rectal temperature and use that for servo control.
5. Large clear display to set temperature, measured temperature of oesophagus or
rectum, measured temperature of skin, measured temperature of mattress.
6. Alarms: Deviation from set temperature by more than 1°C, flow Fluid, No Flow,
Power Failure, System Failure.
7. The fluid used for cooling should be safe for baby’s skin and its composition should
be provided.
8. System should be mounted on a sturdy compact trolley with castor wheels and brakes.
9. Memory of all set and measured parameters for at least 120 hours.
10. Ability to transfer data to portable media/computer. If any software or cables are
required for this, they should be provided.
11. 5 years warranty and rates for 5 years CMC post warranty should be quoted in the
price bid for due comparison.
12. Rates for consumables to be quoted and frozen for 2 years from date of installation.
13. Availability of spares from installing date must be there for a period of atleast 10
years.
14. Should qualify the quality standards of European CE / FDA, wherever required.
15. Desirable to have service base in Delhi with response time of less than 24 hrs.
16. The equipment should be environment safe as per safety standards.
17. Should be electricity hazard safe as per safety standards.

Page No. 173


Schedule No. : 63
Tender Code : 15-48/2016-LH(S)

Specifications of Amplitude Integrated EEG Machine for


Cerebral Function Monitoring
1. Should provide 3channel monitoring of overall electro cortical activity of brain by recording
aEEG (amplitude integrated EEG).

2. Should be a standalone amplitude integrated EEG machine and not function of EEG
machine.

3. Should identify and predict severity of Hypoxic ischemic encephalopathy and monitor in
neonates & infants.

4. Should be able to provide aEEG, real time EEG and continuous measurement of impedance
in 1, 2, and upto 3 channel configurations.

5. Should have input impedance as low as 60mΩ

6. Should have sampling rate of atleast 1500Hz

7. Should have frequency spectrum of 0.5Hz to 400Hz

8. Should provide clear monitoring instructions & pictorial instructions for electrode
placement etc.

9. It should be able to detect seizures (including sub clinical) and determine severity, duration
and frequency to assist in management of anticonvulsive therapy.

10. It should have enhanced signal display for easier diagnosis and interpretation of HIE,
Seizure and burst suppression by paediatrician / nursing staff.

11. Simple and easy to operate with LCD touch screen display.

12. Facility to customize markers, display style, language, operation mode, print traces &
patient information display as per user preference.

13. Should be supplied with viewer software to transfer & view the data to any Microsoft
window PC, print & capture images

14. Monitor should be supplied complete with Following, Disposable surface electrodes 1000
Nos, Skin Preparation Gel 100 Nos, printer paper a4 size 1 rim of 1000 papers and 100 rim,
printer cartridge 5 nos. Firm should also quote the rates separately.

15. Should be supplied with a trolley from same manufacturer and should be supplied with a
UPS.

16. Catalogue/Brochure should be submitted along with technical bid mentioning each and
every point of technical specification.

17. Should qualify the quality standards of European CE / FDA, wherever required.

Page No.174
18. 5 years warranty and rates for 5 years CMC post warranty should be quoted in the price bid
for due comparison.

19. Rates for consumables to be quoted and frozen for 2 years from date of installation. All
consumable to be also quoted with individual prices for re-ordering.

20. Availability of spares from installing date must be there for a period of atleast 10 years.

21. Should have atleast one installation in India.

Page No. 175


Schedule No. : 64
Tender Code : 15-49/2016-LH(S)

Specifications for Neonatal Transport Incubator with inbuilt ventilator

The neonatal transport incubator must be provided inbuilt ventilator and also have with a Pulse
Oximeter with a Syringe Infusion Pump (as per their specification is given below)
1. Double wall transparent canopy with mattress, mount on collapsible stretcher.

2. Front and head access door, slide-out mattress tray.


3. With baby restraining straps.

4. Warm air circulation system.


5. Bacterial filter to remove air born particles.
6. Incubator air temperature monitoring and servo control : 25 to 38 deg C ,increments 0.1
degC, Humidity control.
7. Digital displays outside shows air temperature.
8. Integrated Ventilator – basic Ventilator has CPAP as well as CMV modes. Setting for IMV,
CPAP, Ti, Te, FiO2 available.
9. Two 10L integrated oxygen cylinders, regulator and flow meter with Flow Range: 0 to 20
L/min.
10. Audiovisual alarms: high /low air temperature, temperature sensor failure, power failure and
low battery.
11. Construction allows frequent washing and disinfection of the incubator.
12. Battery and AC supported.
13. Should have facility for IV stand.
14. Power requirements : 220V / 50 Hz and internal re-chargeable batteries (autonomy 4-6 hrs).

15. The battery should be capable of recharging from mains as well as the ambulance power
source.
16. It should be able to run the following equipment when disconnected from the power source:
heater, suction machine.
17. Illumination lamp should be there. The air compressor should be integrated with the
transport incubator.
18. Slot for X-Ray cassette for taking X-rays without removing babies.
19. An auxiliary flow meter is standard with an additional hand circuit to allow manual
resuscitation if necessary. This offers the ability to ventilate twins in one incubator.
20. Passive humidification upto 70% humidity in the patient hood for up to 12 hours.
21. Regulators, yoke fittings, and flow meters are all built in, eliminating external tubing.
Page No. 176
22. The complete transport system should be US FDA and European CE approved product.
Supplied with:
- 5 x spare skin temperature probe.
- 1 x spare rechargeable battery.
- 2 x empty 10 L oxygen cylinders.
- 2 x spare set of fuses.

23. In addition to the incubator controls, all ventilator, tank gauges, and gas-related controls
should be front mounted for quick access and heightened visibility.
24. Regulators, yoke fittings, and flow meters, eliminating external tubing.
25. The complete unit should have an integrated air compressor for delivery of medical grade
air.
26. An auxiliary flow meter with an additional hand circuit to allow manual resuscitation if
necessary and to offers the ability to ventilate twins in one incubator.
27. Catalogue/Brochure should be submitted along with technical bid mentioning each and
every point of technical specification.
28. 5 years warranty and rates for 5 years CMC post warranty should be quoted in the price bid
for due comparison.
29. Rates for consumables to be quoted and frozen for 2 years from date of installation.
All consumable to be also quoted with individual prices for re-ordering.
30. Availability of spares from installing date must be there for a period of atleast 10 years.
31. Should have atleast one installation in India.
32. Pulse Oximeter with Massimo/Nellcore Technology, compact handheld version to be
supplied with 2 neonatal probes. Built in battery to last for at least 2 hours.
33. Syringe Infusion Pump having at least the following :-
- Large display 2.7” or bigger touch screen type controls.
- Adaptable to 5, 10 & 20 ml syringes and flow rate setting from 0.1- 200 ml/hr.
- Facility for hands free bolus delivery program for setting VTBI and rate.
- Occlusion pressure setting from 225 to 900mmHg in steps of 75 ~100 mmHg.
- Stackable design up to 3 pumps with rack for powering at all the 3 pumps with one power
cord.
- Built in battery for at least 2 hours.

Page No. 177


Schedule No. : 65
Tender Code : 15-50/2016-LH(S)

Specifications of Transcutaneous Bilirubinometer

1. System should be compact, lightweight and easy to operate & should be based on Non-
Invasive technology.

2. No hidden cost of disposable should be required/reusable tip.

3. Calibration of the equipment is mandatory from time to time.

4. System should be able to measure minimum 400 tests during fully charged battery & low
battery indicator.

5. It should have long bulb life (atleast 150,000 measurements).

6. Should have built in checker in charger unit.

7. The jaundice meter should provide an estimate of serum bilirubin levels reported in mg/dl.

8. The system should be supplied along with charger base, AC adaptor, Carrying case,
Operating manual/CD.

9. The department will like to have a live demonstration of the equipment in case needed.

10. Catalogue/Brochure should be submitted along with technical bid mentioning each and
every point of technical specification.

11. 2 years warranty and rates for 5 years CMC post warranty should be quoted in the price bid
for due comparison.

12. Rates for consumables to be quoted and frozen for 2 years from date of installation.

13. Availability of spares from installing date must be there for a period of atleast 10 years.

14. Should qualify the quality standards of European CE & USFDA, wherever required.

15. Desirable to have service base in Delhi with response time of less than 24 hrs.

16. The equipment should be environment safe as per safety standards.

17. Should be electricity hazard safe as per safety standards.

Page No. 178


Schedule No. : 66
Tender Code : 15-51/2016-LH(S)

Specification for One Beam Bilirubinometer with Centrifuge & HCT Reader

1. Equipment to be portable (3 Kg).


2. Serum sample Volume Less than 75 µl.
3. To measure Bilirubin value directly, accurately, & automatically without any manipulation.
4. Scale range 5 to 30 mg / dl or 68 - 510 µmol / Litre.
5. The influence of Haemoglobin in the sample is to be automatically corrected.
6. One Beam Technology for more accurate reading.
7. Disposable Capillary Tubes to be used.
8. Measurement Time < 3 seconds.
9. Provision for Calibration.
10. Horizontal loading of Capillary Tubes.
11. Built in Printer for Hard Copy Documentation
12. To give Total Bilirubin in serum or plasma form a Micro volume of Blood.
13. Total error less than 5 % of reading.
14. The Bilirubin Concentration is determined from the difference in the absorbance of 455 nm
and 575 nm.
15. Prompt determination of Bilirubin value on LCD display.
16. Easily available capillary tube
17. Capable of operating on 220 Volts AC, 50/60Hz, 10/50W
18. Date & Time on display.
19. Supplied with Hematocrit centrifuge with Rotor Head accommodating 24 capillaries,
Hematocrit reader, Heparanised Capillary Tubes (18,000 Nos.), Sealing wax for 18,000
Capillary Tubes, Restabil Standard Value 2 High & 2 Low (2 sets).
20. Consumables-
a). Heparinised Capillary Tube 8000 in number for one year should be provided.
b). Calibration fluid (high/low) 2 sets to be provided for one year
21. The equipment should be environment safe as per safety standards.
22. Should be electricity hazard safe as per safety standards.
23. Catalogue/Brochure should be submitted along with technical bid mentioning each and
every point of technical specification.
24. 2 years warranty and rates for 5 years CMC post warranty should be quoted in the price
bid for due comparison.
25. Rates for consumables to be quoted and frozen for 2 years from date of installation.
Page No. 179
26. Availability of spares from installing date must be there for a period of atleast 10 years.
27. Should qualify the quality standards of European CE / FDA, wherever required.
28. The department will like to have a live demonstration of the equipment in case needed.
29. Desirable to have service base in Delhi with response time of less than 24 hrs.
30. The equipment should be environment safe as per safety standards.

Page No.180
Schedule No. : 67
Tender Code : 15-52/2016-LH(S)

Specifications for Horizontal Laminar Flow System

1. Horizontal airflow with Size of working area: 4x2x2 feet.


2. Work surface finely polished stainless steel and Stainless steel body.
3. Foldable / sliding front door of transparent plastic and Noise/vibration free blower
assembly.
4. High-efficiency particulate air filters rated 99.9% efficient removing 0.3 micron particles.
5. Fluorescent tubes for lighting and UV light for additional sterilization of the work chamber.
6. Display of airflow velocity, residual lifetime of filters & total time of cabinet operation with
microprocessor controller.
7. 2 years warranty and rates for 5 years CMC post warranty should be quoted in the price bid
for due comparison.
8. The department will like to have a live demonstration of the equipment in case needed.
9. Original literature, and not the photocopy, to be supplied with the quotation.
10. The company should give the certificate that the model quoted is not obsolete; & spares will
be available or next 10 years from the date of installation.
11. Desirable to have service base in Delhi with response time of less than 24 hrs.
12. Should qualify the quality standards of CE / FDA.
13. The equipment should be environment safe as per safety standards.
14. Should be electricity hazard safe as per safety standards.
15. Rates for consumables to be quoted and frozen for 2 years from the date of installation.

Page No. 181


Schedule No. 68
Tender Code No. 11-35/2016-LH(S)

SPECIFICATION FOR CELL SAVER

1. The cell saver system should be capable of processing the blood


collected from a surgical site to produce washed red blood cells for
return to patients at a later time.

2. The system should be designed to consistently produce blood product


with a hematocrit of 50% or greater.

3. The centrifugal bowl size for blood processing should be 150-200ml


and the system should have a two stage filling cycle.

4. The system should have an inbuilt & regulated vacuum suction.

5. The system should have excellent portability.

6. The system should have variable speed pulse wash cycles.

7. It should work in fully automatic mode as well as in manual mode.

8. It should have display to show all information during the operation as


pump speed, centrifuge speed and alert messages.

9. Beside the RBC separation and washing it should able to sequester


plasma and platelet from salvaged blood in separate bags.

10. Disposable set should be included in quotation.

11. Cost of disposable set should be quoted for future procurement


separately.

12. It should have five years warranty and five year comprehensive
maintenance contract after warranty including all components.

Page No.182
Schedule No. 69
Tender Code No. 11-36/2016-LH(S)

SPECIFICATIONS FOR WASHER DISINFECTOR


(MEDIUM CAPACITY)
SL. SUB DESCRIPTION OF FUNCTION
NO. SL.
NO
1. NAME
1.1 Washer/decontaminators are designed to clean and disinfect instruments and
utensils by removing blood, bone, fat, and other organic debris that can adhere
to crevices providing a substrate for growth of microorganisms.

2. OPERATIONAL REQUIREMENTS
2.1 Medium capacity washer disinfector with minimal floor space is required for
Operation Theatre.

3. TECHNICAL SPECIFICATIONS
3.1 Thermo disinfection should be achieved by the temperature of up to 93°C and
maintaining it for a designed period of time & temperature, which can be
modified according to the special needs and standards.

3.2 Should be equipped with two dosing pump of chemical / detergent products
under a complete microprocessor control. Dosage of liquid detergent should
be carried out automatically by means of a pump and can easily be regulated
for agents with varying concentration.

3.3 The construction of the body should be from high quality polished Stainless
Steel AIAI 304 and the internal chamber should be made up of acid resistant
AISI 316 stainless steel.

3.4 Chamber volume should be more than 100 litres.

3.5 The hot and cold-water connections should have check valves, back valves,
mud filters and siphonage protection.

3.6 The machine should have its own integrated water heater so that the machine
can function properly in the absence of external warm water source.

3.7 Water should be taken into the chamber directly to avoid separate cleaning
and disinfection of integrated water tanks.

3.8 High efficiency drier with filter and pre filter.

Page No. 183


3.9 Should have at least three factory preset programs and at least two user
selectable programs. The program should be available for selection at the
touch of a button.

3.10 Control panel should have LED/LCD indications for cycle selection, phase
indication, remaining program time indication, cycle complete indication,
digital temperature reading, and fault indications.

3.11 Should not occupy more than 1 sq meter of floor space.

3.12 Should be provided with minimum 3 rotating wash arms with removable caps.
facilitating easy cleaning of the inner surfaces of the wash arm. Wash arms
can be removed without any tools.

4. SYSTEM CONFIGURATION ACCESSORIES, SPARES AND


CONSUMABLES

4.1 System as specified.

4.2 Accessories to be quoted separately and will be added for evaluation and will
be frozen for future additional purchases.
a. Sterilization Basket of app 45 litres capacity.-01.
b. Rack for Anaesthesia instruments with drying-01.
c. MIS instrument & Ophthalmology basket with approximately 100
litres,60 litres and 30 litres sizes with lid- 03 (1 of each size with
Lid).
d. Rubber shoe Rack for 25-30 shoes-01.
e. Laboratory sector basket with height 150 and 210 mm -02( 1 of each
size).
f. Dividers in 4 different sizes- 04( 01 in each size).
g. Narrow-mesh internal basket of app 70, 35 and 15 litres with LID -03(
01 of each size with Lid).
h. Independently removable, sliding wash shelves- 04.

5. ENVIRONMENTAL FACTORS

5.1 The unit shall be capable of being stored continuously in ambient temperature
of 0 -50 deg C and relative humidity of 15-90%.

5.2 The unit shall be capable of operating continuously in ambient temperature of


10 -40deg C and relative humidity of 15-90%.

6. POWER SUPPLY

6.1 Power input to be 220-240VAC(single phase)/400-440 V (3 phase), 50Hz


Page No.184
fitted with Indian power-plug.

6.2 Optional Electronic Voltage corrector/stabilizer of appropriate ratings meeting


BIS Standards/Specifications.( Input 160-260 V and output 220-240 V and 50
Hz).

7. STANDARDS & SAFETY

7.1 Should be FDA , CE, UL or BIS approved product.

7.2 Should be compliant to ISO 13485: Quality systems - Medical devices -


Particular requirements for the application of ISO 9001 applicable to
manufacturers and service providers that perform their own design activities.

7.3 Electrical safety conforms to standards for electrical safety IEC 60601-1
General Requirements (or equivalent BIS Standard).

7.4 Shall meet internationally recognised standard for Electro Magnetic


Compatibility (EMC) for electromedical equipment: IEC-60601-1-2 :latest
edition Or Equivalent BIS) or should comply with 89/366/EEC; EMC-
directive as amended.

7.5 Certified to be compliant with IEC 60601-2-45 Medical Electrical Equipment


Part 2-2: Particular requirements for the safety of Washer Disinfector or
equivalent if applicable.

8. TRAINING

8.1 Comprehensive training for staff of user department and support services till
familiarity with the system.

9. WARRANTY & SERVICE

9.1 Comprehensive warranty for 05 years and 05 years Comprehensive


Maintenance Service after warranty. The cost of CMC must be quoted in the
price bid.
9.2 Percentage of uptime guarantee of the equipment during warranty and CMC
period for which commitment is to be given must be specified with
acceptance of applicable penalty clauses in case of failure to do so.

Page No.185
Schedule No. 70
Tender Code No. 11-37/2016-LH(S)

SPECIFICATION OF ULTRANSONIC CLEANER FOR INSTRUMENTS


1. System should have multistage cleaning system with provision of pre-cleaning, disinfection,
ultrasonic chamber and rinsing chamber built in.

2. It should have drying heating facility.

3. It should have facility to clean all type of glassware plastic ware and even stainless steel
instruments.

4. The tank and chamber should be made up of stainless steel.

5. Digital timer control of approximately 60 minutes.

6. Operating Ultrasonic frequency: 25-30 KHz and 35-40 KHz.

7. Medium capacity ultrasonic cleaning system with minimal floor space required for OT with
capacity to clean long shaft & MICS instruments.

8. There should be digital temperature controller and thermostat cut off heater.

9. Should have buzzer for accurate temperature maintenance.

10. There should be hose pipes clamps connections provided free with installation, inlet water
supply pipes from the tap to the unit and drainage pipes.

11. Drain in rear bottom.

12. Heater should be incorporated in the system in the chamber like rinsing, ultrasonic and
drying.

13. Dry run protection device and prevention against electric shock.

14. Digital temperature monitor.

15. Variable temperature control/indication for ultrasonic and drying stages.

16. Liquid lever protection.

17. To supply inset baskets made of SS, Perforated for holding goods to be cleaned -2 nos. SS
Basket- 02.

18. All integrated accessories like Recalculating Pump and Filter Acou Lid Under surface jet for
stages 1, 2, & 3. Water recirculation system etc should be included.

19. The unit shall be capable of operating continuously in ambient temperature of 10 – 40 C and
relative humidity of 15-19%.

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

21. Suitable voltage corrector/stabilizer.

Page No.186
22. Suitable UPS with maintenance free batteries for minimum one- hour back –up should be
supplied with the system.

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

24. Manufacturer/supplier should have ISO certification for quality standards.

25. Should be FDA or CE or ISA approved product.

26. User/Technical/Maintenance manuals to be supplied.

27. Certificate of calibration and inspection from factory.

28. It should have five years comprehensive warranty and five years comprehensive
maintenance contract after warranty.

Page No. 187


Schedule No. 71
Tender Code No. 11-38/2016-LH(S)

SPECIFICATION FOR MOUNTING SYSTEM FOR


HEART STABILIZER & POSITIONER FOR MICS CABG

HEART STABILIZER

1. It should have mounting rail with articulating arm.

2. To stabilize the area of surgery without interfering with dynamics of heart.

3. Stabilizer should be designed for minimally invasive coronary surgery.

4. It should have headlink ball joint for increased range of motion.

5. It should have detachable headlink with quick connect system for easy
remote shaft insertion and headlink attachment through a small incision.

6. Stabilizer should have malleable and low profile pods for flexibility.

7. Stabilizer should have flexible suction tubing.

8. It should have improved flex arm for easier positioning.

9. Two set of disposable part of the stabilizer should be included in the


quotation.

10. Cost of disposable set should be quoted for future procurement separately.

11. It should have five year warranty and five year comprehensive maintenance
contract.

HEART POSITIONER

1. It should have mounting rail with articulating arm.

2. Positioner to fix the heart at a required place during beating heart CABG.

3. It should be designed for minimally invasive coronary surgery.

Page No.188
4. It should have detachable suction apparatus to enable smooth entry through
a small incision.

5. It should have low profile arm.

6. It should have shaft to provide airflow to suction pod.

7. Two set of disposable part of the stabilizer should be included in the


quotation.

8. Cost of disposable set should be quoted for future procurement separately.

9. It should have two years comprehensive warranty and five years


comprehensive maintenance contract after warranty.

Page No.189
Schedule No. 72
Tender Code No. 11-41/2016-LH(S)

SPECIFICATION OF OPERATING MICROSCOPE

1. Compact microscope body with high quality apochromatic Optics with 1:6 zoom ratio,
Retina Protection Device and contrast enhancement aperture.
2. Inclinable 180 Deg. Binocular tube with 12.5 X magnification eye pieces
3. Objective with 200mm focal length for convenient working distance
4. +2 Deg. Retro illumination with continuous fading mechanism of co-axial illumination
from 2 Deg. to 2+6 Deg.
5. Should have red flex switching in/out facility.
6. 45 degree binocular with converging optics.
7. Total magnification from at least 4.5x to 22x.
8. Field of view from at least 15mm to 50mm

9. Integrated slit illumination system with horizontal and vertical moving facility.
10. Heat absorbing and UV filters.

11. Integrated Depth of Focus mechanism for improved depth of focus during surgery.
12. Motorized foot controlled X-Y coupling with automatic re-centering and X-Y inversion
facility.
13. Motorized foot controlled Zoom and focus with recentring of focussing position
throught foot control.
14. High quality programmable floor stand with magnetic breaks and clutches for easy
positioning through handles and suspension arm.
15. Stand should have programming facility for setting the speed of XY, Zoom and focus
with storage facility of initial setting for multiple users.
16. Stand should have cold light fiber Optic illumination with two illumination bulb with
semi automatic changeover facility.
17. Independent integrated binocular assistant microscope with 5 Step magnification
changer and focussing.
18. 3CCD Digital camera attachment and digital video recording facility with imported high
quality video trolley with isolating transformer.
19. 36/42 LED display unit.
20. Rust free stand.
21. Operational in 200-240 V AC 50/60 Hz input supply.
22. 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.
23. CMC for five years and warranty for five years.
24. CMC Rates should be quoted separately.
25. Demo will be taken.

Page No.190
Schedule No. 73
Tender Code No. 11-42/2016-LH(S)

SPECIFICATIONS FOR DIGITAL FUNDUS CAMERA

1. Compact digital camera system for fundus observation and documentations in


color, green (Red free), blue(RNFL), red and fluorescein angiography.
2. Field angle of 30 degrees, 45 degrees & 60 degrees (more than 60 degrees
optional).
3. Infra-red facility to take photograph even in case of undilated eyes.
4. Small pupil mode to take photograph for minimum 3.3mm pupil.
5. High quality integrated capture sensor with atleast 5.0 megapixels CCD camera for
high detail even in high magnification.
6. 3D image capture mode (preferable).
7. Photograph should transferred to the monitor instantly as soon as clicked.
8. Fixation should be internal as well as external with facility for internal fixation to be
programmed by click of a button.
9. The fundus camera should must have auto-fluorescence.
10. Facility for data storage, data transfer (LAN and USB), image archiving and image
analysis.
11. Suitable for connection to 200V – 240 V; 50 / 60 Hz single phase mains supply..
12. Should have safety certificate from a competent authority EC / FDA (US) / STQC CB
certificate / STQC S Certificate or valid detailed electrical and functional safety test report
form ERTL.
13. Warranty five years
14. CMC for five years.
15. Demo will be taken.
16. C.M.C. rate to be quoted separately.
20. Accessories
1. Assymetrical motorized table suitable for patients in wheel chair.
2. Hydraulic patient and doctor stool one each.
3. Color inkjet printer (one) with regular supply of cartridges for 6 months
(rates to be fixed for three years).
4. UPS(one).
5. Latest PC work station with minimum 19 inch monitor with the machine.

Page No. 191


Schedule No. 74
Tender Code No. 11-44/2016-LH(S)
SPECIFICATION OF NON-CONTACT TONOMETER

1. Measurement Range 1 to 60 mmHg

2. Measurement range setting APC40, APC60 (APC=Automatic Puff Control), 40, 60

3. Working distance 11mm

4. Eye fixation Inner fixation light

5. Auto – tracking / Auto Shot Y Direction

6. Display Tiltable 5.7-inch color LCD

7. Printer Thermal line printer with easy loading and auto cutter

8. Interface RS-232C, LAN, USB

9. Power supply AC 200 to 240V + 10%, 50 / 60 Hz

10. Power consumption 100 VA

11. Auto shot

12. Fixing pins

13. Optional accessories Interface cable, Barcode scanner, Magnetic card reader

14. Safety certificate form a competent authority CE/FDA(US) / STQC CB certificate STQC S
certificate or valid detailed electrical and functional safety test report from ERTL.

15. CMC for five years and warranty for two years.

16. CMC rates should be quoted separately.

17. Demo will be taken.

18. Standard accessories:


1. Power cord,
2. Dust cover,
3. UPS,
4. Printer paper – regular supply for six months,
5. Chinrest paper– regular supply for six months.
6. Rates of accessories to be fixed for three years.

Page No.192
Schedule No. : 75
Tender Code : 15-54/2016-LH(S)

Specification of Point of Care testing analyser for d-Dimer & PCT

1. All the quantitative results should be come within 5-12 minutes.


2. Instrument should have Fluorescence Immunoassay based technology.
3. Should have LED light source.
4. Analyzer should have port for connecting to external PC & have printer.
5. Analyzer should compatibility of USB interfacing.
6. Test kits should be cartridge based with bar code identification of each test cartridge.
7. Power : 100-240 AC
8. Operational Temperature: 10-30 degree Centigrade and Operational Humidity:
10-80%.
9. Equipment should be single chip calibration and there should be no need to plot curve.
10. The department will like to have a live demonstration of the equipment in case needed.
11. Per test costing @ 15 tests per day for a period of 3 years with CMC and cost of
equipment will be included in price comparison.
12. Original literature, and not the photocopy, to be supplied with the quotation.
13. The company should give the certificate that the model quoted is not obsolete; & spares
will be available for next 10 years after the completion of warranty.
14. Desirable to have service base in Delhi with response time of less than 24 hrs.
15. Should qualify the quality standards of European CE / FDA, wherever required.
16. The equipment should be environment safe as per safety standards.
17. Should be electricity hazard safe as per safety standards.
18. No spares (except consumables) should be required for 7 years. Rates for consumables to
be quoted and frozen for 3 years from the date of installation.
19. Availability of spares from installing date must be there for a period of atleast 10 years.
20. 2 years warranty and rates for 5 years CMC post warranty should be quoted in the price
bid for due comparison.

Page No. 193


Schedule No. : 76
Tender Code : 15-55/2016-LH(S)

Programmable Fully Automatic Incubator

1. It shall be programmable and all the incubation programmes should be digitally


controlled. Temperature display should be digital and on the front section of the
equipment.
2. Capacity approximately 175-225 Litres.
3. Inner chamber should be made of stainless steel.
4. Outer wall should be primer coated, dull finish (rust proof).
5. Insulation between inner and outer wall should be of high pressure polyurethane.
6. Minimum of two perforated stainless steel shelves should be provided which
should be adjustable at desirable height.
7. Double door system: Inner door should be of transparent toughened glass and
outer insulated metallic door.
8. Should have provision for locking the door.
9. Door operated illumination lamp should be present.
10. The unit should be mounted on heavy duty castor wheels.
11. Temperature ranges 5˚-70˚C.
12. Temperature setting in 0.5°C increments.
13. The equipment should have inbuilt provision for PT- 100 temperature sensor.
14. Temperature variations beyond +0.5°C will not be accepted.
15. Temperature recovery within 2 minutes after opening the door.
16. Refrigerant should be CFC and HCFC free.
17. Compressor and heaters for cooling and heating respectively should be ISI certified.
18. Air circulation should be mechanical and motor should be ISI marked.
19. Interior should be well illuminated with LED based system.
20. Voltage stabilizer should be provided with the instrument.
21. Should be CE certified or confirm to equivalent product testing and certification
standard.
22. Demonstration of the quoted model is essential.
23. Service centre should be Delhi based.
24. Compressor should be warranted for at least 5yrs.
25. Calibration certificate in respect of performance quality of the equivalent should be
provided at the time of installation.
26. Two yrs warranty and thereafter 5yrs comprehensive maintenance contract.
27. User/technical/maintenance manuals should be in English and in original. Computer
generated or photocopied manuals or catalogues shall not be accepted.
28. User list of the quoted model and satisfactory report of the quoted model from at
least two institutes of repute.

Page No.194
Schedule No. : 77
Tender Code : 15-56/2016-LH(S)

DIAGNOSTIC AUDIOMETER WITH P.C. & PRINTER

Special Key Feature:


 Full PC-integration (true hybrid)
 High performance and speed
 Extensive diagnostic test battery
 Large 5,7” adjustable high resolution graphical color display
 Internal storage for 500 patients/50,000 test sessions
 Integrated pre-recorded speech
 Direct print options
 Compact and portable design

INPUT

 Tone, Warble Tone, NB,CD1,CD2,Mic1, Mic2, Wave files

MASKING STIMULUS:
 Automatic selection for narrow band noise (or white noise) for tone presentation and speech
noise for speech presentation.

OUTPUTS:
 AC left +Right, BC Left +Right, Insert Phone Left + Right, Insert Masking, FF1 and FF2

TRANSDUCERS:
 TDH39/DD45 Audiometric headset, B71 Bone conductor

TONE PRESENTATON :
 Manual or Reverse. Single or multiple pulses

PATIENT SIGNAL:
 One hand held push button.
POWER SUPPLY:
 Built-in power supply

INTENSITY:
 AC: - 10 to 120 db HL in 1, 2 or 5 db steps. BC: 10 to 80 db in 1, 2 or 5 db steps

FREQENCY RANGE:
 125Hz to 20 KHZ for air conduction
 125 Hz to 8 KHZ for Bone conduction

PATIENT COMMUNICATION:
 Talk forward/ Talk Back

MONITOR:
 Output through built-in speaker or through external earphone or speaker

INTERNAL STORAGE:
 500 patients- or 50,000 test sessions

Page No.195
SPECIAL TEST:
Auto threshold, ABLB, Stenger, Stenger Speech,TEN Test, Speech Audiometer, SISI Test

PC and printer

Included Parts:

 Monitor Headset
 B71 Bone conductor
 APS3 patient response button
 Microphone
 Power Cable
 Operation Manual CD
 Multilingual CE instructions for use
 Inbuilt printer

SAFETY STANDARD:

 IEC 60601-1, ES60601-1, CAN/CSA-C22.2 No.60601.1

AUDIOMETER STANDARDS:
 Audiometer:IEC 60645-1, ANSI S3.6, type 2. Speech : IEC 60645-2/ANSI S3.6, type B or B-E

CE/FDA approved

2 years warranty and rates for 5 years CMC post warranty should be quoted in the price bid

Service Centre in Delhi/NCR

Page No.196
Schedule No. : 78
Tender Code : 15-57/2016-LH(S)

Electro Surgical Unit (Bipolar)


Specification:-
 It should have power setting under visual control
 It should have pure cut 400w, Blend cut 300w, super blend cut, endo cut
mode for cutting facility
 It should have patient control system for continuous monitoring of Neutral
Electrode
 It should have monopolar contact, spray coagulation and forced
coagulation
 It should have under water cutting facility.
 The unit should have provision to use with Argon Beamer
 It should have Bipolar Coagulation of 100 watt
 It should have automatic ON / OFF bipolar function for best bipolar
coagulation
 It should be supplied with standard accessories like Patient Plate
Reusable, Hand Pencil, Set of 5 Electrodes i.e. ball, Needle, Lancet, Knife
etc.
 It should have Bipolar Nonstick forceps with cable, foot switch for
monopolar and bipolar use.
 It should have following types of current:

Type of Current Power


Cut 1 (Pure) Max. 400 W at 300 ohm
Cut 2 (Blend) Max. 300 W at 300 ohm
Cut 3 (Super Blend) Max. 200 W at 300 ohm
Forced Prep Max. 120 W at 200 ohm
Endo Mode Max. 100 W at 200 ohm
Contact Coagulation Max. 250 W at 200 ohm
Spray Coagulation Max. 120 W at 300 ohm
Bipolar Coagulation Max. 100 W at 100 ohm

Unit should have International Safety Standard with CE Mark

CE/FDA approved

2 years warranty and rates for 5 years CMC post warranty should be quoted in the price bid

Service Centre in Delhi/NCR

Page No. 197


Schedule No. : 79
Tender Code : 15-58/2016-LH(S)

Specification of Rigid Oesophagoscope with Accessories

S.N Name with specification Quantity


1 Universal Oesophagoscope with Distal or Proximal illumination 1
Adult 250mm length 12x8 mm diameter
2 Universal Oesophagoscope with Distal or Proximal illumination 1
Adult 300mm length 14x10 mm diameter
3 Universal Oesophagoscope with Distal or Proximal illumination 1
Adult 300mm length 16x12 mm diameter
4 Universal Oesophagoscope with Distal or Proximal illumination 1
Adult 500mm length 12x8 mm diameter

5 Hypopharyngoscope, Oval, outer diameter 12x16mm, length 20cm 1


with illumination system incorporated. –one in number

6 Hypopharyngoscope, Oval, outer diameter 7.5 x8.5 mm, length 1


20cm with illumination system incorporated. ---One in number

7 Illumination system, cap, magnifier and telescope sealing cap for One set
adult scopes
8 Universal Oesophagoscope with Distal or Proximal illumination 1
Child 270mm length 5.5 mm diameter
9 Illumination system, cap, magnifier and telescope sealing cap for One set
child scope
10 Optical forceps for Oesophagoscope Alligator Foreign body to fit in 1
300 mm Oesophagoscope
11 Optical forceps for Oesophagoscope biopsy forcep to fit in 300 mm 1
Oesophagoscope
12 Telescope 0 degree wide angle to fit in above optical Biopsy forceps 1
13 Jackson esophageal forcep standard shaft, deep serrated upper 2
moving jaw, 400mm length
14 Foreign body forcep for cutting of denture hooks with good cutting 2
power 450mm length
15 Foreign body forcep alligator jaw with deep serration 350mm length 2
2.0mm shaft diameter
16 Peanut grasping jaw 350mm length 2.0mm shaft diameter 2
17 Cut biopsy forcep 350mm length 2.0mm shaft diameter 2
18 Rotation Forcep for hard Foreign bodies 450mm length 2
19 Aspiration tubes rigid 350mm length 2.5mm diameter 4
20 Aspiration tubes rigid 500 mm length 4.0mm diameter 2
21 Cotton carrier working length 350mm 3
22 Cotton carrier working length 500mm 1
23 Fiber optic cable 2.5mm Diameter 1.80 meter length 2
24 Cold light source 250 Watt ,LED 1
25 Optical forceps for Oesophagoscope Alligator Foreign body to fit in 1
500 mm Oesophagoscope

Page No.198
26 Optical forceps for Oesophagoscope biopsy forcep to fit in 500 mm 1
Oesophagoscope
27 Optical forceps for Oesophagoscope Alligator Foreign body to fit in 1
250 mm Oesophagoscope
28 Optical forceps for Oesophagoscope biopsy forcep to fit in 250 mm 1
Oesophagoscope
29 Forceps alligator for double action Jaws, for peanut and soft foreign 1
bodies, width of Jaw 3.3mm, Sheath diameter 2mm, Length 45cm---
-two in number

CE/FDA approved

5 years warranty and rates for 5 years CMC post warranty should be quoted in the price bid

Service Centre in Delhi/NCR

Page No.199
Schedule No. : 80
Tender Code : 15-59/2016-LH(S)

SPEICIFICATION OF RIGID VENTILATING BRONCHOSCOPE WITH ACCESSORIES

1. Bronchoscope for Children: Size—3.0 outer diameter 5mm with light carrier, length
26cm.
2. Bronchoscope for Children : Size—3.5 outer diameter 5.7mm with light carrier, length
40 cm
3. Bronchoscope for Children : Size—4.0 outer diameter 7mm with light carrier, length 40
cm
4. Bronchoscope for Children : Size—5.0 outer diameter7 .8mm with light carrier, length
40 cm
5. Bronchoscope for Children : Size—6.0 outer diameter8.2 mm with light carrier, length
40 cm
6. Bronchoscope for Children : Size—8.0 outer diameter9.6 mm with light carrier, length
43 cm
7. ventilation device(adapter/prisms for respirator), 4 glass plug & 4 rubber plug for each
bronchoscope to hold optical forceps.
8. Fiber –optic cable of 2.5mm diameter and 2 meter length-2 in number.
9. Cold Light source Halogen 250W-1 in number.
10. Optical forceps for size 3.5 to 5.0 size bronchoscope- tips design of universal type.-1 in
number.
11. Optical forceps for size: 3.5 to 5.0 size bronchoscope- tips design of grasping type.-1 in
number.
12. Optical forceps for size: 3.5 to 5.0 size bronchoscope- tips design of alligator jaws -1 in
number.
13. Telescope 0 degree to fit in above (S.N-10, 11, 12) optical forceps- Two in number.
14. Telescope 30 degree to fit in above (S.N-10, 11, 12) optical forceps- One in number.
15. Coagulation electrode to fit in exiting Shalya make cautery machine
16. Forceps alligator for hard Foreign bodies double action Jaws, sheath diameter 2mm,
Length 45cm-2 in number.
17. Forceps alligator pointed serrate for double action Jaws, Sheath diameter 2mm, Length
45 cm- 2 in number.
18. Forceps alligator for double action Jaws , for peanut and soft foreign bodies, width of
jaw 3.3mm, Sheath diameter 2mm, Length 45 cm-2in number.
19. Aspiration tube : 5m diameter, size 450mm length-2
20. 3mm diameter size 450mm length-2
21. 6mm diameter size 500mm length -2
22. Trolley to sterilize and station the instruments at one place.
23. Prices of individual equipment as well as full set should be quoted separately.
24. CE/FDA approved
25. 5 years warranty and rates for 5 years CMC post warranty should be quoted in
the price bid
26. Service Centre in Delhi/NCR

Page No.200
Schedule No. : 81
Tender Code : 15-60/2016-LH(S)

Flexible Laryngoscope with channel with camera, light & monitor with
recording facility

 The scope should have brighter image, high resolution & highest optical quality.

 The scope should have slim outer diameter for rhino-laryngeal diagnosis

 The scope should have grip fit design for single hand operation

 The scope should have following technical specifications.

o Field of view : 75 to 90 degree

o Direction of view : 00 (degree)

o Depth of field : 5 to 50 mm or better

o Distal end outer diameter : 4.5 mm-5.0 mm

o Insertion tube outer diameter : 4.5 mm -5.0 mm

o Tip angulations range(degree) : up 1300 or higher, Down 1300 or higher

o Working length : 300 to 350 mm

o Total length : 500 mm or more

o Biopsy Channel : 2.0 mm – 2.5 mm

 The scope should be fully submersible in disinfectant solution

 The scope should be supply with ETO cap and leakage tester of same make.

 Company should have local representative for solving day to day problems, if any

 Manufacturer should have their own service centre in India for fast service back up .

 The scope should be European CE marked & US-FDA approved

 It should come with LED light source and cable (1.8-2meter)

 It should have a monitor 26” size

 It should consist of following accessories:

1. Carrying case

2. Pressure compensation cap

3. Leekage tester

Page No.201
4. Mouth piece

5. Cleaning brush

6. Biopsy forceps

7. Grasping forceps

CE/FDA approved

5 years warranty and rates for 5 years CMC post warranty should be quoted in the price bid
Service Centre in Delhi/NCR

Page No.202
Schedule No. 82
Tender Code No. 11-45/2016-LH(S)

Specification of Specular Microscope

A. Corneal endothelium photography


1. Non contact
2. Photography magnification: 254x (control panel)
3. Photography range: 0.25x0.55mm
4. Resolving power: More than 125 line/mm
5. Fixation target: 1 Central and 6 peripheral
6. Measurement mode: Automatic + Manual
B. Corneal endothelium measurements
7. Autoindication of optimum images
8. Automated cell analysis using L count
9. Autotracking & auto shooting
10. LCD touch panel monitor (integrated)
C. Analysis values
11. Endothelial imaging and endothelial cell analysis – no. of cells/ cell density/ cell area/ SD,
CV, Max, Min, polymegathism, pleomorphism, Corneal thickness measurement
D. Corneal thickness measurement
12. Measurement range 0.400-0.750mm (Accuracy +/-10micron)
13. Measurements at Central and peripheral points
E. Other Specifications
14. Power Supply Source voltage 100-240V AC, 50-60Hz Power input 70-120VA
15. Motorized table
16. Voltage stabilizer and UPS to be provided
17. CE and other necessary certifications
18. Facility for data storage and printing
19. Plus standard accessories and dust cover
20. CMC for five years and warranty for five years
21. CMC rates should be quoted separately
22. Demo will be taken

Page No.203
Schedule No. 83
Tender Code No. 11-46/2016-LH(S)

Specification of Corneal Topographer


1. Scheimpflug Imaging.
2. Topography maps of the anterior and posterior corneal surface.
3. Pachymetery maps.
4. Elevation maps of the anterior and posterior corneal surface.
5. 3D Anterior chamber analysis.
6. Anterior segment tomography
7. Keratoconus detection and classification topometrically.
8. Corneal thickness progression analysis for early keratoconus detection.
9. Side-by-side comparison of two examinations.
10. Corneal wavefront and Zernike analysis of the total cornea.
11. Camera: Digital CCD Camera.
12. Light source: Blue LEDs (475nm UV-free).
13. Speed: 25 fps.
14. Measurement range:
a. Curvature: 9 – 99 D
b. Precision: ±0.1 D
c. Reproducibility: ±0.1D
15. CE and other necessary certifications.
16. Facility for data storage and printing.
17. Plus standard accessories and dust cover.
18. CMC for five years and warranty for five years.
19. CMC rates should be quoted separately.
20. Demo will be taken.

Page No.204
Schedule No. 84
Tender Code No. 11-47/2016-LH(S)
SPECIFICATIONS OF AUTO-REFRACTOMETER WITH KERATOMETER , TONOMETER AND
PACHYMETER

1. Autorefractometer
o Measurement range Cylinder : 0 to +12.00 D ( 0.12 / 0.25D increments)

Sphere : -30.00 to +25.00 D ( 0.12 / 0.25D increments)

Axis : 0 to 180º (1º to 5º increments)

o Target fixation : Scenery chart with fogging

o Measurable minimum pupil diameter : 2.0 mm

o PD measurement range : 30 to 85mm (indication increments : 1 mm)


 (Near Point PD: 28 to 80 mm at WD = 40 cm)
o Accomodation measurement range: 10 to 14 mm

2. Auto Keratometer

o Measurement area Ø3.3 mm (R=7.7mm)

o Measurement range Radius curvature : 5.00 to 13.00 mm (0.01 mm increments)

Astigmatism : 0 to +12.00 D (0.12 / 0.25 D increments)

Axis : 0 to 180º (1º to 5º increments)

Refractive power : 25.96 to 67.50 D (n=1.3375)


(0.12 / 0.25 D increments)

3. Non-Contact Tonometer

o Measurement range : 1 to 60 mmHg (1mm steps)


o Eye fixation : Inner fixation light
o Working distance : 11 mm
o Air puff : patient friendly, soft with automatic control

4. Non Contact Pachymetry


 Measurement Range: : 400 to 750 micrometer (1 micrometer increment

5. IOP Correction by corneal


Thickness : Automatic Correction with option to customise and choose

6. Retro illumination image : available for measurements in presence of cataract or opacity


assessment

Page No.205
7. Pupil size measurement range : 1.0 to 10.0 mm (indication increments : 0.1 mm)

8. Corneal size measurement range : 10.0 to 14.0 mm (indication increments : 0.1 mm)

9. Auto tracking / Auto shot : X – Y – Z direction


Auto shot

10. Printer : Thermal line printer with automatic paper cutter

11. Display : Tiltable 7.0 inch or more color LCD

12. Interface : RS 232C , LAN

13. Power supply : uninterrupted power supply to be provided with the system

14. Motorised table : with up down control on table itself

15. Thermal paper rolls : 6 in number required per year

16. Chin rest paper : 6 in number required per year

17. 05 years warranty including all accessories from date of commissioning

18. 05 years CMC after warranty, CMC rates should be quoted in the price bid

Page No.206
Schedule No. 85
Tender Code No. 11-51/2016-LH(S)

Specifications for High Speed Autoclave

1 Description of Function

Sl Name

1.1 Autoclaves are required for sterilizing an object in high temperature and high pressure
steam.

2 Operational Requirements

Sl Name

2.1 High speed horizontal cylindrical steam sterilizers pressure type designed to operate on
steam from steam generator

2.2 It should provide high speed sterilization

3 Technical Specifications

Sl Name

3.1 Strong Argon arc welded chamber

3.2 Inner chamber built of AISI 316 grade of stainless steel, outer cover of AISI 304 grade
stainless steel and Jacket of BQ Steel

3.3 Chamber depth around 1000 mm

3.4 Nominal capacity app 150 litres

3.5 Pressure range: more than 2 Kg. /cm2 (133-134 deg C) to reduce cycle time substantially

3.6 Should have been tested for twice the working pressure

3.7 Self locking safety door under pressure

3.8 Heat resistant EPDM door gasket

3.9 Centralised control point with multiport valve control for the entire cycle of operation

3.10 Cycle with prevacuum option

3.11 Easy to read compound gauge

3.12 Thermograph to record temperature and time

3.13 Stainless steel flush mounting

3.14 Permits two exhaust speeds – fast and slow

3.15 Low water protection system

3.16 Should have two safety valves

3.17 Gauge glass with safety valves and dram temperature gauge

3.18 Pressure switches for economic power consumption and prevention of acciodental pressure
build iup.

Page No.207
3.19 The steam generator shall be electrically heated by immersion heaters having mineral filled
sheathed heating elements conforming to IS:4159/2002 duly BIS marked and complying
with safety requirements as per IS:302-2-201 (1992)

3.20 Air shall be removed from the sterilization chamber after loading the sterilizer by one or
more pressure/vaccum pulsing for proper steam penetration either manually or
automatically through the automatic control system

4 System Configuration Accessories, spares and consumables

Sl Name

4.1 System as specified-

4.2 It should be supplied with the following accessories(which should be quoted separately
individually):-
a.Carriages
b.Baskets
c.Trays
d.Trolleys
e.Heating element
f.Gasket
g.Valves

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

4.4 All infrastructural work including plumbing and electrical work will have to be done by the
supplier. The hospital will only provide space and water outlet

5 Environmental factors

Sl Name

5.1 The unit shall be capable of being stored continuously in ambient temperature of 0 -50deg
C and relative humidity of 15-90%

5.2 The unit shall be capable of operating in ambient temperature of 20-30 deg C and relative
humidity of less than 70%

6 Power Supply

Sl Name

6.1 Power input to be 440VAC, 3-phase, 50Hz fitted with Indian plug

6.2 The immersion heaters shall be wired for operation on 3 Phase 4 wire 400/440 V 50 Hz AC
supply and electric load for the unit shall be 18 KW. The control will be of independent
switch

7 Standards & Safety

Sl Name

7.1 Should be FDA , CE, UL or BIS approved product (as per IS:3829 (Part2)/1978 (reaffirmed
2001) with amendment Nos. 1 to 4)

7.2 Manufacturer should have ISO certification for quality standards.

7.3 The equipment should be BIS marked

8 Training

Page No.208
Sl Name

8.1 Comprehensive training for staff of user department and support services till familiarity
with the system.

9 Warranty & Service

Sl Name

9.1 Comprehensive warranty for 5 years and 5 years Comprehensive Maintenance Service
after warranty. The cost of CMC must be quoted in the price bid.

9.2 Percentage of uptime guarantee of the equipment during warranty and CMC period for
which commitment is to be given must be specified with acceptance of applicable penalty
clauses in case of failure to do so.

9.3 After sales service must be provided in the city of installation. In situations requiring
service/repair of the unit outside the city of installation, the expenditure on account of this
will have to be borne by the supplier

10 Documentation

Sl Name

10.1 Product Literature in original along with that of accessories and indigenous
components, if any. Photocopies/computer generated copies are not acceptable

10.2 Statement of compliance with tender specifications with clear and unambiguous
links to relevant portions of product literature/authentic document, which should
be highlighted. Alternatives provided for noncompliant specifications with
justification must be described in detail with supporting literature.

10.3 Certificate of compliance with standards and approvals stated above

10.4 Certificate of manufacturer/principal regarding authorisation of service facility


provided by the supplier

10.5 List of Equipment available in the Service Centre for providing calibration and
routine Preventive Maintenance Support. as per manufacturer documentation in
service/technical manual.

10.6 List of important spare parts and accessories, which are required for maintenance
and repair, with their part number and costing.

10.7 Terms and conditions of warranty and CMC including schedules of visit by service
personnel with check list of services to be carried out

10.8 Commitment for supply of log book with check list for daily, weekly, monthly and
quarterly maintenance checklist along with contact details of service personnel
along with the equipment. The job descriptin of the hospital technician and
company service engineer should be clearly spelt out in the log book.

10.9 List of users of quoted model with performance certificate from major institutions

Page No.209
Schedule No. 86
Tender Code No. 11-55/2016-LH(S)

Specification of ICU ventilators


1. The ventilator should be microprocessor based with active exhalation valve.
2. Should have international certificate like USFDA/European CE/ISO.
3. Should work on hospital external high pressure line / external compressor.
4. Suitable for use in ICU for adult, Paediatric and infant patients.
5. Should undergo automatic calibration system on start-up.
6. In the event of central Air line failure the external compressor should activate automatically.
7. It should have in a built programmable nebulizer (vol. & pressure compensated) system.
8. It should be easy to use having a color in built touch screen at least 12 inch or more in size with
screen lock, intuitive menu structure, mode preset capability, pressure bar graph / breath
indicator and prioritized alarm along with the following setting / features:-
a. Ventilation mode
1 Pressure Controlled ventilation (Assisted/Control) PCV
2 Synchronized intermittent mandatory ventilation V-SIM AND P-SIMV
3 Pressure support ventilation (Spont, CPAP, PEEP) PSV
4 Non invasive ventilation VCV, PCV, SIMV, PSV
5 Volume assured pressure support VAPS
6 Mandatory rate Ventilation MRV
7 Airway Pressure release ventilation APRV/BI-PHASIC
Ventilation
8 Pressure regulated volume control PRVC
9 Intermittent positive release ventilation IMPRV
10 Continuous positive airway pressure CPAP
11 Volume Controlled ventilation (Assisted/Control) VCV

b. Ventilation setting & Ranges


1. Tidal volume 20 ml to 2000 ml or more
2. I:E ratio 1:4 to 4:1
3. Inspiratory peak flow upto 200 LPM (Compensated)
4. Maximum inspiratory peak flow upto 200 I/min (depending on gas
supply
pressure)

Page No.210
5. Respiratory rate 5-100 BPM
6. SIMV Respiratory Rate 1 to 60 BPM
7. Pressure support 0-40 cm H2O
8. Inspiratory Plataeu 0 to 60 % of IT
9. FiO 2 21% to 100%
10. Ti 0.1-5 sec
11. PEEP/CPAP 0-40 cm H2O
12. Insp pause, Exp Pause, sustained exhalation, programmable/adjustable
SIGH
13. Inspiratory Trigger (Pressure upto 5 cm of water, flow trigger upto
10
Lor more)
c. Monitored Parameters
Respiratory Phase & Type , Respiratory Rate,
Exhaled Tidal Volume, Exhaled Min. Volume Total, % leak, leak min. vol., Spont.
Min. vol.
I:E Ratio, peak inspiratory pressure, average pressure, plateau pressure, end
expiratory pressure, Auto/Intrinsic PEEP, % Oxygen Delivered, f/Vt (RSBI), etCo2
(Endtidal Co2). External etCo2 Monitor is not acceptable.

d. Respiratory Mechanism / Maneuvers


Static Compliance and resistance, low inflection point (LIP) and upper inflection
point (UIP) maximum inspiratory pressure,
WORK OF BREATHING, Lung recruitment maneuver & monitoring

e. Displayed Trends Values for 48-72 hours atleast for above parameters.

f. Graphics Module with


Scalars
Flow vs. Time
Pressure vs. Time
Adjustable time scale.
Loops
Flow / Volume
Pressure / Volume
Pressure / Flow

Page No. 211


Facility for Freeze Screen
Individual analysis of Each Curve
Loop Save and Overlay Function
Individual Analysis of Each Loop
Calculated Values
Inspiratory pause, Expiratory pause
g. Should have audio-visual alarms along with appropriate message for:
High-low : Inspiratory pressure, FiO2 (High/Low), Resp. Rate, Tidal volume,
minute ventilation, PEEP
O2/Air fail, circuit leak-disconnection, Apnea, Ventilation in-op etc.
h. The ventilator should have built-in programmable nebulizer.

i. Scope of Supply
1. Ventilator -1 No
2. Air supply unit -1 No (Optional)
3. Patient Tubing (adult) -2 Nos/unit

4. Patient tubing (pead-infant) -2 Nos /unit


5. Nebuliser Kit -10 Nos/Ventilator
6. NIV Mask with harness (Reusable) -1 No in each category/Ventilator
7. Bacteriological filters -10 Nos/Ventilator
8. Humidifier-Automatic servo -1No/Ventilator
controlled-model MR 850 with
all accessories
9. Probe for Et CO2 measurement -1 no. with 2 reusable adaptor
10. Test lung -1 no.
11. Air & Oxygen hose -each 1 no.
12. Support arm to hold pt. circuit -1 no.
13. Auto-clavable exhalation system with flow sensor – 2 no. with 5 yrs. Warranty.
In case of sensor going faulty, the firm should replace it free of cost basis during
warranty as well as during CMC.

j. Quoted model should be functioning satisfactorily for at least 3 years in Govt. /


Reputed institution (Performance report to be attached)
k. The participating firm must be dealing with the quoted / similar equipment for the
last 3 years
l. Preference will be given to the firms having Delhi based service centre to minimize
down time.
m. Demonstration whenever required should be arranged. The firms must have
installation of quoted / similar model in NCR.
n. Rates of consumables / accessories items to be quoted separately by the firm which
should be valid for least 3 years
o. Five years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.212
Schedule No. 87
Tender Code No. 11-56/2016-LH(S)

SPECIFICATION OF DEFIBRILLATOR MONITOR WITH RECORDER


1. Should be a Low Energy Biphasic defibrillator, monitor with Recorder, having capability to
arrest all arrythmias within a maximum energy of 200 Joules.
2. Should work on Manual and Automatic external defibrillation (AED) mode.
3. Should monitor ECG through paddles, pads and monitoring electrodes.
4. Should defibrillate through pads and paddles.
5. Should compensate for body impedence for a range of 25 to 250ohms.
6. Should be capable of doing syncronised cardioversion through pads.
7. Should also be capable of doing syncronised cardioversion through paddles.
8. Should have a built in 50mm strip printer.
9. Should have charging time of less than 6 seconds for maximum energy.
10. Should have liquid crystal display of min. 7 inches for viewing messages and ECG
waveform of 6 seconds.
11. Should have external paddles with paddles contact indicator - for good paddle contact.
12. Should have event summary facility for recording and printing atleast 250 events and 50
waveforms.
13. Should have Configurable shock protocol, set up mode and auto self test.
14. Should have Configurable heart rate alarm limits for selection of on of the following limits:
30 to 100; 60 to 140; 90 to 160 and 120 to 200 bpm.
15. Should have facility to store patient data on data card typically more than 90 minutes of
patient ECG & events.
16. Should have voice prompts on AED mode.
17. Should have sealed lead acid battery capable of usage for atleast 150minutes or 100
discharges.
18. Should be capable of printing Reports on Event summary, configuration, self test, battery
capacity etc.
19. Should have facility for self test/check before usage and set up function.
20. Should have facility for measuring SpO2.
21. Should have facility for Transcutaneous Demand & fixed mode non invasive pacing.
22. Should be supplied with the following accessories:
- Adult with Built in Paediatrics paddle - one pair
- 3 lead ECG cable

Page No. 213


- Adult SpO2 Probe
-NIBP Hose
-NIBP Cuff Adult
- Adult pacing Pads - 01 box of 10 nos.
23. Should be FDA approved or CE marked.

24. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
25. The participating firm must be dealing with the quoted / similar equipment for the last 3
years
26. Preference will be given to the firms having Delhi based service centre to minimize down
time.
27. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
28. Rates of consumables / accessories items to be quoted separately by the firm which should
be valid for least 3 years
29. Two years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.214
Schedule No. 88
Tender Code No. 11-57/2016-LH(S)

Specifications of Cardiac Monitor


1. Monitor should have high end vital sign monitor suitable for use in advanced surgical
procedures, clinical investigations & research.

2. Advanced Modular Patient monitor having integrated basic measurements & features with
capability to provide additional clinical measurements by attaching single parameter
modules.

3. The monitors should have bright, highly visible, minimum 12 inch colour touch display for
easy viewing from a distance.

4. The unit must have a inbuilt continuous battery backup of minimum 2 hours.
5. Should have the capability to display at least 6 real time waveforms along with related
numerical parameters on a single screen

6. The size of the numeric should be adjustable capable to become bigger for viewing from
very long distance. The size adjustment should be easily done using the keys on the screen
by the user.

7. The monitor should have the capability to be operated through full touch screen operation.

8. The monitors should have the capability to monitor ECG, Respiration, NBP, SpO2, Temp.
and 2 x IBP with each unit.

9. Monitor should have facility to monitor Microstream EtCO2.

10. Patient Monitor should be upgradable to Neuro-Muscular Transmission (NMT), EEG,


Continuous Cardiac Output (CCO), Bi-spectral Index (BIS) and Venous Saturation Module
(ScVO2) through interchangeable modules. Price of these modules to be quoted separately.

11. System must have minimum 48 hours review data including graphical and tabular trends,
arrhythmia event recalls.

12. Monitor must have facility to display 12 lead ECG.

13. The monitor should have configurable & changeable screen configurations for various
monitoring settings like emergency, training, post Op, general monitoring etc.

14. The monitor should be capable to display beat to beat trends for all monitored parameters

15. It should have the capability to provide event review based on the events defined by the user
of the monitor as per the specific condition of the patient.

Page No.215
16. The monitor should be able to work on mains even if batteries need to be removed.

17. The monitor must be US FDA approved & European EC marked. (requisite certificates to
be enclosed).

18. The Demonstration of equipment is compulsory.

19. Monitor should have warranty for Two years.

20. Following accessories to be supplied with the monitor :


a) ECG/Respiration 5 lead cable – 02 no.
b) Non-Invasive Blood Pressure cuff adult – 02 no.
c) Non-Invasive Blood Pressure cuff paediatric– 02 no.
d) Non-Invasive Blood Pressure cuff neonatal – 02 no.
e) Pulse Oximetry finger adult sensor – 02 no.
f) Pulse Oximetry paediatric and neonatal – 02 no.
g) EtCO2 Micro Stream Accessories (for intubated patient) – 10 nos.
h) EtCo2 Micro Stream Accessories (for non-intubated patient)– 10 nos. with each monitor
i) Temperature probe general purpose Reusable – 02 nos. with each monitor.
j) Temperature probe (Skin) Reusable – 02 no. with each monitor
k) Reusable IBP Transducer – 04 nos. with 20 line set.
l) Wall Mount for all the monitors

21. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
22. The participating firm must be dealing with the quoted / similar equipment for the last 3
years
23. Preference will be given to the firms having Delhi based service centre to minimize down
time.
24. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
25. Rates of consumables / accessories items to be quoted separately by the firm which should
be valid for least 3 years
26. Two years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.216
Schedule No. : 89
Tender Code: 15-61/2016-LH(S)

MICOLARYNGEAL SURGERY SET

S.No Description Qty


1 Laryngoscope holder and chest support, with rod for adults, 1
with rod fixation screw, for use with laryngoscopes, 9.5 cm
diameter of ring , rod length 34 cm
2 Operating laryngoscope 18 cm, large for adult 1
3 Operating laryngoscope , 18 cm, medium, most commonly used 1
laryngoscope
4 Operating laryngoscope, 18, small, for difficult anatomical 1
circumstances
5 Fibre optic light carrier, for use with laryngoscopes 630001-05 1
6 Teeth protector, metal , size 1,2,3 2 each
8 Laryngeal biopsy forceps, tube shaft, with round cupped jaws 4 1
mm , 17 cm working length , straight
9 Laryngeal scissors, standard mode, conical shaft, 23 cm 1
working length, straight
10 Artery forceps, 23 cm working length, with ratchet, serrated, 1
straight
11 Laryngeal scissors, standard model, conical shaft, 23 cm 1
working length, curved 450
12 Laryngeal scissors, standard model, conical shaft, 23 cm 1
working length, curved right
13 Laryngeal scissors, standard model, conical shaft, 23 cm 1
working length, curved left
14 Cutting forceps, round cupped jaws 2 mm diameter, 23 cm 1
working length 100 upcurved, straight
15 Cutting forceps, round cupped jaws 2 mm diameter, 23 cm 1
working length 100 upcurved, straight upwards
16 Cutting forceps, round cupped jaws 2 mm diameter, 23 cm 1
working length 100 upcurved, right
17 Cutting forceps, round cupped jaws 2 mm diameter, 23 cm 1
working length 100 upcurved, left
18 Handle, for instruments, 1
19 Hook, 23 cm working length, laryngeal Needles with probe 1
end, angled 900
20 Hook, 23 cm working length, sharp 1
21 Knot tier, 23 cm working length 1
22 Needle, 23 cm working length, curved to right 1
23 Needle, 23 cm working length, curved to left 1
24 Knife, 23 cm working length, golf club shaped 1
25 Knife, 23 cm working length, oval straight 1
26 Knife, 23 cm working length, straight cutting 1
27 Guillen suction elevator, bayonet shaped, 4 mm, sharp, with 1
stylet, 22 cm straight
28 Suction tube, 25 cm working length, 2.5 mm diameter 4

Page No. 217


29 Injection, needle, luer-lock, 23 cm working length, bayonet 1
shaped
CE/FDA approved
1 year replacement warranty
Service Centre in Delhi/NCR

Page No.218
Schedule No. : 90
Tender Code: 15-62/2016-LH(S)

MICRODEBRIDER

 Should be a versatile powered ENT system, that lets to choose just the power required for
various ENT related surgeries.

 Should be able to operate different kinds of hand pieces and high speed drills.

 The system should be user friendly and the parameters should be able to adjust from the
control panel and the display should suggest operating parameters for a variety of ENT
procedures.

 Should be able to adjust the irrigation levels and bur/blade speed with the touch screen
control

 Should have inbuilt pumps each for irrigation (5Cc/ min to 100Cc / Min)

 Should have large touch screen monitor

 The various parameters should be able to adjust either from touch screen panel or from the
multification foot switch

 Should have multifunction ergonomically designed foot control with light emission for easy
identification

 Surgeon should be able to control from the foot control itself the speed/ Mode,
Forward/Reverse

Toggle active hand piece change etc.


 Should have option for remote control irrigation to operate from sterile area by the surgeon
himself.

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

 Console should have inbuilt lens cleaning system for different type of endoscopes

 The system should be suitable for wide variety of procedures ranging from frontal
sinusotomies to ultra low speed oscillation for delicate airway cases.

 Should be able to operate in forward at speeds up to 12000 rpm and 5000 rpm in oscillating
mode.

 Should be capable of accepting various types of blades and burs.

 The system should have multifunction with integrated connecting cable, ergonomically
designed foot pedal.

Page No.219
 Console should take multiple Hand pieces like debrider hand piece, High speed ontological
drill handpiece & micro saws

 Console should identify hand pieces.

 Should have the provision to mount the console on various sizes of IV poles.

Debrider Handpiece:
 Should be able work up to the speed of 12000 RPM in forward rotation and 5000RPM in
oscillation mode.

 Should have finger tip control to rotate only the tip of the blade up to 360deg.

 Should have straight suction path to reduce clogging and allow efficient tissue removal .

 Should have integrated blade locking system to lock the blade tip rotation

 Should have integrated side grooves and cable clips to provide better tubing management.

 Should have titanium body to avoid rusting

 Should be light in weight and ergonomically designed

 Should have different varieties of debrider blades (rad 30 & rad 60) like straight, Curved
blades range starting from 12 degree and available upto 120 degree.

 Should have rotatable laryngeal blades in 2.9 mm, 4 mm with different length options

 Should have for tonsillectomy, Adenoidectomy, turbinoplasty blades.

 Should have subglottic, tracheal, bronchial blades.

 Should have straight cutting burs for adult & paediatric for sinus drilling

 Should have diamond curved burs of different angle like 15,40,70 for anterior skull base
surgery transspenoidal surgery

 Should have curved burs for frontal sinus drilling

 Should have DCR burs: cutting & diamond

 CE/FDA approved

 5 years warranty and rates for 5 years CMC post warranty should be quoted in the price bid

 Service Centre in Delhi/NCR

Page No.220
Schedule No. : 91
Tender Code: 15-63/2016-LH(S)

Nasal Endoscopes

Telescope 0° 4.0MM:02

Straight forward telescope,0 to 5 degree enlarged view, size: 4.0 MM


rod lenses system ,Length:15-19 cms, autoclavable, Fiber optic light transmission
incorporated. Completely distortion free, HD optic for better contrast & colour reproduction .
Large field of view & depth of focus

Telescope 30° 4.0MM:01

Forward oblique 30 degree enlarged view, size: 4.0 MM


rod lenses system ,Length:15- 19 cms, autoclavable, Fiber optic light transmission
incorporated. Completely distortion free, HD optic for better contrast & colour reproduction .
Large field of view & depth of focus

Telescope 45° , 4.0MM:01

Straight Forward Telescope 45 degree enlarged view, size: 4.0mm


rod lenses system ,Length:15-19 cms, autoclavable, Fiber Optic Light
transmission incorporated. Completely distortion free, HD optic for better contrast & colour
reproduction . Large field of view & depth of focus

Telescope 70° , 4.0MM:01

Straight Forward Telescope 70 degree enlarged view, size: 4.0mm


rod lenses system ,Length:15-19 cms, autoclavable, Fiber Optic Light
transmission incorporated. Completely distortion free, HD optic for better contrast & colour
reproduction . Large field of view & depth of focus

Telescope 0° , 2.7MM:01

Straight Forward Telescope zero to 5 degree enlarged view, size: 2.7 mm


rod lenses system ,Length:15-19 cms, autoclavable, Fiber Optic Light
transmission incorporated. Completely distortion free, HD optic for better contrast & colour
reproduction . Large field of view & depth of focus

Telescope 30° , 2.7MM:


01
Straight Forward Telescope 30 degree enlarged view, size: 2.7 mm
rod lenses system ,Length:15-19 cms, autoclavable, Fiber Optic Light
transmission incorporated. Completely distortion free, HD optic for better contrast & colour

Page No.221
reproduction . Large field of view & depth of focus
Telescope handle for 4mm telescope round as well as flat:02

 CE/FDA approved

 5 years warranty and rates for 5 years CMC post warranty should be quoted in the price bid

 Service Centre in Delhi/NCR

Page No.222
Schedule No. : 92
Tender Code: 15-64/2016-LH(S)

FESS INSTRUMENTS

S.NO ENDOSCOPY INSTRUMENTS


1 BLAKESLEYrhinoforce nasal forceps.
(straight 13cms working length) sizes 0, 1, 2
3 each
2 BLAKESLEYrhinoforce nasal forceps. (90° upturned 13cms working
length) sizes 1,2,3
3 each
3 BLAKESLEYrhinoforce nasal forceps. (45° upturned , Handle in
right horizontal position,13cms working length) Size 1 2
4 GRUNWALD – HENKE RHINOFORCE nasal forceps.
(Straight,Through cutting, tissue sparing, BLAKESLEY shape ,
working length 13 cm )
Size 0- width 3mm
1- width 3.5mm
2- width 4mm
3 each
5 GRUNWALD – HENKE RHINOFORCE nasal forceps. (45 degree
upturned, through cutting, tissue sparing, BLAKESLEY shape
working length 13 cm )

Size 0- width 3mm


1- width 3.5mm
2- width 4mm 3 each
6 Mackay-Grunwald rhinoforce nasal forceps. (Through cutting, tissue
sparing, straight,working length 13 cm )
a) size 1, 8*3 mm
b) size 2, 11.5 * 3.5 mm 3 each
7 Mackay-Grunwald rhinoforce nasal forceps. (Through cutting, tissue
sparing, 45 degree upturned ,working length 13 cm )

a) size 1, 8*3 mm
b) size 2, 11.5 * 3.5 mm 3 each
8 STRUYCKEN RHINOFORCE nasal cutting forceps (working length
13 cm) 2
9 Stammberger RHINOFORCE antrum punch.
a-upside- backward cutting, , length 10cms
b- Right side, backward cutting, length 10cms
c- Left side , backward cutting, length 10cms.
2 each
10 Stammberger RHINOFORCE antrum punch (backward cutting,0
degree rotatable with fixing screw , take apart sheath 3 , length 10cms
, for use with cleaning adaptor) 2
11 Cleaning adaptor( for use with Stammberger RHINOFORCE antrum
punch) 2
12 Stammberger RHINOFORCE antrum punch , small paediatric
size,(backward cutting,0 degree rotatable with fixing screw , take
apart sheath 3 , length 10cms , for
use with cleaning adaptor)
2
Page No.223
13 Cleaning adaptor( for use with Stammberger RHINOFORCE antrum
punchsmall
paediatric size) 2
14 Stammberger antrum punch,(Right side, downward and forward
cutting, length 10cms) 1
15 Stammberger antrum punch, (Left side, downward and forward
cutting, length 10cms) 1
16 RHINOFORCE nasal scissors (straight, length 13 cms) 2
17 RHINOFORCE nasal scissors (curved to right, length 13 cms) 2
18 RHINOFORCE nasal scissors (curved to left, length 13 cms) 2
19 Stammberger rhinoforce forceps (Cupped jaws, vertical opening 65° 2
upturned, cupped jaws , diameter 3mm, working distance 12cms)
20 Stammberger rhinoforce forceps (Cupped jaws, horizontal opening 2
65° upturned,cupped jaws , diameter 3mm, working distance 12cms)
21 EICKEN antrum cannula. (LUER lock Long curved, length 11 cm) 2 each
OD -2.5 mm
OD-3mm
OD-4mm
22 EICKEN antrum cannula. (LUER lock Long curved, length 15 cm) 2 each
OD -2.5 mm
OD-3mm
OD-4mm
23 Frazier suction tube , (with mandrel & cut –off hole with distance 8 each
markings at 5-9 cms, lencth 10 cms)
5 fr
7fr
9fr
24 Antrum curette , oblong , small, length 19 cm 4
25 KUHN – BOLGER frontal sinus curette (, oval , forward cutting ,
length 19 cm)
- 55 degree curved
-90 degree curved 2 each
26 KUHN frontal sinus seeker( double ended , one tip straight , one tip
reverse angle, length 22 cm)
No -2 , both sides curved 90 degree
No-6, both sides curved 77 degree 2 each
27 Sickle knife ,pointed , length 19 cm 6
28 Sickle knife , round , double- cutting 4
29 Plester sickle knife (double edged , slightly curved, length 16cm) 2
30 Freer elevator ,(double-ended , semi-sharp and blunt , length 20 cm) 5
31 STAMMBERGER punch , ( circular cutting , working length 18 cm)
Diameter- 3.5mm
Diameter- 4.5mm 2 each
32 STAMMBERGER punch , ( circular cutting , 65 degree upturned ,
working length 17 cm)
2 each
33 STAMMBERGER punch , (egg shaped ,circular cutting , 90 degree
cutting direction upturned , sheath 65 degree upturned ,working
length 17 cm)
Diameter -3.5mm
Diameter- 4.5mm 2 each
34 Cleaning adaptor( for use with Stammberger RHINOFORCE antrum
punch) 2

Page No.224
35 Bipolar coagulation forceps, insulated angular, blunt with
integrated suction channel, cut off hole, width 3-4 mm jaws,
distally angled 450 , horizontal closing, outer diameter 3,4 mm,
working length 20 cm, consisting of : Handle, Outer tube, inner
tube & Bipolar insert.
Bipolar High frequency cord with 2 x 4 mm banana-plug length
300 cm 2
36 Hartman nasal speculm 13.5 cm 1
37 Maxillary sinus ostium seeker, double- ended, curved 1
38 Gorney suction elevator 19 cm 1
39 Biopsy forceps , 700, opening horizontally 1
40 Biopsy forceps , 700, opening vertically 1
41 Hartmann nasal cutting forceps size 1, 5 mm 1
42 Trocar & cannula for sinuscopy 5 mm,oblique 1
43 Eicken antrum cannula:malleable,long curved,2.5mm 4
44 Eicken antrum cannula:malleable,long curved,3mm 4

 CE/FDA approved

 1 years Replacement Warranty

 Service Centre in Delhi/NCR

Page No.225
Schedule No. : 93
Tender Code: 15-68/2016-LH(S)

Endoscopic Set for Plastic Surgery

S.No. Specification Quantity

1. Forward-oblique Telescope 30°, enlarged view, 1


diameter 10 mm, length 30-32 cm, autoclavable,
fiber optic light transmission incorporated,
with color code

2. Optical Retractor, with two individual adjustable 1


lateral suction evacuator, with handle,
width of spatula 24-26 mm, length 18-20 cm,
for use with telescope

3. METZENBAUM Scissors, curved, length 26-29 cm 1

4. METZENBAUM Scissors, curved, length 38-40 cm 1

5. Bipolar Forceps, insulated, bayonet shape, 1


length 24-26 cm

6. FINE Grasping Forceps, jaws angled upwards, 1


double-action jaws, curved sheath, size 5mm,
working length 30cm, with connector pin for
bipolar coagulation consisting of: Ring handle,
with 4 ratchet positions Outer sheath with
working insert, insulated

7. MANHES Scissors, rotating, with connector pin 1


for unipolar coagulation, size 5 mm,
length 30-34 cm, serrated, single action jaws,
consisting of: Metal Handle, insulated without
ratchet Outer Tube, insulated Scissors Insert

Additional
1. Two year comprehensive warranty after satisfactory Installation in department.
2. C.M.C. for 5 years, price to be quoted separately.
3. Demonstration of the equipment essential.
4. In case of firm based outside India, Indian agent/service centre should be India.
5. FDA & European CE approved.

Page No.226
Schedule No. : 94
Tender Code: 15-69/2016-LH(S)

Operation Table Hydraulic

1.1 Hydraulic operating Tables are simple tables for performing surgical procedures
and it works without electrical power.
2.1 OT tables is required for general surgery and should have X-Ray translucent tops.
3.1 1. Four section table top with divided foot section
2. Table top should be constructed from a high pressure laminate to permit X- Ray
penetration and fluoroscopy.
3. All table positioning, i.e. height, back section, lateral tilt, trendelenburg, and
anti-trendelenburg, except foot and head section should be operated hydraulically.
4. Should have a manual position selector, whose location should be
interchangeable between foot and head end.
5. The casings on the frames and centre supporting column should be make of
hygienic stainless steel.
6. Mattress should be radio lucent and suitable for fluoroscopy.
7. Measurements: (all dimensions are approximated to +/_10% variations)
a) Height : 730-1040 mm
b) Side tilt : + 15 degrees
c) Back section adjustment : -15 degrees to 70 degrees
d) Foot section adjustment : -90 to 0 degrees, detachable
e) Trendelenburg : 25 degree
f) Anti trendelenburg : 25 degree
g) Head section adjustment : -40 to -30 degree, detachable
h) Maximum width : 55 mm
i) Length : 1950 mm
4.1 System as specified
4.2 Accessories should include
a. Padded arm rest with straps – pair with damps
b. Anaesthesia screen with clamps
c. Side supports : pair with clamps
d. Shoulder supports : pair with clamps
e. Knee crutches : Pair with damps
f. X-Ray cassette tray
g. Kidney bridge
h. SS bowl with clamps
i. Infusion rod with clamp
5.1 The unit shall be capable of being stored continuously in ambient temperature of 0-
50 deg C and relative humidity of 15-90%.
5.2 The unit shall be capable of operating continuously in ambient temperature of 10 –
40 Deg C and relative humidity of 15-90%
7.1 Should be FDA, CE, UL or BIS approved product
7.2 Manufacturer should be ISO certified for quality standards.
7.3 Should have local service facility. The service provider should have the necessary
equipments recommended by the manufacturer to carry out preventive
maintenance test as per guidelines provided in the service/maintenance manual.
7.4 Comprehensive warranty for 2 years and 5 years CMC after warranty.

Page No.227
Schedule No. : 95
Tender Code: 15-70/2016-LH(S)

Specification of ICU Ventilator (Respiratory Ventilator)

1. Should have facility for invasive and Non-invasive ventilation.


2. Microprocessor Control suitable for Pediatric and adult ventilation.
3. Electromagnetic Compatible Hinged arm holder for holding the circuit.
4. Should have built in touch color screen TFT display of minimum 10” or more for display or
waveforms and Monitored value.
5. Should have inbuilt facility to upgrade with Etc02.
6. Facility to Measure and display :-
a) Status indicator for ventilator mode.
b) Battery indication
c) Pressure Vs time Vs volume Vs time, Flow Vs time 3 curves/waveform.
d) Alarm setting.
7. Automatic compliance and leakage compensation for circuit and ET Tube.
8. Should have facility of log book, for events and alarms with date & time.
9. Should have following settings:
a) Tidal volume (Minimum at least 50ml, Maximum up to 2000ml)
b) Inspiratory Pressure (upto 80cm of H2O)
c) Respiratory rate 1 to 80 bpm
d) Apnoea back up rate
e) CPAP/PEEP
f) Pressure support
g) Fi02
h) Pause Time
i) Pressure & flow Trigger
j) Inspiratory flow up to 120 Lpm
10. Monitoring and Display of the following Parameters
a) Airway Pressure (Peak & Mean)
b) Tidal volume (Inspired & Expired)
c) Minute volume (Inspired & Expired)
d) Respiratory mechanics
e) Spontaneous Minute Volume
f) Total Frequency
g) F102 dynamic
h) Intrinsic PEEP
i) Plateau Pressure
j) Resistance & Compliance
k) Use selector Alarms for all measured & monitoring parameters
l) Occulusion Pressure
m) Pressure Flow & Volume curves
11. Modes of ventilation equipped with newer modes of ventilation :-
a) Assist/control
b) Volume control
c) Pressure control
d) Pressure support
e) SIMV with pressure support (Pressure and volume control)
f) PEEP
g) Inverse ratio Ventilation
h) Non invasive ventilator – BIPAP, CPAP
Page No.228
i) Apnea Ventilaton, User selectable, volume & pressure control

12. Should have built in safety alarms for Airway pressure High & low, Minute volume, High
& low, power failure, low oxygen, High Respiratory Rate, Air source in operable.
13. Should have inbuilt exhalation filter.
14. Compressor should be of same company inbuilt/mounted with ventilator assembly.
15. Should have compatibility with existing central pipe line.
16. Humidifier
a) Servo controlled heated Respiratory Humidifier
b) Temperature of delivered Gas on LED display
c) temperature should be adjustable
d) Jar should be autoclavable.
17. Quality Certification : Valid CE/BIS/US FDA
18. Demonstration of the quoted model is must, preferable on site.
19. Nebulization assembly compatible with ventilator and circuit.
20. Should have interface facility.
21. Flow sensor should have life more than 1 year.
22. Expiratory Unit-Life should be more than 3 years
23. Data storage facility for at least 24hrs.
24. Internal rechargeable battery at least 30 min. backup.
25. Should be supplied with compatible UPS.
26. Should have flow sensors at the time of quoting the tender
27. CMC for 5 years and cost of consumables spares.
28. Source : Indigenous/Imported
29. Warranty 5 years from the date of installation
30 Standard Accessories along with :
a) Patient breathing circuit of silicon for Adult & Paediatric (reusable)
b) Non invasive ventilator mask reusable for adult (3 sizes) and paediatric according to
age – 4 set each.
c) ET tube cuff pressure monitor and HME filter – 10

Page No.229
Schedule No. : 96
Tender Code: 15-71/2016-LH(S)

Technical specification of Q SWITCH Nd-Yag Laser

1. It should have 4 lamps freq. doubling laser generators.


2. Should be EO active technology based q switch
3. It should have both wavelength 532nm and 1064 nm
4. It should have flat beam profile
5. It should have direct beam delivery – seven articulated arm
6. It should have spot size 1-7 mm and adjustable on handle
7. It should have energy level 200-1400 mj
8. It should have pulse width 5-10 ns
9. It should have pulse rate 1-10 Hz
10. Input power supply should be 220-230 VAC/50 Hz
11. Should be light weight around 30 kg.
12. Should have short warm up time.
13. Demo should be provided if required.
14. It should have us FDA or CE certified.
15. Should have warranty for 5 years and CMC should be quoted for 5 years
separately.

Page No.230
Schedule No. 97
Tender Code No. 11-59/2016-LH(S)

General Specifications for High Temperature Steam Disinfection System

A. The equipment should consist of the following:


1. Pressure: 6 bars pressure
2. Steam Temperature: 160 Degree C
3. Vacuum > 21 kPa
4. Steam output adjustment
5. Automatic water filling system for unlimited operation time
6. Eco-Active water filter with HEPA washable filter
7. Vacuum, steam and detergent delivery should be operated from the handle.
8. The washing function can be activated from the machine.
9. Main body in stainless steel. Outer cover Shockproof ABS
10. 2-3 m long steam/vacuum hose.
11. Side tanks for degreasing & stain removing agents.
12. Large handle with accessory trays for handling small objects and documents.
13. Should be supplied with various attachments for cleaning and treatment of different
surfaces.
14. Input Voltage : 220 V.

B. General System
1. Steam
2. Vacuum
3. Injection/extraction
4. Hot/cold wash with detergent.
5. Should have an accessory for delivering dry super heated steam at 180 degree C which
can be used for instant disinfection of surfaces, equipment, fabrics etc.
6. Should be safe for application on all surfaces and fabrics.
7. Should be portable
8. Output should be regulated at multiple levels

C. Optional Accessory to be quoted along with system


1. Nozzle for delivering super heated saturated automized steam at high temperature
(180oC)

D. The consumable to be provided with the equipment:


1. Degreasing solution :5 ltrs
2. Stain remover :5 ltrs
3. Sanitizing solution :5 ltrs
4. Consumable for treatment of various surfaces: consumables for treating 20,000 square
feet area
E. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
F. The participating firm must be dealing with the quoted / similar equipment for the last 3
years

Page No. 231


G. Preference will be given to the firms having Delhi based service centre to minimize down
time.
H. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
I. Rates of consumables / accessories items to be quoted separately by the firm which should
be valid for least 3 years
J. Five years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.232
Schedule No. 98
Tender Code No. 11-60/2016-LH(S)

Speciation of Automated Mixed Oxidant Generation System.


1. System should be an automated, compact & mobile unit.
2. It should generate a solution which contains Hypochlorous acid and oxidants like Chlorine
dioxide, Ozone, Hydrogen Peroxide and Sodium Hypochlorite. This generated solution
should have an oxidant concentration of more than 400ppm & a TDS of < 2000ppm.
3. The pH of the solution should be almost neutral (7+1.0).
4. The machine should have 2 cells for uninterrupted working.
5. It should have a real-time LCD display for current & voltage.
6. It should auto identify errors and display the type of error for easy troubleshooting.
7. The machine should have an automatic preventive maintenance cycle for enhanced life
of membranes used in water conditioning.
8. The machine should have automatic descaling of cells.
9. It should have a generation capacity of 40 liter per hour of the final solution.
10. The machine should have been purchased & installed in Govt. hospitals for hospital
infection control.
11. The machine should audit the solution quality in real time.
12. The machine should stop production & prompt the user for preventive maintenance if the
quality isn't upto the mark & go into a preventive cycle without user intervention.
13. It should be CE or USFDA certified, Class I Medical Device.
14. The manufacturer should have ISO 9001-2008, ISO 13485 - 2003, WHO – GMP/ GPP
certifications.
15. The machine should be demonstrated in front of the constituted technical committee & the
crucial parameters like: TDS, pH & oxidants concentration should be demonstrated as per
the specs.
16. The machine should be quoted along with the consumables (30 packs of 10 ltr).
17. This one liter of electrolyte solution should generate 50 Ltr. of solution with >400 ppm of
oxidant concentration.
18. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)

19. The participating firm must be dealing with the quoted / similar equipment for the last 3
years
20. Preference will be given to the firms having Delhi based service centre to minimize down
time.
21. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.

Page No.233
22. Rates of consumables / accessories items to be quoted separately by the firm which should
be valid for least 3 years
23. Five years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.234
Schedule No. 99
Tender Code No. 11-61/2016-LH(S)

SPECIFICATION OF HIGH SPEED STERILIZER

1. High Pressure High Speed Instrument Sterilizer, size: 400mm dia x 600mm depth, single hinge
door suitable for operation on electricity Electric load 18KW Cap. 79 Ltrs.
2. The unit will have chamber and door plate made of stainless steel 316 qlty., back plate and
steam generator of stainless steel argon-arc welded with tubular mild steel stand.
3. Steam working pressure 2.1Kg / cm2 corresponding to working temperature of 1340 C.
4. The Sterilizer would be capable of sterilizing instrument in 6 to 7 minutes.
5. The Sterilizer would be incorporated with the following mountings and fittings:
a. Automatic with pre-selected programs.
b. Mechanical ejector.
c. Self sterilizing vacuum drier.
d. One spring loaded safety valve and one vacuum breaker.
e. Chamber discharge line would consist of one plug screen, one swing check valve, one
steam tap and one extra connection with wheel valve for fast exhaust.
f. Automatic self locking device – The door would have automatic locking device when it
is under pressure.
g. Stainless steel electric steam generator fitted with 3nos. 6KW heaters each, one low
water protection and one automatic pressure controller, one air break contactor with on /
off switch indicating lamps, gauge glass assembly for the steam generator would have
2nos. automatic shut off valves. The heaters would be mounted on a thick stainless steel
plate.
h. The jacket would be insulated with glass wool and covered with stainless steel cover.
6. The unit would be provided with High Pressure Feed Water Pump for filling of water into the
steam generator when under pressure with interconnecting piping etc.
7. The sterilizer will be provided with SPECIAL type of COPPER SENSOR and other related
accessories for boiler by which you can save the ELECTRIC and WATER consumption
drastically and by which you can save the overall cycle time.
8. The Digital display at front panel will show the following parameters:
a. Chamber temperature.
b. Cycle no.
c. Batch no.

Page No.235
d. Time & Date.
e. Alarm indicator.
f. Error display.
g. Low water indicator.

9. The unit would be manufactured as per ISI specifications and also would bear ISI certification
Mark IS:3829 ( PART-II), ISO 13485 : 2003 and CE certified.
10. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
11. The participating firm must be dealing with the quoted / similar equipment for the last 3 years
12. Preference will be given to the firms having Delhi based service centre to minimize down time.
13. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
14. Rates of consumables / accessories items to be quoted separately by the firm which should be
valid for least 3 years
15. Two years of standard warranty followed by five years Comprehensive maintenance contract.
CMC Rates should be quoted in price bid

Page No.236
Schedule No. 100
Tender Code No. 11-62/2016-LH(S)

SPECIFICATION OF HOT & COLD WATER STERILIZER

1. Hot & Cold Water Sterilizer consists of two reservoirs, one for hot sterile and other for cold
sterile water. The reservoirs would be made of 18/8 quality stainless steel and argon arc
welded. Welds would be ground and reservoirs would be given satin finish.
2. The reservoirs would be operated independently. The working temperature would be about
1210C (2500F ) corresponding to 1.2Kg / cm2 ( 17psig) pressure. The reservoir sould be tested
hydraulically to two times the working pressure.
3. Capacity ( of each reservoir ) : 40 Litres.
4. Electric load ( of each reservoir ) : 6 KW
5. Two self-sterilizing filters, one for water and the other for inlet air would be provided in each
reservoir. The air filter would be packed with non-corrosive metal wool to admit only filtered
air. The water filter would have a glass inspection window and packed with replaceable felt
and cotton pads.
6. Cold sterile water reservoir would have a cooling coil. The coil would be tinned completely
from outside with pure block tin. Outlet of the coil would have a valve to control flow of
cooling water.
7. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
8. The participating firm must be dealing with the quoted / similar equipment for the last 3 years
9. Preference will be given to the firms having Delhi based service centre to minimize down time.
10. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
11. Rates of consumables / accessories items to be quoted separately by the firm which should be
valid for least 3 years
12. Two years of standard warranty followed by five years Comprehensive maintenance contract.
CMC Rates should be quoted in price bid

Page No.237
Schedule No. 101
Tender Code No. 11-63/2016-LH(S)
SPECIFICATION OF A-V SHUNT INSTRUMENTS & GENERAL INSTRUMENTS SET

1. MAIER POLYPUS FORCEPS, WITH RATCHET, CVD 2 Nos


2. BACKHAUS TOWEL HOLDING FORCEPS, 110MM, 4 Nos
3. TOWEL CLAMP, 115 MM LENGTH 2 Nos
4. SCALPEL HANDLE, NO. 3 2 Nos
5. DISSECT.SCISS.,METZENBAUM,145MM,CVD.DURO 1 No
6. SCISSORS, DELICATE, STRAIGHT, 95 MM 1 No
7. IRIS AND LIG. SCISS., ANGL.TO SIDE,110MM 1 No
8. DISSECT. SCISSORS, JAMESON-WERBER,130MM 1 No
9. OP. SCISSORS, STR., BL/SH, 145 MM, S 1 No
10. TISSUE FORCEPS, AM. PATT., 1X2 T., 145MM 2 Nos
11. NON-TRAUMATIC VESSEL FORCEPS 150 MM 2 Nos
12. ATR.-FORCEPS "ULTRA-LIGHT", STR.,150MM 1 No
13. IRIS DISS. FORCEPS, STR., 100MM 2 Nos
14. MICRO-HALSTED HEMOST.FORC., CVD., 125 MM 4 Nos
15. HALSTED MOSQUITO FORCEPS, STRAIGHT,125MM 2 Nos
16. PEAN ARTERY FORCEPS, STRAIGHT, 130 MM 2 Nos
17. MICRO-ADSON HEMOSTATIC FORCEPS, 140 MM 1 No
18. BABY-MIXTER FORCEPS, 140 MM 1 No
19. MINI BULLDOG CLAMP,STRAIGHT, 35 MM LONG 2 Nos
20. MINI BULLDOG CLAMP,CURVED, 45 MM LONG 2 Nos
21. MUELLER VESSEL CLIP, FOR VEIN, STRAIGHT 2 Nos
22. MUELLER VESSEL CLIP FOR VEIN, CURVED 2 Nos
23. MICRO NEEDLE HOLDER, CURVED, 160 MM 1 No
24. DUROGRIP-NEEDLEHOLDER,RYDER,135MM,DELIC. 1 No
25. DUROGRIP CRILE NEEDLE HOLDER, 150 MM 1 No
26. RETRACTOR, FINE PATTERN, 2 BLUNT PRONG 2 Nos
27. DESMARRES, LID RETRACTOR 2 Nos
28. WEITLANER RETRACTOR,2X3 TEETH,SEMI SHARP 1 No
29. INTERIOR BOX FOR BL 930 1 No
30. LABORATORY DISH, 0.16 L 1 No
31. LABORATORY DISH, 0.4 L 1 No

Page No.238
32. KIDNEY TRAY, 250 MM 1 No
33. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
34. The participating firm must be dealing with the quoted / similar equipment for the last 3
years
35. Preference will be given to the firms having Delhi based service centre to minimize down
time.
36. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
37. One year replacement warranty.

Page No.239
Schedule No. 102
Tender Code No. 11-64/2016-LH(S)

SPECIFICATIONS FOR ENDOSCOPIC ASEPTICIZATION UNIT


1. A unit should be suitable for storage and drying of endoscopes
2. It should made up of stainless steel with translucent door including two compartment
3. It should have UV lamps in germicidal; band of 2537A for sterilization
4. It should allow to secure the storage of at least 10 endoscopes within 72 hours after
disinfection program
5. Should have dimensions : H 220-240 x L 100-110 x P/D 70-80 cm
6. It should be equipped with tangential flow turbine ventilation system to create vertical and
horizontal air circulation over Ultra Violet Sources.
7. It should have pre filter and HEPA filter for filtration of the medical air up to 0.3 micron
8. It should have the provision for connection of the medial air to the endoscopes
9. It should have a tray for collection of liquid
10. It should have the specific connector made up of universal quick action coupling & silicon
obturator
11. It should be equipped with circular rack with a motorized devices for limit handling of
endoscopes
12. It shows the various storage parameter like
A) Identification of the material
B) Duration & uniformity
C) Temp.
D) Hygroscopy
E) Ventilation cycle of the channel
13. It should have facility to record and restore these parameters at the time of removal of the
endoscopes
14. It should have the sealable grid located on the lower part of the compartment for evacuation
of surplus air
15. It should have the differential pressure controller for filtration system
16. It should have facility for inlet the fresh air for dissipation of the heat induced by ventilator.
17. It should have an elapsed time counter to monitor the operating time of the UV Sources
18. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
19. The participating firm must be dealing with the quoted / similar equipment for the last 3
years
20. Preference will be given to the firms having Delhi based service centre to minimize down
time.
21. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
22. Rates of consumables / accessories items to be quoted separately by the firm which should
be valid for least 3 years
23. Five years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.240
Schedule No. 103
Tender Code No. 11-67/2016-LH(S)

Specification of Portable 3 D Ultrasound Bladder Scanner

1. Should be US FDA approved or European CE certified


2. Ultrasound Instrument should be based on 3D technology.
3. Should be able to scan whole bladder to measure urinary bladder volume quickly, safely,
automatically and non-invasively. Should not require presence of any Radiologist to conduct
the test.
4. It should be user friendly and should be supplied with LCD Touch Screen Tablet with full
Alphanumeric keyboard, design for easy operation with displaying readable large font and
Real-Time 3D High Resolution Ultrasound Images.
5. Should be based on non-invasive technique.
6. Should not require any ultra sonographers to conduct the test.
7. Should have 3D sector probe scanning.
8. Should be supplied with Built-in rechargeable battery.
9. Should be supplied with Built-in thermal printer.
10. Should have internal patient data storage facility.
11. Report should include two bladder snap shot
12. Should have scanning Depth of minimum 20 cm
13. Should be light weight & should not weigh more than 3Kg
14. Should have tissue harmonic imaging facility.
15. Should have facility to optimize frequency for adult and small child (3.0 / 5.0 MHz).
16. The System should be compact.
17. Technical specification
A. Probe: 3D mechanical sector
B. Standard ultrasonic frequency of operation: 2-3 MHz
C. Volume measure range: 0ml - 999ml.
D. Volume measurement accuracy: ±10%, ±20ml (On tissue equivalent phantom)
E. Scan time: around 3-5 second.
F. Operation methods: touch screen
G. USB port: connect with the computer via this port(video signal only)
H. Battery backup life: 3-4hours
18. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)

Page No.241
19. The participating firm must be dealing with the quoted / similar equipment for the last 3 years
20. Preference will be given to the firms having Delhi based service centre to minimize down time.
21. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
22. Rates of consumables / accessories items to be quoted separately by the firm which should be
valid for least 3 years
23. Five years of standard warranty followed by five years Comprehensive maintenance contract.
CMC Rates should be quoted in price bid

Page No.242
Schedule No. : 104
Tender Code: 15-72/2016-LH(S)

Cautary Machine

1. Description of Function
1.1 Electrosurgical units or Cautery are required to provide cutting and coagulation electrically
during surgery.
2. Operational Requirements
Microcontroller-based isolated Electo Surgical generator.
3. Technical Specifications
3.1 The Machine should have independent bipolar and Monopolar generators.
3.2 For protection of patient the machine should have isolated patient ciruits.
3.3 It should have facility for simultaneous usage of both Bipolar and monopolar modes.
3.4 It should have colour coded panel to select monopolar or bipolar mode.
3.5 It should meet following technical parameters, Monopolar
Cut – 300W – 4000W
- 150W – 170W

Bipolar – 15W – 50W


3.6 It should have following basic accessories.
A. Foot Switches
B. Active electrode handle with cable and plug 12
C. Active finger switch 10
D. Loop electrodes

Size -10mm 10
Size -6.5 mm 10
E. Plates 06
F. Bipolar cable 12
G. Bipolar forceps of different size and shapes 12
- 250mm bayonet fine tipped 02
- 150mm straight fine tipped 04
- 200mm bayonet fine tipped 06
4. System Configuration Accessories, Spares and consumables
4.1 System as specified.

5. Environmental Factors
5.1 The unit shall be capable of being stored continuously in Ambient temperature of 0-50 deg
C and relative humidity of 15-90%.
5.2 The unit shall be capable of operating in ambient Temperature of 20-30 deg C relative
humidity of less than 70%.
5.3 Shall meet IEC-60601-1-:2001 (or Equivalent BIS)
General requirement of Safety for Electromagnetic compatibility or should comply with
89/366/EEC: EMC-directive.
1. Power Supply
1.1 Power input to be 220-240 VAC, 50 Hz fitted with Indian Plug.
1.2 Resettable over current breaker shall be fitted for protection
1.3 Voltage corrector/stabilizer of appropriate ratings meeting ISI Specifications. (Input 160-
260V and output 220-240V and 50Hz.
2. Standards, Safety and Training
Page No.243
2.1 Manufactures/Supplier should have ISO certificate to Quality Standard.
2.2 Should be complaint with IEC 61010-1 : (Or any international equivalent eg EN/UL 61010)
covering safety requirements for electrical equipment for measurement control and
laboratory use.
2.3 Should be FDA, CE, UL OR BIS approved product.
2.4 Comprehensive training for lab staff and support services Till familiarity with the system.
2.5 Patient system should be guaranteed by Return Electrode contact Quality Monitor System
which should automatically switch off the unit together with audiovisual alarms in case of
power supply disconnection of the platein the event of wire break off or loose connection.
If the plate is not installed underneath the patient or it has a crack the system should not
work.
2.6 Certified to be complaint with IEC 60601-2-2 Medial Electrical Equipment Part 2-
2:Particular requirement for the safety of High Frequency Surgical Equipments.
3. Documentation
3.1 User/Technical/maintenance manuals to be supplied in English.
3.2 Certificate of calibration and Inspection.
3.3 List of Equipments available for providing calibration and routine maintenance support as
per manufacturer documentation in service / technical manual.
3.4 List of important spare parts and accessories with their part number and costing.
3.5 Log book with instructions for daily, weekly, monthly and quarterly maintenance checklist.
The job description of the hospital technician and company service engineer should be
clearly spelt out.
3.6 Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning
the page/para number of Original catalogue/data sheet any point, if not substantiated with
authenticated catalogue/manual, will not be considered.
Should have warranty for 2 years and CMC should be quoted for 5 years separately.

Page No.244
Schedule No. : 105
Tender Code: 15-73/2016-LH(S)

Surgical magnifying Loupe 06 Nos

1. Should have magnification of 4X

2. Should have wide field of vision 80-100mm

3. Should have working distance not less than 45-50cm

4. Should be customized to the surgeon in terms of inter-pupillary distance and


diopteric power.

5. The telescope should be mounted on a headband.

6. Should not hamper peripheral vision

7. Should be light weight

8. Should have ergonomic design.


Should have warranty for 2 years and CMC should be quoted for 5 years separately.

Page No.245
Schedule No. : 106
Tender Code: 15-74/2016-LH(S)

Technical specification for Ceiling mounted LED examination light

1. Should be single dome with rotation of more then 340 deg.


2. The heat filtration system should be based on aluminium reflector.
3. The light head should be designed with min 30-40 single colour LED lamps.
4. Light LED source should be rated for more than 40000 hours.
5. Should have additionally integrated 90-100 lux ambient light.
6. Should be seamless with sealed construction and should be light weight.
7. Maximum illuminance at 1 mtr: 100,000 lux to 120000lux.
8. Digitally controlled intensity dimming capability.
9. Colour fixed temperature 4000K to 4500 K
10. COLOUR RENDERING INDEX CRI >90 and R9>96
11. Illumination depth of field of approx: 60-70 cm.
12. Light head should be supplied with extra 4 no aluminium sterilizable handles and 20
disposable cover for light handle.
13. Should have US FDA or CE ( conformity with europian directive 93/42/EEC) Certification.
14. All technical specification should be supported by printed literature from the manufacturer.
15. Installation of LED light should be carried out by the firm.
16. Warranty for 2 years and CMC should be quoted separately for 5 years.

Page No.246
Schedule No. :107
Tender Code: 15-75/2016-LH(S)

TOURNIQUET ELECTRONIC (AUTONMATIC)

1. Should be an electronic automatic tourniquet.


2. Should have facility to use single and dual cuff tourniquet.
3. Should not require any external high pressure air.
4. Should have continuous and bright display for actual cuff pressure, set pressure
and time.
5. The cuff pressure should not be released on power failure
6. Should be possible to increase and decrease the setcuff pressure online
7. Should have facility to release cuff pressure without disconnecting the cuffs
fromthe machine
8. Should have a cuff pressure from 10 to 400 mmHg
9. Should have a timer setting from 10 minute to 3 hours.
10. Should have audible and visual alarm for pressure increase and decrease from the
set value.
11. Should have audible and visual alarm for reaching the set time
12. Should be supplied with two sets of good quality cuffs (Upperlimb-2, Lower limb-2)
for pediatric and adult size
13. Unit should function with 200-240Vac, 50/60 Hz input power supply.
14. Should be CE marked or US fda approved
15. warranty for 2 years and CMC for 5 years. Price of CMC should be quoted
separately.

Page No.247
Schedule No. : 108
Tender Code: 15-76/2016-LH(S)

Skin Graft Mesher


1. Description of Function
1.1. Skin Graft mesher is used to expand the skin graft so that a large wound can be
covered with a relatively smaller skin graft.
3. Technical Specifications
3.1 Should be made of high quality medical grade stainless
3.2 Should have adjustable cutting blades in a single mesher
3.3. Should be able to cut and expand graft in the ratio of 1:1 to 1:5 in a single mesher.
3.4 Should be prevent graft rolling and shearing
3.5 Should have uniform meshing
3.6 Should be upgradable to powered system.
3.7 Should have sterilizing case and should be sterilizable.

5. Environmental factors
5.1. Shall meet International standards.
5.2 The unit shall be capable of operating continuously in ambient temperature of 20-30
deg C and relative humidity.
5.3 The unit shall be capable of being stored continuously in ambient temperature of 0-
50 deg C and relative humidity of 15-90%.
7. Standards, Safety and Training
7.1 Should be FDA, CE, UL or BIS approved product.
7.2 Manufacturer should have ISO certification for quality.
7.4 Comprehensive Warranty for 2 years and 5 years CMC after warranty including
UPS.

8. Documentation
8.1 Certificate of calibration and inspection
8.2 List of important spare parts and accessories with their part number and costing.
8.3 Log book with instructions for daily, weekly, monthly and quarterly maintenance
checklist. The job description of the hospital technician and company service
engineer should be clearly spelt out.
8.4 User/Technical/Maintenance manuals to be supplied in English.
8.5 List of Equipments available for providing calibration and routine preventive
Maintenance support. As per manufacturer documentation in service/ technical
manual.
8.6 Compliance Report to be submitted in a tabulated and point wise manner clearly
mentioning the page/Para number of original catalogue/data sheet. Any point, if not
substantiated with authenticated catalogue/manual will not be considered.

Page No.248
Schedule No. : 109
Tender Code: 15-77/2016-LH(S)

Arthroscopy Set(Arthroscopic, Sheath and Obturator) 2.7mm 30 degree

To be used in arthroscopic surgeries of of small joints like wrist, ankle, pediatric hip and knee. It
should have :

Wide Angle, Direct View High Definition Arthroscopic

Light Guide insertion on opposite side of the direction of view with a J-lock fixation for

cannula.

Working Length of Not more than 120mm

Optimal centre-to-edge resolution for enhanced picture quality

Angle of view: 30 degree

Diameter 2.7

Fiber optic light transmission incorporated

Standard ocular window for coupling the camera head

Scratch resistance sapphire quoted tip lens

Advanced Rod lens system for optimum brightness, contrast and definition

Arthroscopies should be supplied with compatible cannulas high flow, double valve, fully

rotatable with fenestrated tip & conical and blunt tip obturator.

Sheath- 3mm to 4mm, high flow diagnostic cannula, double valve, fully rotatable cannula

with fenestrated tip.

Trocar-3mm to 4mm conical obturator to fit with cannula.

All equipment should be autoclavable, USFDA approved.

Comprehensive Warranty 2 years and post warranty 05 years CMC.

Page No.249
Schedule No. : 110
Tender Code: 15-78/2016-LH(S)

Arthroscopy Set(Arthroscopic, Sheath and Obturator) 4mm 70degree

To be used in arthroscopic surgeries of knee and shoulder. It should be :

Wide Angle, Direct View High Definition Arthroscopic

Light Guide insertion on opposite side of the direction of view with a J-lock fixation for

cannula.

Working Length of Not more than 160mm

Optimal centre-to-edge resolution for enhanced picture quality

Angle of view: 70 degree

Diameter 4mm

Fiber optic light transmission incorporated

Standard ocular window for coupling the camera head

Scratch resistance sapphire quoted tip lens

Advanced Rod lens system for optimum brightness, contrast and definition

Arthroscopies should be supplied with compatible cannulas high flow, double valve, fully

rotatable with fenestrated tip & conical and blunt tip obturator.

Sheath- 5.95 to 6.0mm, high flow diagnostic cannula, double valve, fully rotatable cannula

with fenestrated tip.

Trocar-4.5mm conical obturator to fit with cannula.

Comprehensive Warranty 2 years and post warranty 05 years CMC.

Page No.250
Schedule No. 111
Tender Code No. 11-68/2016-LH(S)

Specifications of Powered OT Table

1. Should be a mobile universal operating table with direct motor driven adjustment of height,
lateral tilt, trendelenburg / anti-trendelenburg and Trevor.
2. It should be 100% oil free.
3. Should have a powered adjustment of minimum 250 mm or more
4. Adjustment of the column functions should be via cable remote control.
5. Should have additional operating panel with status indicators for tabletop orientation.
6. The Table should work on Two Main Battery and should have Two Back up batteries (dual
system – 4 batteries). These batteries should be integrated in the column, which can be
charged via a separate charging cable that also serves for direct mains operations if needed.
7. Basic tabletop should consist of seat section and back section that can be adapted and
extended to meet the requirements of all the surgical disciplines by combining it with other
tabletop components.
8. The system should have Electrical and functional safety with Microprocessor and Sensor
Technology Module.
9. Completely x-ray translucent tabletop.
10. Pads should be integrally foamed, electrically conductive, soft and detachable, Velcro-free
system for optimum hygiene and durability.
11. Should have stable running gear with 4 large double castors with a minimum diameter of
125 mm & a fifth wheel for easy maneuvering.
12. Should have switch for brake.
13. The OT Table should be fully compatible with Integration at a later date.
14. The table should be USFDA approved/ European CE and UL certified.
15. Tabletop frame, column cladding, side rails and running gear frame should be made from
disinfectant-resistant, easy to clean stainless steel & completely rust proof.

Column drive Electro-mechanical


Height adjustment (with pads) motor
Trendelenburg/Anti-Trendelenburg 650 mm – 1100 mm
Tilt 25-35°/25-35°
Leg section up/down ±15° or more
Back section up/down +20°/–90°
Longitudinal slide +80°/–40°
Patient weight 250 mm or above
Upto 450 kg

16. The systems should be quoted with following accessories:


a. Arm positioning support - 2 nos.
b. Anaesthesia Screen extendable - 1 nos.
c. Suspended arm strap set - 2 nos.
d. Infusion pole with 2 hooks - 1 nos.
e. Body strap with locking Clamps - 2 nos.
f. Lateral support height adjustable - 2 nos.
g. Clamps - 4 nos.

Page No.251
h. X-ray-cassette holder – 1 nos.
i. GOPEL leg support – 2 nos.
j. Horse shoe shaped head rest – 1 nos.
k. Price of other accessories quoted separately in price bid.
l. The system should be supplied with 2 years warranty and CMC rates quote for 5
years after warranty period.
17. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
18. The participating firm must be dealing with the quoted / similar equipment for the last 3
years
19. Preference will be given to the firms having Delhi based service centre to minimize down
time.
20. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
21. Rates of consumables / accessories items to be quoted separately by the firm which should
be valid for least 3 years
22. Five years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.252
Schedule No. 112
Tender Code No. 11-69/2016-LH(S)

SPECIFICATION OF SHOCKWAVE THERAPY UNIT

1. The unit should work on the Electro-Pneumatic based principal.


2. The unit should have Ballistic shock wave generation system.
3. The unit should have Pneumatic Pressure adjustable from 1.5 Bar to 4 Bar.
4. The unit Should have Multiple Pulse Operating Mode
5. Should have repetition rate for (Frequency) of 1Hz -20Hz
6. Should have pre-setting of impulses with frequency.
7. Should have Compressed Air Supply range of 5-6 bar
8. Should have at least 15 treatment protocols with preset recommended settings.
9. Should have minimum 200 personalized treatment protocols
10. Should have at least 2500 patients’ files with automatic treatment history storage.
11. Should have USB memory port to upgrade software and easily export data.
12. Should display the Flux density mJ/mm square on the display screen.
13. Should have complete therapeutic guide of clinical data, contraindication and scientific
publications for each indications.
14. The unit should have touch screen panel with LCD/LED display.
15. The unit should be mounted on customised Wheel Cart for easy transportation of the
equipment along with the compartment for compressor.
16. Should have the provision to set the number of pulses from 500 to 2500 & should have an
increase of 500 pulses per step.
17. The Shockwave applicators should have the impulse counters on the hand unit
18. The Shockwave applicator hand unit should have a soft covering to absorb the shock impact
19. The unit should be supplied with the customized transportation case for the main
equipment.
20. Should be able to show the remaining pulses by blinking LEDs
21. For ease of operation & trouble shooting there should be provision on the unit to show the
error in case of failure of hand piece/software/air pressure.
22. Should be supplied with:
(i) Control Unit
(ii) Radial Applicator with 6mm & 15mm interchangeable heads

Page No.253
(iii) Power Applicator with interchangeable 10mm & 15mm radial heads, 15mm focus
head, 15mm trigger head and 36mm planer head.
(iv) Customised trolley with provision of cable holding & jel bottle holder.
17. The unit should be FDA approved.
18. The unit should be CE certified according to 93/42 EEC Certification
19. The unit should work on 230 VAC & 50 Hz.
20. Should work in environment temperature of -100C to 400C.
21. Should bear the relative humidity between 10% to 95%.
22. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
23. The participating firm must be dealing with the quoted / similar equipment for the last 3
years
24. Preference will be given to the firms having Delhi based service centre to minimize down
time.
25. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
26. Rates of consumables / accessories items to be quoted separately by the firm which should
be valid for least 3 years
27. Five years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.254
Schedule No. 113
Tender Code No. 11-70/2016-LH(S)

Specification for Flexible Ureteroreno Fiberscope (Video Scope)

1. Should have facility for optical enhancement of capillary vessels and fine patterns in the superficial
layer of mucosa of ureter and kidney
2. Insertion tube rotation function which should help in orientation of the scope tip
3. High resolution CCD chip integrated into the scope tip for superior image quality.
4. Direction of view 0 degree Telescope & field of view 80-90 deg
5. Videoscope outer diameter should be around 3 – 3.5 mm
6. Working length of videoscope should be approx. 600 – 700 mm
7. Instrument Channel should be around 1.2 mm for biopsy
8. Video scope compatible with existing imaging systems (Wolf / Storz / Olympus)
9. Angulation range : Up 180 Deg / Down 275 Deg
10. Should have leakage testing port for routine maintenance
11. Should have US-FDA and CE Certificate
12. Accessories:
a. Compatiable Access Sheath: 5 Nos
b. Leakage Tester: 1 No
c. Compatiable Nitinol Basket : 2 Nos
d. Compatiable Biopsy Forceps: 2 Nos
e. Compatiable Grasping Forceps: 2 Nos
13. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed institution
(Performance report to be attached)
14. The participating firm must be dealing with the quoted / similar equipment for the last 3 years
15. Preference will be given to the firms having Delhi based service centre to minimize down time.
16. Demonstration whenever required should be arranged. The firms must have installation of quoted /
similar model in NCR.
17. Rates of consumables / accessories items to be quoted separately by the firm which should be valid
for least 3 years
18. Two years of standard warranty followed by five years Comprehensive maintenance contract. CMC
Rates should be quoted in price bid

Page No.255
Schedule No. 114
Tender Code No. 11-71/2016-LH(S)

Specification For Environmental Decontamination System with ULV Fogger


1. Should be designed to kill Bacteria, viruses and fungus in the indoor air
2. Should eliminate other environmental pollutants like particulate matter and VOC
3. Should have different modules for air filtration, air decontamination, fumigation
4. Should be suitable for areas of > 30 square meter
5. Air Filtration Module
A. Should have multi-stage mechanical particle arrestors for removing particles with a very
high efficiency.
B. Should have nano photocalytic filter for continuously decomposing VOCs.
C. Should have non Zeolite based dual compound chemisorptions filter for removal of
gaseous pollutants including VOC.
D. It should have maintenance of air purification by 2 UV Lamps using Ultra Violet
Germicidal Irradiation technique for maximum efficacy
E. It should monitor the UV intensity online & indicate UV change requirement either
visually or acoustically.
F. It should have a continuous real time online monitoring of HEPA filter which should
give an indication in case of choking breach of filter integrity.
G. The air flow should be adjustable between 430cubic meter/ hr to 200 cubic meter per
hour.
H. Should be made of non conducting, shock proof material

6. Air Decontamination Module


A. Should use flash thermal energy for decontamination of air
B. Should not use any toxic chemical like ozone or disinfectants for air disinfection and
decontamination
C. Should be fan free & chemical free

7. Fumigation Module
A. Compatible with all types of water based disinfectants including acidic, alkaline,
oxidizing, quaternary ammonium based, peroxide and silver nitrate combination.
B. Produce nearly invisible droplets of particle size 0.1 -10 microns.

Page No.256
C. Suitable for 100 ~ 1,000 square feet area
D. Made of corrosion proof, durable body made of heavy duty nylon material.
E. Should be provided with a stand with 360° rotation

8. Controller System
A. All the modules should be turned on / off remotely using one controller
B. Should be capable of handling air volume of > 3000 cubic feet.
C. The system should be manufactured by high quality manufacturers.
D. Must be ISO 9001-2008, ISO 14001 – 2004, ISO 13485 - 2003, WHO – GMP/ GPP
certified company
E. System should be CE Certified as Class I medical device

9. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
10. The participating firm must be dealing with the quoted / similar equipment for the last 3
years
11. Preference will be given to the firms having Delhi based service centre to minimize down
time.
12. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
13. Rates of consumables / accessories items to be quoted separately by the firm which should
be valid for least 3 years
14. Five years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.257
Schedule No. 115
Tender Code No. 11-82/2016-LH(S)

SPECIFICATION OF ULTRASONIC PACHYMETER WITH THERMAL


PRINTER

1. Automatic measurement algorithm senses when probe is properly aligned.


2. Should be able to measure central and peripheral cornea thickness; multiple corneal maps
with graphical display.
3. Measurement range from 300 to 1000 microns enabling measurement of cornel flap.
4. Built-in probe sensitivity test and calibration confirmation.
5. Display current and average of all measurements.
6. Frequency: Not less than 20MHz.
7. Biometry Accuracy: at least 5 µm.
8. Display Resolution: 1µm.
9. Should be able to Store at least 15 measurements by cornea location.
10. Build-in printer.
11. Operational in 200-240 V AC 50/60 Hz input supply.
12. Warranty for two years followed by CMC for five years.
13. CMC Rates should be quoted separately
14. Demo will be taken (It is a must and non-compliance will lead to disqualification).
15. Rates of accessories / consumables to be quoted separately and rates to be frozen for five
years.

Page No.258
Schedule No. 116
Tender Code No. 11-86/2016-LH(S)

SPECIFICATIONS FOR DEFIBRILLATOR

1. DESCRIPTION OF FUNCTION
 Defibrillator is required for reviving the heart functions by providing
selected quantum of electrical shocks with facility for monitoring vital
parameters

2. OPERATIONAL REQUIREMENTS
 Should be compact , light weight, easy to use, biphasic defibrillator
 Should monitor ECG and display them
 Should be able to print ECG on thermal papers
 Should be capable of doing synchronized cardio version.
 Can be operated from mains as well as battery.

3. TECHNICAL SPECIFICATIONS
 Should be a low energy biphasic defibrillator monitor with recorder,
having capability to deliver shock from 2 joules to 200 joules.
 Should monitor ECG through paddles, pads and monitoring electrodes
and defibrillate through pads and paddles
 Should compensate for body impedance for a range of 25 to 150 ohms
 Should have a built in 50 mm strip printer
 Should have charging time of less than 5 seconds for maximum energy
 Should have high resolution more than 8 inch colour display for viewing
monitoring parameters like ECG, SpO2, NIBP and etCO2 with 4
waveform capabilities of 4 seconds.
 Should have external and internal paddles with a paddle contact
indicator- for good paddle contact. Both Adult and pediatrics paddle
should be available.
 Should have event summary facility for recording and printing at least at
least 55 events.
 Should have a battery capable of usage for at least 5 hours of
monitoring
 Should be capable o printing reports on event summary, configuration,
self test, battery capacity etc.
 Should have facility for self test/check before usage and set up function.

Page No.259
 Should have facility to monitor parameters like SpO2, NIBP, and etCO2
along with non invasive pacing (Demand & fixed mode) facility.
 Should be able to upgrade the defibrillator for 12 lead ECG monitoring
and ECG transmission.

4. SYSTEM CONFIGURATION ACCESSORIES , SPARES AND


CONSUMABLES
 Defibrillator with AED and External Pacemaker-01
 Adult and built in paediatric external paddles-01
 Patient cables-01
 ECG Rolls- 50
 Adult Sp02 reusable sensor-01
 Adult NIBP cuff and hose -01
 Et CO2 Tubing (box of 20) -01 box
 AED Multifunction Pads for Adults- 10 pair with each unit

5. ENVIRONMENTAL FACTORS

 The unit shall be capable of operating continuously in ambient


temperature of 5-45 deg C and relative humidity of up to 95 %.
 Shall meet IEC -60601-1-1-2:2001 (or Equivalent BIS) General
requirements of safety for electromagnetic compatibility.

6. POWER SUPPLY
 Power input to be 120-240 VAC , 50-60 Hz
 Should have a battery capable of usage for at least five hours.

7. WARRANTY AND TRAINING


Should provide:
 Two years warranty and five years CMC
 Comprehensive training for staff
 Manual in English
 List of prominent institutes/hospitals where already installed.

Page No.260
Schedule No. 117
Tender Code No. 11-87/2016-LH(S)

TREADMILL SPECIFICATIONS

DESCRIPTION: A Treadmill runs continuously in a circular pattern. It has multiple


uses in exercise training, adult fitness program and obesity control management.
1. TREADMILL
 Should be heavy duty medical treadmill.
 Should have stop/ start button for emergency stop.
 Should have zero start.
 Should be US-FDA Approved.
 Should have running surface of 56× 160 cm or above.
 Should have elevation range of 0% to 25 %
 Should have speed range of 0.1 to 19 km/h
 Should have user weight capacity of 40 to 200 kg or higher.
 Walking surface must be a double sided polished for prolonged product
life span.
 Emergency stop button must be available
 Height adjustable hand rails must be available as standard feature.
 10 pre-defined exercise protocols with ability to customize up to 50
protocols.
 4.0HP PWM DC brushless servo motor delivers 6.0 peak HP.

2. DISPLAY
The display screen must be 24’’ or more and it should support 1900× 1200 or
1900 ×1080 resolution and it should display following parameters:
 Exercise time
 Target and max HR with % of target achievement
 HR and MET’s (Metabolic Equivalents) trends
 NIBP trends
 ST level trends
 Zoomed ECG with reference trace in background
 ST profile with reference level in background
 Context view of complete study from pre-exercise in recovery.
 3-6-12 lead real time ECG rhythm
 12 lead average display.
 Speed of treadmill.

3. ECG RECORDING REQUIREMENTS


Page No.261
 Should be PC based cardiac work station and with provision of providing
resting & exercise ECG in one unit.
 Should have radio frequency based wireless connectivity and Acquisition
module to acquire diagnostic quality ECG data.
 Each wire of patient cable set should be detachable, so that each cable can
be changed in case of faulty cable.
 The ECG acquisition sampling rate should be 40,000 samples/ seconds/
channel.
 System should have at least 24’’ display for easy access.
 Should have facility to review from full discloser storage post-exam.
 Should have facility to hide, zoom ECG, Context ECG view and trends at
any time.
 System should have 50mm sweep speed selection for ECG display.
 Should have full disclosure of all 12 leads for beat to beat analysis.
 The final report should include information on blood pressure, heart rate,
MET’s, Treadmill speed/Grade, ST trends relating to stage & recovery
phase and duke treadmill score etc.
 Automatic calculation & display of MET’s.
 System should support Time and MET’S ramped protocol.
 System should show recovery elapsed time in %.
 System should support left to right work flow.
 System should support user defined ST measurement points.
 System should have special filters to reduce noise artifacts, motion artifacts,
baseline artifacts during stress test.
 System should be capable to store full disclosure ECG data for later review
using page review mode.
 System should support multi login password protected access.

4. PC REQUIREMENTS
 Window 7 Professional
 i 3 or better processor
 4 GB RAM
 500 GB Hard Disk
 Two serial port
 Minimum 4 USB port.
 24” screen LCD monitor
 External KBB and Optical mouse

Page No.262
5. UPS REQUIREMENTS
 1000 VA(Microtek/APC/Elnova) with approx. 20 minutes power backup.

6. PRINTER REQUIREMENT
 System should provide online printing of ECG prints on high quality laser
printer manually and automatically during stress testing.
 Facility to get system generated auto statement report.

7. PERFORMANCE CHARACTERISTICS:
Should have following performance characteristics:
 Defibrillation protected
 Input impedance:>100 Mohm
 CMRR:>100 db

8. ACCESSORIES
A) Trolley must be of good quality and specially designed for stress testing
system.
 Must be on wheel
 Must have facility to fix the LCD monitor.

B) NIBP Cuff Compatible with Machine


9. ELECTRICAL SAFETY
 Safety class :1
 Type protection: CF
 ANSI/AAMI EC11-1991, Diagnostic Electrocardiograph Devices
 IEC 60601-1:1988, Medical Electrical equipment. Part 1: General
requirements for safety. Including amendment 1:1991-11 and amendment
2:1995-03.
 IEC 60601-2-25:1993, Medical Electrical equipment. Part 2: particular
requirements for safety of Electrocardiographs, including amendment 1:1995-
05.
 Council Directive 93/42/EEC of 14 June 1993 concerning medical devices.(
Medical Device Directive)
 IEC 60601-1-2:202001-09, Medical Electrical Equipment – Part 1: General
requirements for safety.
 Sub part 2. Collateral Standard: Electromagnetic Compatibility- Requirements
and tests.

10. ENVIRONMENTAL

Page No.263
 Operating temperature : + 10 to +40 deg. C(+50 to + 104 Deg F)
 Storage temperature : - 40 to +70 deg.C(-40 to +158 deg F)
 Operating relative humidity : 10 % to 95 % , non condensing.
 Storage relative humidity : 10 % to 95 % , non condensing.
 Operation/ Storage atmospheric pressure : 500 hPa to 1060 HpA.

11. The product should be US-FDA approved.


12. 5 Years warranty and 5 years CMC. CMC Rates should be quoted in price bid.

13. DOCUMENTATION:
 User/Technical/ Maintenance manuals to be supplied in English.
 Certificate of calibration and inspection from the manufacturer.
 List of equipments available for providing calibration and routine preventive
maintenance support as per manufacturer service/ maintenance manual by
supplier.
 List of important spare parts and accessories with their part number and
costing of information only.
 Compliance report to be submitted in a tabulated with point wise manner
clearly mentioning the page/ para number with authenticated catalogue/
manual, without which it will not be considered.

Page No.264
Schedule No. : 118
Tender Code: 15-80/2016-LH(S)

Ultrasonic Bone Scalpel System

1. Harmonic scalpel suitable for cortical bones for fine bone surgery.

2. It should cause minimum damage to the soft tissues, vessels and nerves.

3. The system should have minimum of 6 surgical angled; R & L tips


(accessible to all surgical areas) for all kind of interventions, one hand piece
with LED and 10 irrigation sets.

4. Directed airing system with a tray for instruments/tips to be inserted should


be equipped with automatic cycle phases, filters and electric commands.

5. The straight hand piece with LED mounted on it for maximum visibility of
surgical site should offer smooth & precise cutting with oscillations.

6. It should have autoclavable cables, hand pieces.

7. All tips should be provided in an autoclavable container.

8. Additional straight hand piece with LED, 10 irrigation sets and 10 user
selectable tips should also be quoted with the main offer.

9. The prices for all consumables should be quoted separately with validity up
to warranty period.

10.The system should meet the highest International safety standards and
should be manufactured by ISO certified company.

11.The bidder should provide performance certificates / SUPPLY ORDERS of


the offered system from the users from well known medical
institutes/hospital like AIIMS, PGI, Other Pvt Hospitals etc.

12.Rates of all consumables if any to be freezed for 5 years, and to be quoted in


tender document.

13.European CE / USFDA

14.Physical demonstration (if required)

15.Warranty 5 years + CMC 5 years

16.Best Quality / ergonomic / user friendly

Page No.265
17.L1 will include CMC cost also

18.Preventive maintenance every 3 months with log book entry.

19.In a year more than 95 % of the time should be in the working condition, any
delay in repair should be compensated by standby machine for that period /
penalty for the delay in repairs.

Page No.266
Schedule No. : 119
Tender Code: 15-81/2016-LH(S)

OPERATING THEATRE LAMP SYSTEM


The light source should be LED based Technology with Single white LED design.
Light Combination : Double arm Operation theatre Ceiling Mount
Lights with LED (Light Emitting diode
Technology)
Light Intensity : Main Light 160,000 Lux,
Satellite Lamphead130, 000 LUX.

Colour Temperature : 4500º K as per International DINN standards


Colour rendering Index R(a) : >=96.
Red Colour rendering Index R(9) : >94.
Field Size Continuously : Main Lamphead 17-28cms
Satellite17-28 cm

Temperature at Surgeons Head : 0.50 C.


No. of LED : Main Lamphead - 28 No
Satellite Lamphead – 21 No

Depth of View : 120cms


LED Life : more than 40000 Hrs.
LED Life : More than 40000 Hrs. Guaranteed
The Display on the Cardanic bow
indicates in hours the use.

Handling :Soft touch Membrane control for controlling the


intensity of LED, Special functions for Endo-surgery,
DEPTH FUNCTION
Power Consumption : for Main Lamphead it should not more than 45W
And for Satellite Lamphead not more than 30W

It should be possible to control Intensity and Depth function with Sterilizable handle, so
during the surgery surgeons can select any of this function as per their requirement.

Lamphead Diameter : For main Lamphead it should have Lamphead


diameter of 570mm and for satellite Lamphead it should have 490mm for better laminar
air flow compatibility
Camera Preparation : The main Lamphead should have the full HD camera
Preparation which should be capable of using the full high definition camera as per the
users requirement in future,and should be outside Sterilizable handle for better visibility.
It should be homogenous lights
Design should be Suitable for Laminar Flow with LF index not more than 28
Should be provided complete with transformers, dimmer INTCON on lamphead, 2
additional sets of sterilisable handles.
Sterilisable Handle base should be long lasting of Aluminium with hard PUC/PU coating
The Lamphead should have a red LED Pointer (in addition to the standard LED lamps)
to indicate the centre of focus/recording area
Coer Glass should be Splinter Protected for Accidental damage and should be
insensitive to regular Disinfecting liquids.

Page No.267
Required spares and consumable for 8 years after warranty period is over
It should follow International Safety Standards according to DIN 60601 etc &
Requirement with European CE Certifications&USA FDA APPROVED.
Demonstration at hospital site is compulsory
Power supply 230 V ac, 50Hz
Training to End user should be provided
Operating manual should be supplied

The installation base of the LED lamp system should be present in India.

Five Years warranty with 5 years CMC. CMC rates should be quoted in price bid.

Page No.268
Schedule No. :120
Tender Code: 15-82/2016-LH(S)

ORTHOPAEDICS GENERAL INSTRUMENTS


Used in orthopaedic surgery. It should be made of corrosion resistance surgical grade stainless
steel. Should be autoclavable. Should be sterilized by any means.
S.No Instrument Specification Quantity
1 Forceps toothed and non toothed 10 each

2 Kochers forceps 25

3 Allies forceps 25

4 Towel clip 40

5 Sponge holder 10

6 Scissor cutting and curved 10 each

7 Self Centering Bone Holding 150, 190, 240, 260, 280(in 2 each size
Forceps mm)

8 Reduction Forceps Serreted 140, 170, 200, 240, 2 each


280mm
9 Reduction Forceps Pointed 140, 180, 210, 240 in mm 2each

10 Patella Holding Forceps 175, 210, 240 in mm 1each

11 Lane Bone Holding Forceps 12’’, 17 ½’’ 2each

12 Lowman Bone Clamp Small,medium , large 1 each


13 small medium , large 1each
Wire Passer

14 Steinman Pin Introducer 2

15 Artery forceps (mosquito) Curved and stright 50

16 K wire cutter For cutting 2.5 mm 06


diameter
17 Large Bone Lever 6

18 Lanes Bone lever Serrated 4

19 Gelpi Retractor 6-3/4” 3

20 Bone Nibbler S/A Straight/Curved, 6”, 7”, 8” 3each


21 Bone Nibbler D/A Straight/Curved/Angular, 3each
9-1/2”, 10-1/2’’
22 Bristow’s Retractor 2

Page No.269
23 Rongers Double angled 5 each
small and medium
24 Curved artery forceps Large 20

25 BP handle Long handle 4

26 Mayo scissor Medium 8

27 K. Wire Bender 2

28 Cerclage Wire Tightner 2

29 2
Wire Twister

30 Fergussion’s or Lion Bone 12’’, 17 ½’’ 1each


Holding Forceps

31 Jumbo cutter 1

32 Pliers 4

33 Wire Bender/Cutter/Extractor 8’’ 4

34 Wire tensioner 2

35 Osteotome with ss handle and 5mm,10mm,15mm, 20mm 3 each


Fiber Handle/ straight and 25mm
curved
36 Chisel with Fiber Handle, 04mm to 24mm 1each
Straight

37 Giglli saw 10

38 Bone Hammer S.S: 1 pound 2 pound 1each

39 Bone Hammer with Fiber Handle 350, 500 gram 1each

40 Universal Bone Drill 2


Closed Gear with chuck &
key

41 Nerve Root Retractor, Straight, 1each


Upward, Downward

42 Dura retractor 2

43 Spinal RoungersUp Cutting, 2-5 mm 3 each


Down Cutting

44 Laminectomy forceps 2

Page No.270
45 Bone Cutting Forcep S/A 7’’, 9’’ 2 each

46 Bone Cutting Forcep D/A 7-1/2” and 9 1/2’’ 2 each


Straight and Curved,

47 Tudar Edward Bone Cutting 2


Forcep

48 Pituitary forcep Straight, 2 each


Upward, Downward

49 Langenbeck Retractor 1-3/4” X 1/2”, 7/8” X 1/4” 2each

50 Mc Dowel’s Disector 1each


Up Cutting, Down Cutting

51 Self Retaining Retractor Different size 1 each

52 Charnley retractor 1

53 Bone Gouges with fiber handle 5mm, 10mm, 15mm, 1each


straight & curved 20mm, 25mm

54 Bone File 1

55 Bone hook 3/8”, 1/2”, 3/4”, 1” 1 each

56 Wire Tightener With 1


Ebonite Hdl.(z-shape)

57 Hohmann retractor 8mm, 12mm, 18mm, 20, 1each


22, 25, 30,35,40,45,70
58 T- handle 4

59 Universal screw driver set Set consists of: 6 (six) 1 set


double ended screw driver
bits — small & large
single slot, cross &
cruciate,
3.5mm & 4.5mm hex,
small & large phillips,
small & large torx — a
handle which
accommodates any of the
above bits, and a
sterilization case.

60 Bone reduction forcep 5 1/4" stepped pointed 2

61 Pointed Drill Guide 6" for 4.5mm cort 2

Page No. 271


62 Sharp hook 6” 2

63 Volkman Double Ended Curettes 4

64 Bone Curettes with Fiber Handle 2


65 Chisel Stille type S.S. Straight / 4mm to 24 mm 1 each
Curved

66 OsteotomeStille type S.S. 4mm to 24 mm 2 each


Straight /Curved

67 2
Cobbs Elevator
68 Cappners Gouge straight and 1 each
curved deep

69 4mm to 24 mm 1 each
Gouge Stille type S.S. Straight /
Curved

70 Skin Hooks One Prong, Two Prongs, 2 each


Three Prongs

71 FarabufRugine, Straight/Curved 2 each

72 Martin’s Cartilage Clamp 2

73 ManiscusForcep Angled Jaw 2

General instructions:
Sample of all above item needs to be submitted for demonstration prior to finalization of
technical comments.
Item should be European CE/US FDA/BIS approved
Replacement warranty of one year for all above instruments should be present.

Page No.272
Schedule No. : 121
Tender Code: 15-83/2016-LH(S)

Technical specifications of Shoulder Positioner

It is used in placing and holding shoulder in favourable position in any axis during

arthroscopic and open surgeries.

 Should have full range of positioning systems to fit all major extremities.

 Should be battery operated limb positioner

 Should offer instantaneous limb repositioning with in sterile zone itself

 Should deliver exceptional control in beach chair position for shoulder. Should keep

patient stable throughout the surgery. Should deliver reproducible position for patients

arm. Should provide easy access to surgical site.

 Should deliver exceptional control lateral decubitus position for shoulder. Should deliver

internal and external rotation while maintaining traction adduction and abduction as easy

as stepping on a pedal linear and lateral distraction.

 Should deliver exceptional control in Elbow positioning. Should provide positioning

option for lateral prone and supine positions. Provide superior access for both open and

arthroscopic procedures. Should provide control of supination and pronation.

 Should deliver exceptional control in Wrist positioning. Should control and measure

traction. Should provide control of supination and pronation. Should provide positioning

of hand, wrist & distal forearm procedures should provide 360 degree access to wrist and

hand.

 Should deliver exceptional control in Knee positioning. Should provide stable limb

positioning. Should be able to deliver superb range of motion and access to knee joints.

Should be simple in handling to achieve multiple orientations for repositioning and

access of knee joints.

Page No.273
 Should deliver exceptional control in Ankle positioning. Set up for ankle should be quick

and easy. Should provide measurable traction throughout procedure.

 Should come with a distal activation switch which can be attached to the sterile drape of

the patient and can be used to reposition the shoulder by applying small pressure

 Should come with universal square rail clamps to be connected in available universal OT

table.

 Should have the provision for additional battery backup.

 Should come with the battery charger

 Should come with a cart to make it comfortable to move from one place to another.

 Must be USFDA, EC and ISO approved

 Comprehensive Warranty 5 years and post warranty 05 years CMC

Page No.274
Schedule No. : 122
Tender Code: 15-91/2016-LH(S)

Technical Specifications for Laparoscopic Hand instruments

1. HD Telescope 0 degree 5.0mm(One) - High definition panoview plus telescope


Diameter 5 mm, angle of view 0 degree, full screen, Distortion free, autoclavable,
working length 250-350 mm.

2. HD Telescope 30 degree 5.0mm(One) - High definition panoview plus telescope


Diameter 5 mm, angle of view 30 degree, full screen, Distortion free, autoclavable,
working length 250-350 mm.

3. Laparoscopic trocar sleeve 10 mm( 4 in no.)- Trocar sleeve 10 mm dia, with magnetic
ball-valve with tap, Oblique distal tip, Working Length 100 mm.

4. Laparoscopic trocar sleeve 5.5 mm( 4 in no.)- Trocar sleeve 5.5 mm dia, with magnetic
ball-valve with tap, Oblique distal tip, Working Length 100 mm.

5. Laparoscopic trocar sleeve 3.5 mm( 4 in no.)- Trocar sleeve 3.5 mm dia, with magnetic
ball-valve with tap, Oblique distal tip, Working Length 100 mm.

6. Laparoscopic needle holder 3.0 mm(2 in no)- Laparoscopic needle holder 3.0 mm,
Working Length 250-350 mm

7. Laparoscopic needle holder 5.0 mm(2 in no)- Laparoscopic needle holder 5.0 mm

8. Laparoscopic trocars- Trocar with pyramidal tip working length 100 mm, 10mm(4 in
no. ), 5.5mm ( 4 in no.), 3.5mm (4 in no.)

9. Laparoscopic grasping & dissecting forceps 5.0 mm ( 2 in no.)- modular & grasping
and dissecting forceps, maryland dissector, curved with fine horizontal serrations, double
action jaws, Diameter 5mm, working length 250-350 mm.

10. Laparoscopic grasping & dissecting forceps 3.5 mm ( 2 in no.)- modular & grasping
and dissecting forceps, maryland dissector, curved with fine horizontal serrations, double
action jaws, Diameter 5mm, working length 250-350 mm.

11. Laparoscopic metzenbaum scissors 5.0 mm ( 3 in no)- monopolar modular system,


metzenbaum curved left, double jaw action without locking mechanism, rotatable,
working length 250-350 mm.

12. Laparoscopic metzenbaum scissors 3.5 mm ( 3 in no)- monopolar modular system,


metzenbaum curved left, double jaw action without locking mechanism, rotatable,
working length 200-350 mm.

Replacement Warranty 1 Year.

Page No.275
Schedule No. : 123
Tender Code: 15-22/2015-LH(S)

TECHNICAL SPECIFICATION FOR FULLY AUTOMATIC RECTANGULAR STEAM


STERILIZER

1) Horizontal rectangular high pressure automatic steam sterilizer with internal Capacity 850-
950 Ltr).
2) The unit should be provided with Micro-processor based control panel for controlling entire
cycle of sterilization and steam pulsing automatically.
3) Sterilization chamber, doors and jacket should be made of high quality 316 L / 316 Ti steel.
Certificate of the said steel quality must be provided by the manufacturer.
4) The Door should be vertically / horizontally sliding with safety locks, manual actuation of
doors and automatic door sealing.
5) Vacuum pump should be incorporated with the unit to create vacuum for total evacuation of
the air from the chamber.
6) The cycles of sterilization should be programmable with choice of different time &
temperature (121/134 degree Celsius) setting with their corresponding pressure (1.2/2.1
kg/cm square).
7) The load after sterilization should be moisture free with post sterilization vacuum drying to
ensure load is dry on unloading.
8) Stainless steel electric boiler made of 316 L / 316 Ti steel should be provided with good
quality immersion heaters which should be able to sustain an electric load corresponding to
the requisite capacity of the machine.
9) All pipes and valves in touch with steam should be made up of AISI 304 Stainless Steel /
Copper (Combined with Copper 90 % and 10 % Nickel).
10) Power input to be 440 VAC, 3-phase, 50Hz.
11) Machine should have pressure and safety valve.
12) The machine should have a provision for automatic filling of water into the steam generator.
Water consumption should be minimum preferably. Suitable water purification system
should be provided as per the system requirement for sterilization unit and should be
installed , run and maintained by the supplier / firm as per the warranty and AMC terms.
13) A water level cut out to protect heaters from running with low water level should be
provided.
14) It should have mechanism to control and keep the pressure constant in the jacket.
15) The digital display at front panel to show the temperature of chamber, pressure in the jacket
& chamber, cycle number, batch number, time & date, alarm indicator (for high and low
temperature), error code, low water indicator / alarm etc should be provided on the touch
screen.
16) Computerized recording device with inbuilt printer should be provided that will
automatically and continuously monitor and record dates, times of day, load, and
identification number and operating parameters.
17) Stainless steel loading carriage with two perforated & adjustable shelves should be provided
along with a suitable M.S. trolley moving on casters from same manufacturer and should be
made of 304/316 grade stainless steel.
18) Loading carriage should have two stainless steel detachable arms for protection to load on
three sides.
19) Trolley should have two locks one for locking carriage with trolley & second for locking
trolley with sterilizer & there should be break system for trolley wheels.
20) Installation should be free of cost with satisfactory biological indicator report and Bowie
Dick test packs that should be provided for standardization for 500 cycles.

Page No.276
21) Five years onsite warranty after installation including electric parts and heating elements
and thereafter five years CMC rates to be provided including everything (list of spares and
consumables). Servicing to be provided at least every three months and as and when
required at rates compatible with Government of India norms.
22) Service centre should be Delhi based.
23) The manufacturing firm should have spares availability in India and must have their own
trained service engineers based in Delhi / NCR.
24) List of at least three users along with contact number and performance report of the similar /
quoted model from a government hospital / institute of good repute based in India should be
provided.
25) The equipment should be European CE / US FDA certified and should comply with
sterilization standard EN 285.
26) User / Technical manual in English should be provided along with original catalogue with
all features highlighted as asked in Technical Specification of the quoted model.
(Documentary proof of all points mentioned in the technical specifications should be
provided, Photocopy / computer generated printouts will not be accepted).
27) All infrastructural work including plumbing and electrical work will have to be done by the
supplier.
28) Comprehensive onsite training of staff till familiarity with the system.
29) There should not be any occupational risk to the workers while handling the machine like
bursting of boiler / chamber.

QUALIFICATION CRITERIA
1. The bidder must be a manufacturer or its authorized agent.
2. The manufacturer should have supplied and installed in the last three years or more
from the date of Tender opening of quoted quantity of the same / similar equipment
meeting major specification parameters which is functioning satisfactorily.
3. The bidder / Indian authorized representative of the manufacturer meeting the above
criteria No.1 should have supplied and installed in the last three years or more
from the date of tender opening the quoted quantity of same / similar equipment
which is functioning satisfactorily.
4. The user list and satisfactory performance certificates of last three years or more of
the quoted model or similar model form Govt. / reputed private institutes need to be
enclosed.
5. The purchaser reserves the right to ask for a free demonstration of the quoted
equipment before the opening of the price bid.

Page No.277
Schedule No. : 124
Tender Code: 15-26/2015-LH(S)

Technical Specifications for Mobile C-Arm with Image Intensifier and Fluoroscopy system.

To include:

1. A Mobile C-Arm image intensifier system for application in all Radiology Interventional
procedures, Neurological, Urological, Gastroenterology Surgical procedures and all other
surgical applications. . System should be upgradable to DSA.

B. Mobile Surgical Image Intensifier TV system should be With C-arm for Fluoroscopy,
Pulsed Fluoroscopy, digital radiography and cassette exposure with the following
specification:

C. High frequency generator with automatic power line matching adaptation Motor-driven
remote controlled collimation system with iris diaphragm and semi transparent slot
diaphragm, with, display on the monitor with out radiation. Up-gradable for data exchange
via DlCOM.

D. The C-Arm unit should have larger C arm depth at-least 70cms to reach critical areas with
out repositioning the C-Arm and should have a Film Focus Distance of at-least 90cm
minimum for better geometric definition.

E. Image Intensifier with online dose rate control should be provided to the area of interest.

F. It should be DICOM to storage 200 digital images in 1k x 1k matrix. It should be possible


to save images on CD/Pendrive ETC.

2. Generator: High Frequency wave form with 20KHZ inverter frequency or more in single
tank construction.

I Exposure Voltage range: 40 to 110KV or more

II Fluoroscopy ma Range: 0.2mA to 8mA or more.

III Pulsed Fluoroscopy: 0.2mA to 8mA or more.

IV Digital Radiography Range: 0 2mA to l2mA or more.

V Cassette exposure: Min 20mA, up to 200mAs.

VI X Ray tube: Stationary anode with focal spot size maximum of 0.6mm. Please specify the
heat storage capacity of the tube offered.

VII Fluoroscopy Duration: X-Ray tube should with stand longer fluoroscopy continuously
for 45 Min or more.
VIII Collimation system: Iris controlled Concentric Collimation and transparent Slot
diaphragms. Customer specific Organ program for all operating modes should be present.
IX Image Intensifier: Metal- Enamel Construction with fine detail, high quality input screen
and high resolution output screen with Scattered light trap. Nominal input Diameter 23cm

Page No.278
(9”) Format Change over 23/15cm II tube offered with high resolution Grid Pb. 8/40. CCD
sensor with high resolution TV Standard 625 lines at 50HZ image rotation Continuous ±
180deg or more.
X TV Monitor: Two no.s of at least 18” TFT displays for live and reference image display
High-contrast, anti-glare TFT displays for live and reference image display in 256 gray
scales. 46cm image diagonal, resolution 1280 x 1024 pixels. Horizontal and vertical
viewing angles of 170° each. Luminance max. 600cd/cm²
XI Digital Image System & Storage Capacity: For disk storage of at least 25 images, 1024 X
1024 pixel memory matrix. Image protection feature against overwriting and deletion. Auto
loop for the Fluoroscopy and Pulsed Fluoroscopy modes.
XII Operating Modes: Pulsed fluoroscopy, Pulsed fluoroscopy with last image hold Digital
Radiography, Selection of five different customer specific organ programs for each
operating mode. Display of customer specific organ programs.
XIII Laser Camera, Imager
3. Image Processing: 1024 X 1024 with 12 bits.
C- Arm Movements: Orbital Movement - 130°( -40 to +90°), Angulation ±190° Horizontal
Travel 20 cm, C Arm Depth. Min 70 cm or more, Swivel range ±12.5°, Vertical Travel
Motorized 45 cm, Focus to II distance mm. 100cm or more.
4 Power requirement: Single phase 230V,± 10% 50HZ.

System to be offered with:


a. 6 nos. light weight lead aprons with hanger.
b. Suitable Voltage Stabilizer – 01no.
c. Cassette holder with 02 nos. Cassette with Screens.
d. 1 set Sterile Covers for C-arm, X ray tube and Image intensifier.
e. Thyroid shield-10 nos
f. Lead Glasses/Eye Glasses – 10 Nos
g.Key board
h. Sterile covers.
System should have AERB approval certificate and US FDA and European CE certificate and
should be enclosed compulsorily.
Comprehensive warranty of 05 years followed by 05 years CMC to be quoted in price
bid.

Page No.279
Schedule No. 125
Tender Code No. 11-88/2015-LH(S)

Specification of Neuro Endoscope

A HD CAMERA SYSTEM WITH COMPLETE INSTRUMENT SET FOR INTRACRANIAL


PROCEDURES, ETV, MARSUPIALISATION OF ARCHNOID CYS, COLLODAL CYST,
VENTRICULAR BIPSY ETC
The system should be truly Digital HDTV endoscopic video camera. The system should have the
maximum Resolution of 1920 X 1080 pixels, progressive scan and the consistent use of 16: 9
formats for Input & Output to guarantee genuine HDTV.

 The system should have facility of Optical & Digital Zoom lens to enhance the quality of
Image size & cross specialty usage of the camera system, regardless of the telescope used.

 USB Port for Capturing FULL HD Videos/ HD Stills in External USB drive and direct interface
of USB Printer to facilitate direct printouts.

 System should have facility of controlling additional equipments like light source/ insufflators
and recording device from the camera head.

 System should have facility to offer various visualization modes for surgery and diagnosis by
shifting the color spectrum like BLUE & GREEN light for recognition of the finest tissue
Structures and their differentiation.

 Parallel live display of visualization modes besides white light mode (picture-in-picture).

 Modular design: Digital FULL HD camera module should be compatible for use with video
flexible GI endoscopes.

Technical Specifications:

Image sensor: 3X1/3’’ CCD-Chip.

Pixels 1920 x 1080

AGC: Microprocessor controlled

Lens: Integrated Zoom Lens f = 15-31 mm (2x optical zoom)

Minimum light sensitivity: 1.17 Lux (f = 1.4 mm).

Control buttons: 3 (2 of them freely programmable).

Video output: 2 x DVI-D output, 1 x 3G-SDI output, 3 x camera input for communication
with compatible camera modules, LAN connection, 4 x USB connection (2 x front, 2 x back).

Input: Keyboard input for character generator. 5-


pole DIN socket.

Page No.280
Power Supply:- 100-240 VAC 50/60 Hz

Certified to : IEC 601-1, 601-2-18, CSA 22.2 No. 601, UL


2601 and CE according to MDD, protection class1/CF

Documentation system for digital storage of still images and video sequences, with mains cord,
power supply: 100/240 VAC, 50/60 Hz

Exoscope with Horizontal lence tip & Integrated Illuminator, working distance 25 - 75 cm,
length 11 cm, autoclavable, with fiber optic light transmission incorporated and condenser
lenses.

High Definition Medical Grade Monitor

The monitor should have:

HDTV display in original 16: 9 HDTV format.


1080 p/ 50 & 1080 p/60 displays possible.
LED crystal display.
Max. Resolution of 1920X1080.
Screen diagonal – 26”.
Desk top with pedestal.
Should have the facility of PIP mode.

Specifications

HD TFT Flat Screen Monitor with stand size 26",


Aspect Ratio 16:9 HD format
Brightness : 500 cd/m2

Maximum viewing angle : 178° vertical


Contrast ratio: 1400 : 1
Reaction Time – 8ms
Rated power : 115 watts
Power Supply 100-240 VAC
Screen Dimensions : 643 x 396 x 87mm

Video Inputs : 2* DVI-D , 2* 3G SDI, 1* S Video , Composite 1* RGB/VGA , 1* RS 232 ,


1* RJ 45 Interface.

Output: 1* DVI , 1* 3G SDI, 1* S-Video

Accessories External 24VDC Power Supply, Mains Cord, Pedestal.


Certified to : EN 60601-1, protection class IPX 1

Xenon Light Source with Fiber optic cable

 Lamp type:- Xenon 15V, 300 Watt


 Color Temperatures 6000K
 Light Outlets – 1
 Light Intensity Adjustment :- Continuously adjustable either manually or
automatically by cameras video output signal.
 Should be supplied with Diameter 4.8mm, Length 300cm.
 Certified To :- IEC 601-1 & UL 544 CE According to MDD , protection class 1/CF

Page No.281
Equipment Cart LC, rides on 4 antistatic dual wheels equipped with locking brakes, central beam
with integrated electrical sub distributors with 6 sockets, grounding plugs, Dimensions in mm (w
x h x d): Equipment cart: 830 x 1474 x 730, Shelf: 630 x 25 x 510, Caster diameter: 125 mm
consisting of: Module, equipment cart .

Specification
Sr. No.
Quantity

B
Adult Neuro Endoscopy Set
Telescope & Sheath
Ventriculoscopewith Wide Angle Straight Forward Telescope 6°, angled eyepiece,
outer diameter 6.1 mm, length 18 cm, working channel diameter 2.9 mm,
1 1
irrigation/suction channel diameter 1.6, autoclavable, fiber optic light transmission
incorporated.
Telescope 45°, enlarged view, ø 3.3 mm, length 25 cm, autoclavable, fiber optic
2 1
light transmission incorporated.
Operating Sheath, graduated, rotating, outer diameter 6.8 mm, working length 13
3 1
cm for use with Ventriculoscope
4 Obturator for use with Operating Sheath 1
Hand Instruments
Scissors, pointed, rotating, dismantling, with irrigation connector for cleaning,
5 single action jaws, diameter 2 mm, working length 30 cm consisting of: Metal 1
Handle, without ratchet , Outer Sheath, with scissors insert
Biopsy Forceps, rotating, dismantling, with irrigation connector for cleaning,
6 double action jaws, diameter 2 mm, working length 30 cm consisting of: Metal 1
Handle, without ratchet Outer Sheath, with forceps insert
Grasping Forceps, rotating, dismantling, with irrigation connector for cleaning,
7 double action jaws, diameter 2 mm, working length 30 cm consisting of: Metal 1
Handle, without ratchet , Outer Sheath, with grasping forceps insert
Biopsy Forceps rotating, dismantling, with irrigation connector for cleaning, single
8 action jaws, diameter 2.7 mm, working length 30 cm consisting of: Metal Handle, 1
without ratchet,Outer Sheath, with forceps insert
9 Ventriculostomy Forceps, diameter 1.7 mm, working length 30 cm 1
Forceps, for ventriculostomy, flexible, double action jaws, diameter 1 mm, working
10 1
length 30 cm
Biopsy Forceps, double action jaws, flexible, diameter 1 mm, working length 30
11 1
cm
Scissors, pointed, lightly curved jaws, double action jaws, diameter 1,7 mm,
12 1
length 30 cm
13 Puncture Needle 1
Monopolar , Bipolar & cords
14 Spatula Electrode, unipolar, flexible, diameter 1 mm, working length 45 cm 1
15 Bipolar Coagulation Electrode, diameter 1.7 mm, working length 30 cm 1
Bipolar Forceps, long, flat jaws, outer diameter 2.4 mm, consisting of: Bipolar Ring
16 1
Handle , Outer Sheath , Bipolar Insert, for single use, package of 5.
Unipolar High Frequency Cord, with 4 mm plug, length 300 cm, For use with HF
17 1
units .
18 Bipolar High Frequency Cord, length 300 cm. 1
Accessories to perform Cranial endoscopy
Articulated Stand, reinforced version, only, L-shaped, with one mechanical central
19 clamp for all five joint functions, height 48 cm, operating range 52 cm, with 1
fastene.

Page No.282
Socket to clamp on the operating table, for use with European and United States
20 standard rails, also suited for rails from 25x10 up to 35x8 mm, with lateral 1
clamping element for height adjustment of the articulated stand
Clamping Jaw, metal, for use with instrument and telescope sheaths, clamping
21 1
range 4.8 up to 12.5 mm, with fastener.
22 Adaptor autoclavable, permits telescope changing under sterile conditions 1
Plastic Container for Sterilizing and Storage, perforated, with transparent lid, with
23 inserts for two angeled rigid telescopes, external dimensions (w x d x h): 515 x 1
240 x 84 mm
Plastic Container for Sterilization and Storage of Variable Instrument Sets,
24 perforated, with transparent lid, with silicone mat, two-level storage, (1 additional 1
insert), external dimensions (w x d x h): 545 x 260 x 115 mm.
C PAEDIATRIC NEURO ENDOSCOPE
Telescope & Sheath
Ventriculoscope, small, Wide Angle Straigth Forward Telescope 6°, with angled
eyepiece, outher diameter 3.6 mm, length 18, working channel diameter 1.6 mm,
25 with suction and irrigation channel diameter 0.8 mm, autoclavable, with irrigation 1
adapter, fiber optic light transmission incorporated, for use with: small operating
sheath.
Forward Oblique- Telescope 0°, enlarged view, diameter 2 mm, length 26 cm,
26 1
autoclavable, fiber optic light transmission incorporated.
27 Obturator, for use with operating sheath. 1
28 Obturator, for use with operating sheath and optic. 1
29 Operating Sheath, small, outer diameter 4.5 mm, working length 13.3 cm. 1
Hand Instruments
30 Biopsy Forceps, double action jaws, diameter 1.3 mm, working length 30 cm 1
Scissors, single-action jaws, semi-rigid, diameter 1.3 mm, working length 30 cm
31 1
Unipolar Coagulating Electrode, semi-rigid, diameter 1.3 mm, working length 30
32 1
cm
33 Bipolar Coagulation Electrode, diameter 1.3 mm, working length 30 cm 1
Grasping Forceps, double-action jaws, semi-rigid, diameter 1.3 mm, working
34 1
length 30 cm
Monopolar , Bipolar & cords
35 Bipolar Coagulation Electrode, semi-rigid, O.D. 1.3 mm. 1

Endoscopic Management of CSF rhhinoera , Optic Nerve


D decompression, Pituitary macro and micro
andenomastransclivalchordomas and far extened approaches for all
lessionsfsromCrsitegalie to CV jucniton using
transclivaltransplanumtranscribriform&transsphenoidal approach
Telescope & Sheath
Straight Forward Telescope 0°, enlarged view, diameter 4 mm, length 18 cm,
36 1
autoclavable. Fiber optic light transmission incorporated.
Suction and Irrigation Sheath 0° for endoscopic diagnosis and surgery of the
paranasal sinuses and anterior skull base, vertical oval, diameter 4.8 mm x 6 mm,
37 1
with separate channel for suction and irrigation, for use with Irrigation and Suction
Handles.
Forward-Oblique Telescope 30°, enlarged view, diameter 4 mm, length 18 cm,
38 1
autoclavable. Fiber optic light transmission incorporated.
Suction and Irrigation Sheath 30°, for endoscopic diagnosis and surgery of the
paranasal sinuses and anterior skull base, vertical oval, diameter 4.8 x 6 mm, with
39 1
separate channel for suction and irrigation, for use with Irrigation and Suction
Handles.

Page No.283
Straight Forward Telescope 0°, enlarged view, diameter 4 mm, length 30 cm,
40 1
autoclavable, Fiber optic light transmission incorporated.
Suction and Irrigation Sheath 0°, for endoscopic diagnosis and surgery of the
paranasal sinuses and anterior skull base, vertical oval, diameter 4.8 mm x 6 mm,
41 with separate channel for suction and irrigation, for use with Irrigation and Suction 1
Handles 28161 TD/TT/JD/JT, 723630, Cleaning Accessories 28160 TK - TLL and
HOPKINS® II Telescope 28164 AA
Irrigation and Suction Handle, with push button valve consisting of: Handle, with
42 ergonomic ring handle and finger grip plate, for use with Irrigation and Suction 1
Sheaths
Hand Instrument
43 Elevator,double-ended semi-sharp and blunt, length 26 cm 1
Nucleus Cutting Forceps single action jaws, movable jaw opening upwards,
44 1
diameter 3.5 mm, working length 20 cm
45 Nasal Forceps 45° upturned, size 1, working length 11 cm 1
46 Nasal Forceps, straight, size 1, working length 11 cm 1
Antrum Punch, backward cutting, sheath 360° rotatable, with fixing screw,
47 1
working length 10 cm.
Dissector
Dissector, sharp, round spatula, tip angled 45°, size 2 mm, with round handle,
48 1
length 25 cm
Elevator, sharp, flat long, spatula, tip angled 15°, size 1.5 mm, with round handle,
49 1
length 25 cm
50 Hook, 90°, blunt, length 25 cm, with round handle 1
51 Seeker, 90°, with ball end, diameter 0.4 mm, length 25 cm 1
Scissor
Scissors, straight, with small handle, with cleaning connector, working length 18
52 1
cm
Scissors, curved to right, with small handle, with cleaning connector, working
53 1
length 18 cm
Scissors, curved to left, with small handle, with cleaning connector, working length
54 1
18 cm
Scissors, curved upwards, with small handle, with cleaning connector, working
55 1
length 18 cm
Scissors, upturned 45°, delicate, sheath 360° rotatable, with cleaning connector,
56 1
working length 18 cm
Forceps
Forceps, very delicate, oval cupped jaws 0.9 mm, curved upwards, working length
57 1
18 cm
Spoon Forceps, spoon size 3 x 10 mm, single action jaws, working length 17 cm
58 1

59 Miniature Grasping Forceps, serrated, straight, working length 18 cm 1


Minature Forceps, through- cutting, with fine flat jaws, bite 1 mm, straight,
60 1
working length 18 cm
Nasal Forceps, with extra fine flat jaws, through-cutting, tissue sparing, width of
61 cut 1.5 mm, straight sheath, straight jaws, with cleaning connector, working 1
length 18 cm
Nasal Forceps, with extra fine flat jaws, through-cutting, tissue sparing, width of
62 cut 1.5 mm, straight sheath, jaws angled upwards 45°, with cleaning connector, 1
working length 18 cm
Nasal Forceps, with extra fine flat jaws, through-cutting, tissue sparing, width of
63 cut 1.5 mm, straight sheath, jaws angled downwards 45°, with cleaning 1
connector, working length 18 cm
Curette
Curette, round spoon, tip slightly angled, size 2 mm, with round handle, length 25
64 1
cm

Page No.284
65 Curette, round spoon, tip angled, size 2 mm with round handle, length 25 cm 1
66 Curette, round wire, ID 3 mm, tip angled 45°, with round handle, length 25 cm 1
Ring-Curette,round wire, ductile, ID 3 mm,tip angled 45°, with round handle,
67 1
length 25 cm
Curette, round wire, ID 3 mm, distally curved shaft, with round handle, length 25
68 1
cm
69 Curette, stirrup-shape, blunt, with round handle, length 25 cm 1
Monopolar , Bipolar & Cord
Coagulation Ball Electrode, diameter 2 mm, laterally curved, working length 13 cm
70 1
Take-apart Bipolar Forceps, width 1 mm delicate jaws, distally angled 45°,
71 horizontal closing, outer diameter 3,4 mm, working length 20 cm, consisting of: 1
Handle,OuterTube,Inner Tube, Bipolar Insert.
Bipolar Forceps Insert, delicate, 1 mm, distally angled 45°, axial cliosing, axial
72 1
closing, size 3 mm, length 20 cm
73 Bipolar High Frequency Cord , length 300 cm. 1
Suction Tube
Suction Tube, with cut-off hole, drop-shaped, with distance markings,conical distal
74 1
end, 6 Fr., working length 15 cm
Suction Tube, with cut-off hole, drop-shaped, with distance markings, conical
75 1
distal end, 8 Fr., working length 15 cm
Suction Tube, with cut-off hole, drop-shaped, with distance markings,conical distal
76 1
end, tip curved upwards, ball end, 2.4 mm, working length 15 cm
Suction Tube, with cut-off hole, drop-shaped, with distance markings, conical
77 1
distal end, malleable, 6 Fr., working length 15 cm
Suction Tube, with cut-off hole, drop-shaped, with distance markings, conical
78 1
distal end, malleable, 8 Fr., working length 15 cm
Insulated Cannula for suction and coagulation, O.D.: 3 mm, 90° curved, working
79 1
length 16cm
Punch
Bone Punch, detachable, rigid, upbiting 60° forward, size 1 mm, working length
80 1
17 cm
Bone Punch, detachable, rigid, upbiting 60° forward, size 2 mm, working length 17
81 1
cm
Bone Punch, detachable, rigid, downbiting 60° forward, size 1 mm, working length
82 1
17 cm
Bone Punch, detachable, rigid, downbiting 60° forward, size 2 mm, working length
83 1
17 cm
Plastic Container for Sterilization and Storage of Variable Instrument Sets,
84 perforated, with transparent lid, with silicone mat, two-level storage, (1 additional 1
insert), external dimensions (w x d x h): 545 x 260 x 115 mm.

E Instrumention set for Parcutaneos Lumbar Interlaminar and


Transforaminal Endoscopic Suurgery without GA (General Anesthesia )
Telescope & Sheath
Wide Angle Telescope 25°, oblique view, outer diameter 6.6 mm, working channel
85 diameter 3.6 mm, length 18 cm, autoclavable, fiber optic light transmission 1
incorporated.
Operating Sheath, distal 45° oblique, integrated irrigation adaptor, outer diameter
86 1
7.5 mm, inner diameter 6.8 mm, length 17 cm.
Dilation Sleeve, with two ports, outer diameter 6.5 mm, inner diameter 1.4 mm,
87 1
length 22 cm.
88 Punch Sleeve, for use with operating sheaths 1
Fixation Handle, for adjustment of dilation sleeves with outer diamter 2.5 - 6.5
89 1
mm

Page No.285
Hand Instuments
Puncture Needle, including stylet, diameter 1.2 mm, working length 25 cm, with
90 1
0.8 mm opening for guide wire
Guide wire, blunt on both sides, Ø 0.7 mm, working length 41 cm, Package of 5
91 1
pc.
X-ray Ruler, with special marking for midline and 2 mm- and cm-slots for
92 1
radiologic measurement, total length 30 cm
93 Mallet, with Nylon replacement, length 22.5 cm 1
Palpation Hook, rotating, dismantling, not insulated, without connector pin for
unipolar coagulation, with Lock irrigation connector for cleaning, with distal ball,
94 bendable to 90°, diameter 2.7 mm, working length 36 cm consisting of: Metal 1
Handle, without ratchet, with plastic rings with larger contact area Outer Sheath
with Palpation Hook Working Insert
Palpation Hook, with distal ball, bendable to 90°, with irrigation connector for
95 cleaning, diameter 3.5 mm, working length 36 cm, consisting of: Metal Handle, 1
without ratchet, Outer Sheath with Palpation Hook Working Insert .
96 Palpation Hook, distally angled 45°, diameter 2 mm, working length 34 cm 1
97 Dissector, Ø 2,6 mm, working length 36 cm, distally 45° bended. 1
Punch, dismantling, 90° downbiting, not through-cutting, working length 30 cm,
98 1
consisting of: Punch Insert , Outer Sheath , Handle .
Punch, dismantling, 45° downbiting, not through-cutting, working length 30 cm,
99 1
consisting of: Punch Insert , Outer Sheath, Handle
Forcepswith distal hook, rotatable, single action jaws, size 3.5mm, working length
36cm, consisting of: Plastic Handle, without ratchet with connector pin for
100 1
unipolar coagulation , Biopsy forceps insert with distal hook, working length 36
cm, diameter 3.5 mm
Grasping forceps with 90° opening, single action jaws, Ø 3,5 mm, working length
101 1
36 cm
102 Grasping Forceps, double action jaws, diameter 2.7 mm, length 36 cm 1
Grasping Forceps, rotating, dismantling, insulated, with connector pin for unipolar
coagulation, with -Lock-adaptor for cleaning, single action jaws, fenestrated, size 3
103 1
mm, length 36 cm, consisting of: Plastic Handle, without ratchet ,Outer Sheath,
with forceps insert
104 Deflectable Punch, Ø3,5mm, working length 360mm. 1
105 Deflectable Forceps, Ø3,5mm, working length 360mm . 1
Trephine, with round handle, inner diameter 3.2 mm, outer diameter 4.2 mm,
106 1
working length 22 cm
Trephine, inner diameter 1.6 mm, outer diameter 2.7mm, working length 30 cm
107 1
with edged handle.
Bipolar & cords
Angled bipolar probe, Ø 2,5 mm, working length 36 cm consisting of Bipolar
108 1
probe insert , Sheath for probe ,Bipolar Spring Handle.
109 Bipolar High Frequency Cord, length 300 cm. 1
Containers for Sterilization
Plastic Container for Sterilizing and Storage, perforated, with transparent lid, with
110 inserts for two angeled rigid telescopes, external dimensions (w x d x h): 515 x 1
240 x 84 mm
Plastic Container for Sterilization and Storage of Variable Instrument Sets,
111 perforated, with transparent lid, with silicone mat, two-level storage, (1 additional 1
insert), external dimensions (w x d x h): 545 x 260 x 115 mm.

F Endoscopic Lumbar Disectomy& Root decompression for all types if disc


Hemiation from Central to Far leteral disc and for treatmettnfo Lumbar
stenosis along with Bilateral decompression using Unilateral approach
Telescope

Page No.286
Forward-Oblique Telescope 30°, eyepiece angled 45°, diameter 4 mm, length 9.5
112 1
cm, autoclavable, fiber optic light transmission incorporated .
Straight Forward Telescope 30°, Eyepiece 45° angled, diameter 4 mm, length 12
113 cm, for use with system, autoclavable, Fiber optic light transmission 1
incorporated.
Localizer
Puncture Needle, including stylet, diameter 1.8 mm, working length 18 cm, with
114 1
1.3 mm opening for guide wire
115 Guide wire, not sterile, diameter 1.2 mm, length 31 cm, package of 10 1
Dilation sleeves
Dilation Sleeve, OD5,2mm, ID 1.5 mm, graduated, length 23cm, colour code white
116 1
Dilation Sleeve, OD8.9 mm, ID 5.3 mm, graduated, length 21 cm, colour code
117 1
yellow
Dilation Sleeve, graduated, inner diameter 9 mm, outer diameter 12.7 mm, length
118 1
19 cm, color code: orange
Dilation Sleeve, OD14.9mm, ID12.9mm, graduated, length 17cm, colour code red
119 1
Dilation Sleeve, OD16.9 mm, ID15.1 mm, graduated, length 15cm, colour code
120 1
green
Dilation Sleeve, OD18.9 mm, ID17.1 mm, graduated, length 14 cm, colour code
121 1
blue
Dilation Sleeve, OD20.9 mm, ID19 mm, graduated, length 13 cm, colour code
122 1
black
Trocar & Attachments diameter 15 mm
Trocar, diameter 15 mm, working length 40 mm, for use with Attachment ,
123 1
Telescope Sheath andTelescope 30° .
Trocar, diameter 15 mm, working length 70 mm, for use with Attachment and
124 1
Telescope 30°
125 Attachment diameter 15 mm for use with Trocar , and telescope. 1
Attachment, diameter 15 mm, for use with Trokars and Telecopes, movable
126 1
inside the trocar
127 Telescope Sheath, movable, for use with Telescope 30° and Attachments. 1
128 Telescope Sheath, 1
Trocar & Attachments diameter 19 mm
Trocar, diameter 19 mm, working length 40 mm, for use with Attachment ,
129 1
Telescope Sheath and Telescope 30°.
Trocar, diameter 19 mm, working length 74 mm, for use with Attachment and
130 1
Telescope
Trocar, diameter 19 mm, working length 97 mm, for use with Attachment and
131 1
Telescope 30°
132 Attachment, diameter 19 mm, for use with Trocars and Telescopes 30° . 1
Attachment, movable inside the trocar, diameter 19 mm, for use with Trocars
133 1
and Telescopes 30° .
Trocar & Attachments diameter 23 mm
Trocar, diameter 23 mm, working length 40 mm, for use with Attachment ,
134 1
Telescope Sheath,and Telescope 30° .
Trocar, diameter 23 mm, working length 76 mm, color code: black, for use with
135 1
Attachment.
Trocar, diameter 23 mm, working length 99 mm, color code: black, for use with
136 1
Attachment and Telescope 30° .
137 Attachment, diameter 23 mm, for use with Trocars , and Telescopes 30° . 1
Attachment, movable inside the trocar, diameter 23 mm, or use with Trocar
138 1
and Telescope 30° .
Bone Punches

Page No.287
Bone Punch, dismantling, 90° upbiting, not through-cutting, 2 mm, working length
139 1
24 cm
140 Bone Punch 40°, upbiting forward, size 2 mm, working length 24 cm 1
Punch, dismantling, bayonet-shaped, fixed, downbiting 40° forward, 2 mm,
141 1
working length 17 cm
Punch, dismantling, bayonet-shaped, fixed, upbiting 40° forward, 2 mm, working
142 1
length 17 cm
Hand Instruments
Spoon Forceps, dismantling, robust, oval, spoon size 3 x 10 mm, single action
143 1
jaws, working length 20 cm
144 Suction Tube, with cut-off hole and stylet, LUER, working length 15 cm, 2.5 mm 1
Suction Tube, with distal nerve retractor, with cut-off hole, LUER-Lock connector,
145 1
diameter 2.7 mm, working length 15 cm
146 Tube, with cut-off hole and stylet, LUER, diameter 4 mm, working length 15 cm 1
147 Hook Scissors, single action jaws, size 2.7 mm, working length 25 cm 1
Palpation Hook, bayonet-shaped, distally angled 90°, with ball end, with round
148 1
handle, working length 20 cm
Dissector dead hand, bayonet shaped, 3 mm, curved upwards, with round handle,
149 1
sharp, working length 16 cm
150 Nerve Hook, distal width 5 mm, bayonet-shaped, working length 16 cm 1
151 Nerve Hook, distal width 3 mm, bayonet-shaped, working length 16 cm 1
Nerve Retractor, hook length 2 mm, diameter 4 mm, angled sheath, working
152 1
length 20 cm
Curette, small, curette size (l x w): 2.7 x 4 mm, bajonet-shaped, distal angled 45°,
153 1
working length 20 cm
Bipolar & Cords
Bipolar Forceps, rounded tip, width 2 mm, outer diameter 3.4 mm, working length
154 20 cm, consisting of: ,Bipolar Ring Handle, Outer Sheath , Inner Sheath ,Forceps 1
Insert
Take-apart Bipolar Forceps, width 1 mm delicate jaws, distally angled 45°,
155 horizontal closing, outer diameter 3,4 mm, working length 20 cm, consisting of: 1
Handle , Outer Tube , Inner Tube , Bipolar Insert
156 Bipolar High Frequency Cord, Length 300 cm 1
Accessories to perform Spinal endoscopy
Articulated Stand, reinforced version, only, L-shaped, with one mechanical central
157 clamp for all five joint functions, height 48 cm, operating range 52 cm, with 1
fastene.
Socket to clamp on the operating table, for use with European and United States
158 standard rails, also suited for rails from 25x10 up to 35x8 mm, with lateral 1
clamping element for height adjustment of the articulated stand
Plastic Container for Sterilization and Storage of Variable Instrument Sets,
159 perforated, with transparent lid, with silicone mat, two-level storage, (1 additional 1
insert), external dimensions (w x d x h): 545 x 260 x 115 mm.

Page No.288
Schedule No. 126
Tender Code No. 11-10/2016-LH(S)

FULLY AUTOMATED 5 PART DIFFERENTIAL HEMATOLOGY ANALYSER

1. It should be fully automated 5 part differential hematology analyser based on


Flowcytometry and Light scattering technology. Instrument should offer automatic start-up,
shut down and sample analysis.
2. Should have discrete analysis modes-CBC, CBC+DIFF, CBC+Retic, CBC+Retic +Diff.
3. Should give parameters i.e WBC, RBC, Hemoglobin, MCV, MCH,MCHC, HCT, RDW-
SD/CV, Platelet count, PDW,MPV, PCT, P-LCR(optional), IPF(optional), Retic%, Retic
parameters, Absolute and % values for Neutrophil, Lymphocytes, Monocytes, Eosinophils,
Basophils, Morphology results(user definable) like WBC : Left shift, Atypical Lymph,
Immature Granulocyte, RBC: NRBC, Aniso, Micro, Macro, RBC ghost(optional) along
with histograms of RBC, WBC and Platelets.
4. Should have an Auto sampler with capacity of 50 and above sample tubes with continuous
sample loading. A single sample rack should be able to cater different tube sizes.
5. The instrument should have a Bar code reader.
6. Should have a high throughput of 100 samples per hour or more in CBC and CBC/Diff
mode and 45 or more samples per hour in Retic mode.
7. Should have multichannel analysis for better resolution and reproducibility like
Dual differential count for WBC
Platelets- should have dual angle light scatter/Impedance/Fluorescent dye based
measurement
RBC- should have light scatter/Impedance based measurement
Hb-Should have photometric/direct cellular measurement
Retic-should have on board light scatter (Fluorescent dye/Retic stain based) for
Reticulocytes.

8. Should have clot detection facility.


9. Should have onboard reagent facility and automatic reagent inventory management.
10. Should have extensive linearity as
WBC-0.0-400X103/µL
RBC-0.0-8.0X106/µL
PLT-0.0-3000X103/µL
Hb-0.0-25.0g/dL
RETIC- 0.0 – 24.5%
11. Should have capability of running CSF and body fluids.
12. Sample volume required in all modes not to exceed 300 µL. Should be able to give all
parameters with finger prick blood sample(i.e with 20 µL)
13. Should have extensive features like
L J plot available,
Delta check available for cumulative review,
Option for Online QC also available,
Patient moving average,
QC file management.
14. Should have comprehensive data management such as

Page No.289
User friendly Windows based software
Network integration possible with Lab information system.
15. Data base storage capacity of 10000 records or more including graphs.
16. Suitable printer to be provided.
17. Should have extended analysis time for cytopenic sample.
18. Should be able to integrate with optional slide maker and stainer.
19. List of full range of consumables and spare parts for closed/open system to be given.
20. Online UPS compatible with instrument with one hour back-up to be provided with each
cell counter.
21. Start-up reagent for initial 10,000 tests to be provided for each cell counter.
22. Demonstration of quoted equipment is essential.
23. Rate of consumables,accessory items and spare parts to be frozen for 3 years.
24. Five years comprehensive warranty and five years Comprehensive Maintenance Contract
thereafter for Cell counter, Printer and UPS.
25. Cost per test to be quoted taking approximately 300 samples to be run per cell counter per
day for a period of three years.
26. Calibration to be done once in 6 months and as and when necessary (Repair, abnormal QC
result etc) by the company personnel.
27. Downtime should be less than 5% of the total running time of the machine which can be
calculated at the rate of working time of 8 hrs per day in the routine lab and 24 hrs per day
in the emergency lab.
28. Penalty clause for the breakdown time to be discussed in pre bid meeting.
29. The company should provide onsite service engineer and similar backup machine in case of
breakdown.
30. Onsite service engineer to run QC on the machine on a daily basis.

Page No.290
Schedule No. 127
Tender Code No. 11-16/2016-LH(S)

Technical Specifications for Automated Liquid Based Cytology (LBC)


System

1. The system should work on the principle of Liquid Based Cytology.


2. The system should be capable of handling a high throughput (45-50 stained
slides/hr.) and able to process multiple specimens at the same time for best lab
efficiencies with Automation.
3. The preservative fluid for Liquid Based Sample collection must be non hazardous
and easy to transport and store with shelf life.
4. The system should be capable of preparing thin layered slides within a minimum 10
mm smear diameter from the specimen for easy analysis and interpretation.
5. The sample collection system should be capable of use with various methods of
specimen collection.
6. The system should have proven capability of minimizing unsatisfactory cases and
should work well with bloody and mucoid specimens without any additional testing
procedures than normal methods for the system.
7. The system should be capable of performing well with Gynecological and Non
Gynecological specimens, including fine needle aspirates.
8. The system should be capable of preparing multiple slides from the same specimen
if required for archiving, research or additional work.
9. The system should be compatible with ancillary tests like immunocytochemistry,
HPV DNA testing.
10. The system should be robust and capable of running at regular electric requirements
as in India.
11. Should provide training component for faculty, research students and Technologist.
12. The cost of bulleted list of reagents, chemicals, slides and other materials required
should be quoted separately.
14. Provision for power backup in case of power failure should be there with the
machine – A suitable UPS or a 6 hr.power back up.
15. The system should supply Preprogrammed Centrifuge machine, Pipette, and
Multivial vortexer.
16. The system should supply 5000 test free of cost (3000 Gynecological and 2000 non-
gynecological test) as a start up kit.
17. Price quoted for accessories, disposables and reagents should be fixed for 5 years.

Page No.291
18. A sturdy customized granite top table of appropriate size and two (2) chairs shoud
be supplied at the time of installation and proper working of the equipment.
19. On sight service engineer should be provided during running of tests whenever
required.
20. Cost per test to be quoted approximately for 10,000 samples to be run per year for 2
years.
21. Cost of equipment, rates of CMC and cost per test for a period of 2 years 0f 10000
samples per year will be calculated for price comparison.
22. Uptime warranty of 98%.
23. Five years warranty and five years CMC.
24. FDA approved for test and equipment.
25. Installation and service reports from Govt/ Prestigious institutes to be attatched.

Page No.292
Schedule No. 128
Tender Code No. 11-26/2016-LH(S)
Specifications for Ultrasonic Surgical Aspirator

The ultrasonic surgical aspirator with the following specifications are required:-

1. The System must be compact with built-in suction facility on trolley.

2. The system should be based on Magneto restrictive or Piezoelectric Technology


with 23 ~ 40 KHz frequency.

3. Should have 3 major functional sub-systems: Fragmentation, Irrigation and


Aspiration (including Bone Dissection facility).

4. Should have tissue select capability of differentiating between firm and tougher
tissues with different controls on the control panel.

5. Should have maximum tip amplitude up to 350 microns or more.

6. Irrigation Pump, Integrated, Adjustable at 0-10 ml/min n and fast flush.

7. Suction Pump, Integrated, Adjustable upto 660 mm Hg.

8. Should have adjustable irrigation and suction settings displayed on the console.

9. Should have suction pathway external to the handpiece housing to enable fast
cleaning and eliminating tissue trap.

10. Should have Co-axial irrigation system to minimize thermal damage and
blockage.

11. Should have Pre-aspiration holes to minimize heat built-up, blockage, decreases
misting of irrigation fluid, providing better visibility.

13. Should have light, powerful and ergonomically designed handpieces.

14. The Tips should be autoclavable and re-usable. Tips should be curved for
enhanced visibility under an operating microscope and changeable in sterile field.
15. Hand piece should be compatible with electrosurgical units and provided with
required accessories to get coagulation effects on the same ultrasonic tip of any
type which can be simultaneously operable.

16.Following accessories must be included in the quoted price and others be quoted
with separate prices for selection at time of purchase / re-purchase.

 23~25 Khz Straight Handpiece with Macro Tip and flue -1 No.
 34~36 Khz Straight Handpiece with Curved Tip and flue -1 No.

Page No.293
 34~36 Khz Micro Handpiece- 1No.OR MicroTips with flue -4Nos. for delicate
procedure .)

 Bone Dissection handpiece/tip.

 Sterilization Case -1 No.

 Tubing Set -12 Nos.

 Tip Torquing wrench Set- 1No.

 2~2.5 litre Suction Jar Set -1No.

Note:- Bidder having universal handpiece with changeable tips must have to
quote at least two handpieces of different frequencies with tips as specified
above.

17. For extended hours of operation (more than 4-8 hours), the hand piece must have
inbuilt water cooling system to avoid heating of the hand piece.

18. The control panel should have adjustable viewing angle for better visibility in the
O.R. and must be equipped with quite pumps.

19. Should be ISO,CE and FDA approved

20. 5 years warranty with 5 years CMC, CMC rates should be quoted in price bid separately.

Page No.294
Schedule No. 129
Tender Code No. 11-29/2016-LH(S)

Specification for C-Arm Image Intensifier

1. C-arm

Versatile compact C-arm unit “Type approved by AERB / BARC” with facility to allow unobstructed
positioning and enhanced ease of operation in operation theatre.C-arm to have following or better
mechanics:
a. Motorized vertical travel: 430 mm or more
b. Horizontal travel : 200 mm or more
c. Orbital rotation : +90 deg. To minimum -30 deg.
d. C-arm rotation : Minimum +/- 180 deg
e. Wig Wag movement : Minimum +/- 12.5 deg. or more
f. S.I.D : 900 mm or more
g. Clearance between I.I. & Tube : 750 mm or more
h. Locking of C-arm movements: All locks manually.
i. The C-am should be fitted with Laser devices for proper radiation free positioning

2. Image Intensifier

At least triple field 9”/ 6”/ 4”image intensifier having special All metal technology & high resolution input
screen.

3. CCD Camera, Memory & Media

a) CCD Camera: High resolution compact CCD camera ½” size. Pixels: 752(H) X 582(V)
b) 2 LCD 19” monitors system for LAST IMAGE HOLD, LIVE and stored images
c) Permanent image storage capacity of approx. 10,000 images
d) 50 temporary image storage for quick review
e) DVD writer to store images on CD/DVD for giving it to patients
f) Flicker free images on a flat screen
g) Image software should be capable of giving sharp Image (real-time or stored images),Dynamic
contrast control, Negative images Frames averaging for smoothing of Images and have facility to
view multiple images on monitor
h) Cine loop of 500 frames (Multiple cine loops can be stored permanently).
i) Variably frame rate of 2, 5, 10, 15 & 27 frames per second for cine loop
j) Image orientation: Left/ Right – Top/ Bottom
k) Patient’s Name, operator name, hospital name, date and time display on monitor
l) Images can be stored in folders of individual patient’s name
m) ON screen measurements – Length (X and Y) and Area
n) Area of interest marker
o) Contrast enhancement of area of interest
p) Facility for image printing
q) Text annotations and provision of removal of all text from the image
r) Automatic capture and storage of cine loop with cine foot switch
s) Offset and gain adjustments for improved image quality
t) LAN connectivity
u) DICOM Compatible
v) Branded processing unit
w) Branded Desktop

Page No.295
 Intel dual core 2.5Ghz or above processor
 Intel mother board
 4 GB DDR-III RAM
 500GB or above hard disk drive
 DVD writer
 1GB dual head VGA card
 Specially designed integrated keyboard having feather touch keys and touch pad is provided
instead of double unit keyboard and mouse

4. X-ray generator
a) High Frequency : 40 KHz or more
b) Output power should be at least 3.5 – 5.0 KW or more
c) Rotating Anode Tube of focal spot 0.3mm & 0.6mm

5. Fluoroscopy
a) KV range : 40 ~ Minimum 110 KV in 1 KV steps
b) FluoroscopymA Range : 0.2 ~ 5.0 mA or higher.
c) Pulsed fluoroscopy facility with constant / selectable pulse rate
d) Boosted fluoroscopy(HDF) : 0.5 ~ Minimum of 10 mA or higher
e) Low Dose / Half dose Fluoroscopy facility MUST be available

6. Control panel
LCD Display on which KV, mAs, Fluoro Time, I.I ZOOM and Body part, View of Radiography are
displayed on Wide angle LCD
a) In Radiography Mode there should be pre- selected parameters programmed in the machine as
per the Body Part selected/to be exposed including Head, Chest, Abdomen and extremities
b) Timer (Fluoroscopic): Fluoroscopic cumulative timer of 5 minutes with beep
c) Tube safety Sensor: X-Ray Tube head Temperature Sensor for Thermal Safety cut off
d) Switches
l) Mode Selector Switch
I) Collimator Control Switches
II) I.I. Zoom Selection Switches
III) Exposure initiation Switches for Fluoro/ Radiography
e) Auto Dose Rate Control for consistent image quality should be available

7. Radiography
a) KV range : 40 ~ Minimum 120 KV in 1 KV steps
b) Current in mA : at least 30 mA or higher

8. Accessories
a) The complete functional system must be quoted with requisite CVT with built in spike suppressor
b) Lead apron-10 Nos. (Light weight)
c) Thyroid shields -10 Nos
d) Lead gloves – 10 pairs
e) Hanger for lead aprons
f) Cover for Machine
g) Disposable plastic cover for X Ray generator to avoid seepage of irrigant during use 10 nos

9. Important Conditions
a) Certified for meeting IEC 60601-1-4 Medical electrical equipment - Part 1-4: General requirements
for safety - Collateral Standard: Programmable electrical medical systems
b) Power input to be 220-240VAC, Current: 2 Amps, 50Hz

Page No.296
c) The unit shall be capable of operating continuously in ambient temperature of 10 -50 deg C and
relative humidity of 15-90%
d) The unit shall be capable of being stored continuously in ambient temperature of 0 -50 C and
relative humidity of 15-90%
e) The equipment should be USFDA and/or European CE approved.
f) Equipment should be type approved by AERB.
g) Manufacturer should have ISO certification for quality standards.
h) Five years of standard warranty on full system including generator and Image Intensifier tube
followed by five years Comprehensive maintenance contract on full system including generator and
Image Intensifier tube , the rates of which should be quoted separately.
i) Operational Training must be provided to the staff at the time of installation.
j) Demonstration is a must
k) Comprehensive training for lab staff and support services till familiarity with the system on site.
l) Company should have service centre in Delhi/ NCR and should provide service 24x7.
m) The service provider should have the necessary equipments recommended by the manufacturer to
carry out preventive maintenance test as per guidelines provided in the service/maintenance
manual.
n) The participating firm preferably be dealing with the quoted / similar equipment for the last 3 years.
o) Rates of Spare part / accessories items (if any) with their part number to be quoted separately by
the firm which should be valid for least 3 years
p) Must submit user list and performance report of the quoted model within last 5 years from major
Central Govt./State Govt./reputed private hospitals
q) Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the
page/para number of original catalogue/data sheet. Any point ,if not substantiated with
authenticated catalogue/manual, will not be considered.

Page No.297
Schedule No. 130
Tender Code No. 11-31/2016-LH(S)

SPECIFICATIONS FOR Complete Monitoring System


(A) Bed side monitors (8 numbers):
1. Monitor should be of latest platform with modular & multi measurement server design.

2. It should have color coded modules to avoid inserting wrong cables or leads.

3. It should have bright, highly visible minimum 15 inch flat Touch screen color TFT medical grade
display of the parent company preferably with 1024 x 768 line resolution for easy viewing from a
distance.

4. It should have the capability to be operated through Touch screen.

5. It should have the capability to display at least eight real time waveforms along with related
numerical parameters on a single screen.

6. The size of the numeric’s and waveforms should be adjustable to become larger for viewing from
very long distance.

7. It should have continuous 12 lead ECG monitoring facilities through ≤5 lead cable.

8. It should have minimum 48 hours of Graphical, tabular and horizon trending facility.

9. It should have advanced multi-lead arrhythmia analysis capability.

10. It should have configurable screen configurations for various monitoring settings like emergency,
general monitoring, 12 lead screens etc.

11. It should have drug, oxygenation, ventilation and hemodynamic calculation packages.

12. The monitor should be connectable to central nursing station and should use a single network for all
kinds of networking with the central station or the other hospital systems.

13. The monitor should have facility to be upgraded for connectivity to the other diagnostic and
administrative systems of the hospital like through PACS system or other systems.

14. Should have facility to interchange all the modules/ servers between all the monitors, so that one or
more optional modules/ servers can be operable on all monitors at different point of time.

15. Standard measurements to be provided with all the monitors are ECG, Heart Rate, Respiration Rate,
SpO2, Temperature, Non Invasive Blood Pressure, Invasive Blood Pressure.

16. Parameters/modules required with the monitors, which should be used in any of
the monitor at any time are as follows
a. Continuous Cardiac Output monitoring through minimally invasive method which can be
shared between all monitors – 02 nos.
b. EEG Module with 01 Cable contains adult cup electrodes & 01 cable contains neo cup
electrodes, which can be shared between all monitors – 02 nos.
c. Recorder Module which can be shared between all monitors – 04 nos.

17. Accessories to be offered as standard


a) ECG and Respiration ≤5 lead cable – 03 no. with each monitor
b) Non-Invasive Blood Pressure cuff adult – 03 no. with each monitor
c) Non-Invasive Blood Pressure cuff pediatric– 02 no. with each monitor
d) Pulse Oxymetry finger adult sensor – 02 no. with each monitor

Page No.298
e) Pulse Oxymetry dedicated pediatric – 02 no. with each monitor
f) Temperature probe (Skin) Reusable – 02 no. with each monitor
g) Reusable invasive BP Transducer – 03 nos. with each monitor.
h) Recorder paper- 50 Rolls
i) Wall Mount for all the monitors

(B) CENTRAL STATION (1 numbers):

1. Should have capability of monitoring all beds on central station for patient monitoring with at-least
two waveforms from each bedside being viewed. Additional parameters to be displayed in numeric
form.

2. Should have dual displays, one for continuous display of all beds and other for trend review, full
disclosure etc.

3. Size of both the displays should be at-least 19 inch flat screen TFT.

4. Should have facility for alarm review capability of a minimum of two waveforms per event.

5. Should have storage of minimum of 40 events.

6. Should provide multi-lead arrhythmia analysis. Arrhythmia algorithm should be accurate and
validated against AHA/MIT tapes.

7. Laser printer should also be included for printing of data including ‘Holter like’ full disclosure reports
and vital sign data from bedside in A4 size papers.

8. Should have 24 hour full disclosure for at-least three waveforms.

9. Should also include three viewing station with license for viewing this data which should be Latest
Pentium Platform,1 TB HDD, 8GB RAM with battery for mobility.

(C) General Terms:

1) The same machine must have been installed in India earlier and its satisfactory working certificate
has to be attached.
2) The system should be US FDA approved or European CE marked.
3) The unit shall be capable of operating continuously in ambient temperature of 30 0 C and relative
humidity of 80%.
4) Power input to be 220-240VAC, 50Hz fitted with Indian plug. Resettable over-current breaker shall
be fitted for protection.
5) Manufacturing company has to give undertaking regarding maintenance of the system and
availability of accessories and spare parts for next ten years.
6) Battery back-up of at-least 30 minutes for each monitor and UPS back-up for at-least 30 minutes for
central station to be provided.
7) It should have standard electrical safety norms. Electrical safety conforms to standards for electrical
safety IEC-60601 / IS-13450.
8) The system should carry 5 years of warranty.
9) It should come with 5 years of CMC and the CMC rates to be quoted separately.
10) The spare parts should be easily available and the technical staff should be available in Delhi.
11) Demonstration of the system to the departmental staff at the site will be required.
12) The system should come with the required log book and user manual in English.

Page No.299
Schedule No. 131
Tender Code No. 11-43/2016-LH(S)

Slit lamp with Applanation Tonometer with Motorised Table – 03 Units


Specification of (3A)

A. Microscope
1. Galilean converging binocular stereomicroscope.
2. Continuous motorized zoom.
3. Total magnification 5.5x-32x or more.
4. Eyepiece 10x – 16x wide field.
5. Interpupillary distance 53mm-84mm.
7. Diopter adjustment range +/- 5diopters.
B. Cross Slide Base
1. Longitudinal (coarse) movement 90mm.
2. Lateral (coarse) movement 110mm.
3. Horizontal (fine) movement 15mm.
4. Vertical movement +/- 15mm.
C. Chinrest Unit
1. Elevation stroke 70mm.
2. Fixation light source Red LED.
D. Illumination Unit
1. Slit width 0-10mm continuously variable, circle at 10mm.
2. Slit length 1-10mm continuously variable.
3. Aperture diaphragms 10, 5, 3, 2, 1, 0.2mmFilters HA (heat absorbing), G(red free),
B(excitation), UV (ultraviolet radiation cut).
4. Light source 12V 50W halogen / LED bulb.
E. Power unit
1. Input voltage AC 200 V-230 V.
2. Base Dimensions 359mm(W) x 328mm(D) +/- 10mm.
F. Accessories
1. Applanation Tonometer with spare biprism.
2. Motorized table – original.
G. Safety certificate form a competent authority CE/FDA(US) / STQC CB certificate
STQC S certificate or valid detailed electrical and functional safety test report from
ERTL.
H. CMC for five years and warranty for two years.
I. CMC rates should be quoted separately.
J. Demo will be taken.

Specification of (3B)
Slit lamp with Applanation Tonometer with Motorised Table– 01 Unit
A. Microscope
1. Galilean converging binocular stereomicroscope.
2. Five step magnification.
3. Total magnification 5.5x-32x or more.
4. Eyepiece 10x – 16x wide field.
5. Interpupillary distance 53mm-84mm.
7. Diopter adjustment range +/- 5diopters.

Page No.300
B. Cross Slide Base
1. Longitudinal (coarse) movement 90mm.
2. Lateral (coarse) movement 110mm.
3. Horizontal (fine) movement 15mm.
4. Vertical movement +/- 15mm.
C. Chinrest Unit
1. Elevation stroke 70mm.
2. Fixation light source Red LED.
D. Illumination Unit
1. Slit width 0-10mm continuously variable, circle at 10mm.
2. Slit length 1-10mm continuously variable.
3. Aperture diaphragms 10, 5, 3, 2, 1, 0.2mmFilters HA (heat absorbing), G(red free),
B(excitation), UV (ultraviolet radiation cut).
4. Light source 12V 50W halogen / LED bulb.
E. Power unit
1. Input voltage AC 200 V-230 V.
2. Base Dimensions 359mm(W) x 328mm(D).
F. Accessories
1. Applanation Tonometer with spare biprism.
2. Motorized table – original.
G. Safety certificate form a competent authority CE/FDA(US) / STQC CB certificate
STQC S certificate or valid detailed electrical and functional safety test report from
ERTL.
H. CMC for five years and warranty for five years.
I. CMC rates should be quoted separately.
J. Demo will be taken.

Page No.301
Schedule No. 132
Tender Code No. 11-49/2016-LH(S)

Specifications for Operation Table: Electrohydraulic

1 Description of Function

Sl Name

1.1 Electro Hydraulic operating Tables are tables for performing surgical procedures and it works with
electrical power.

2 Operational Requirements

Sl Name

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

3 Technical Specifications

Sl Name

3.1 The operation table should have the following features:-


a. Four / Five section table top with divided foot section.
b. Table top should permit x-ray penetration and fluoroscopy with full length X-ray cassette tunnel
accessible from either end 360 degree of X-ray translucency for C-arm compatibility.
c. Should have a corded + auxiliary built in remote handset for various functions.
d. There should be inbuilt standby control enabling full use of table in case of handset failure.
e. All table positioning, i.e., height, back section, lateral tilt, trendelenburg, and anti-trendelenburg,
should be operated electro-hydraulically through handset and standby control.
f. The table top can be moved cranially and caudally on its base.
g. The casings on the frame and centre supporting column should be made of hygienic stainless
steel.
h. Mattress should be radiolucent and suitable for fluoroscopy.
i. Table should have mobile base with at least 45 lockable castors.
j. Should have built in kidney bridge.

3.2 Measurements (Approx):


a. Height: 650-1100mm
b. Side tilt: +/-20degrees
c. Back section adjustment: - 40 degrees to 80 degrees
d. Foot section adjustment: - 90 to 0 degree, detachable
e. Trendelenburg: 30 degree
f. Anti trendelenburg: 30 degree
g. Head section adjustment: +/- 45 degree, detachable
h. Width: 550 mm or better
i. Length: 2000 mm or better

Page No.302
j. Cranial and caudal traversing 200 – 300 mm
k. Maximum patient weight – 250 to 300 Kg

4 System Configuration Accessories, spares and consumables

Sl Name

4.1 System as specified

4.2 All accessories including the following should be quoted. The specific accessories and their quantity will
be decided on the basis of actual requirement:-
a. Padded arm rest with straps - pair with damps
b. Anesthesia screen with clamps
c. Side supports: pair with clamps
d. Shoulder supports: pair with clamps
e. Knee crutches: pair with damps
f. X-ray cassette tray with pushing rod
g. Accessories for operating ion prone position
h. Optional accessories for endourology work

5 Environmental factors

Sl Name

5.1 The unit shall be capable of being stored continuously in ambient temperature of 0 -50 deg C and
relative humidity of 15-90%

5.2 The unit shall be capable of operating continuously in ambient temperature of 10 -40deg C and relative
humidity of 15-90%

6 Power Supply

Sl Name

6.1 Power input: 220-240V/ 50 Hz AC Single phase fitted with appropriate Indian plugs and sockets.

6.2 Electronic Voltage corrector/stabilizer of appropriate ratings meeting BIS Standards/Specifications.(


Input 160-260 V and output 220-240 V and 50 Hz)

7 Standards & Safety

Sl Name

7.1 Should be FDA , CE approved product

7.2 Manufacturer should be ISO certified for quality standards.

7.3 Electrical safety conforms to standards for electrical safety IEC 60601-1 General Requirements (or
equivalent BIS Standard)

7.4 Shall meet internationally recognised standard for Electro Magnetic Compatibility (EMC) for electro
medical equipment: IEC-60601-1-2 :latest edition Or Equivalent BIS) or should comply with
89/366/EEC; EMC-directive as amended

7.5 Certified to be compliant with IEC 60601-2-46 : Particular requirements for the safety of Operating

Page No.303
Tables: latest edition or equivalent

8 Training

Sl Name

8.1 Comprehensive training for staff of user department and support services till familiarity with the system.

9 Warranty & Service

Sl Name

9.1 Comprehensive warranty for 5 years and 5 years Comprehensive Maintenance Service after warranty. The
cost of CMC must be quoted in the price bid.

9.2 Percentage of uptime guarantee of the equipment during warranty and CMC period for which commitment
is to be given must be specified with acceptance of applicable penalty clauses in case of failure to do so.

9.3 After sales service must be provided in the city of installation. In situations requiring service/repair of the
unit outside the city of installation, the expenditure on account of this will have to be borne by the supplier

10 Documentation

Sl Name

10.1 Product Literature in original along with that of accessories and indigenous components if any.
Photocopies/computer generated copies are not acceptable

10.2 Statement of compliance with tender specifications with clear and unambiguous links to relevant
portions of product literature/authentic document, which should be highlighted. Alternatives provided for
noncompliant specifications with justification must be described in detail with supporting literature.

10.3 Certificate of compliance with standards and approvals stated above

10.4 Certificate of manufacturer/principal regarding authorisation of service facility provided by the supplier

10.5 List of Equipment available in the Service Centre for providing calibration and routine Preventive
Maintenance Support. as per manufacturer documentation in service/technical manual.

10.6 List of important spare parts and accessories, which are required for maintenance and repair, with their
part number and costing.

10.7 Terms and conditions of warranty and CMC including schedules of visit by service personnel with check
list of services to be carried out

10.8 Commitment for supply of log book with check list for daily, weekly, monthly and quarterly preventive
maintenance with contact details of service personnel along with the equipment. The job description of
the hospital technician and company service engineer should be clearly spelt out in the log book.

10.9 List of users of quoted equipment with performance certificate from major institutions

Page No.304
Schedule No. : 133
Tender Code: 15-27/2015-LH(S)

Technical Specifications for HD Videoendoscopy System

To include:

1.
I Adult UGI videoendoscope (1 No.)
II Colonovideoscope (1 No.)
III Duodenovideoscope (1 No.)
IV Compatible Video Processor (1 No.)
V Compatible Xenon Light Source 300 watts or more (1 No.) with spare/extra Xenon
bulbs (4 No.)
VI Compatible 19-21” LCD Monitor(2 NO)
VII Biopsy channel rubber valves (100 pieces)
VIII Scope should be fully immersible for disinfection

2. Other inclusions: All standard accessories, Air Leakage Tester, User/Operator &
Reference Printing on demand (500 GB hard disk, 2 GB RAM, DVD/CD read & rewritable
capabilities, keyboard, mouse, 17-19” LCD monitor, UPS & color lasar jet printer (TDA
orginal), & preferably with smart memory PC card slot or digital output to facilitate direct
recording of data, image and video output from the processors and Pen Drive (124 GB capacity).
3. Gastrovideoscope:
a) Built in HDTV compatible CCD with close focus observation capacity.
b) Suitable for Band Imaging for detailed mucosal study.
c) In built scope identification memory chip for monitor display of scope's model no.serial
no., white balancing memory, no. of connections/cummulative uses etc.

Field of view : 140 degree or more


Direction of view : 0 degree, forward viewing
Depth of field : 2 -100 mm or better
Distal end outer diameter : 9.2 mm or less
Insertion tube outer diameter : 9.2 mm or less
Tip Bending rage : Up 210o, Dn 90 o, Lt&Rt 100 o.
Working length :1030 mm or more
Channel inner diameter : 2.8 mm or more
Minimum Visible distance : 3 mm or closer from distal end.

4. Colonovideoscope:
(a) Built in HDTV compatible CCD with close focus observation capacity.
(b) Should haveBand Imaging for detailed mucosal study
(c) In built scope identification memory chip for monitor display of scope's model no.serial
no., white balancing memory, no. of connections/cummulative uses etc.
(d) Preferrblywith Auxilary water jet for mucosal cleaning

Field of view : 140 degree or more

Page No.305
Direction of view : 0 degree, forward viewing
Depth of field : 2-100 mm or better
Distal end outer diameter : 12.8 mm or less
Insertion tube outer diameter : 12.8 mm or less
Tip Bending rage : Up 180 deg, Dn 180 deg, Lt 160 deg, Rt 160 deg.
Working length : 1680 mm or more
Channel inner diameter : 3.7 mm or more
Minimum Visible distance : 5 mm or closer from distal end.

5. Duodenovideoscope (Therapeutic):

serial no., automatic white balancing control, no. of connections/cumulative uses


etc.
Field of view : 100 degree or more
Direction of view : 5 degree, backward oblique viewing
Depth of field : 5 to 60 mm or better
Distal end outer diameter : 13.7 mm or less
Insertion tube outer diameter : 11.3 mm or less
Tip Bending rage : Up120 deg, Dn90 deg, Lt90 deg, Rt110 deg.
Working length : 1235 mm or more
Channel inner diameter : 4.2 mm or more
Minimum Visible distance : 10 mm or closer from distal end.

6. Video Processor:
(a) Should be compatible with Analog, HD-SDI and DVI output& 16:9 & 16:10 output for a
HDTV monitor should be available.
(b) Should contain the electronics to operate close focus for clear visibility of near & far
objects
(c) Equipped with high resolution HDTV Imaging capacity.
(d) Band Imaging capacity.
(e) Automatic IRIS control & automatic white balance
(f) Electronic Zoom upto 1.5X.

7. Light Source (Xenon short arc Ozone free 300 Watt lamp):
(a) Equipped with Band Imaging capability with high intensity Xenon Light source (300W)
(2nos).
(b) Backlit front panel indicators.
(c) Emergency halogen light for backup.
(d) Equipped with automatic light adjustment forced aircooling, regulated airfeeding pump
and fan with low noise.

8. Medical Grade LCD Monitor:


(a) 21 inch or more Medical GradeLCD monitor with high resolution.

9. Imported Trolley (Extr pics Endohinger No 3)


(a) Imported trolley preferrably from the same principal company.

10. Recording Software, Computer System with UPS &Printer


(a) Recording software

Page No.306
(b) Computer system ( i5 processor) with UPS wih are heavy backup.
(c) Lazer jet (TDA original) Printer & RAM 4GB.

11. ACCESSORIES
1. Reusable Upper GI Biopsy Forceps -02.
2. Reusable Lower GI Biopsy Forceps-02.

Comprehensive warranty of 05 years followed by 05 years CMC to


be quoted in the price bid.

Page No.307
Schedule No. : 134
Tender Code: 15-40/2015-LH(S)

SPECIFICATIONS OF STROBOSCOPE & RECRODING SYSTEM: ONE SET


1.
a The Stroboscopy unit should be compact, light weight and trolley mounted.
b. Easy to handle, highly sensitive electronic circuit of the camera
c. Sharp images of vocal cords margins
d. Excellent color fidelity without deviation during stroboscope to continuous light of normal
endoscopy
e. Reliable recognition of base frequency ever with extreme pitches of the voice
f. Should have recording facility of audio signal of the patient voice with all accessories required
like head phone etc.
h. Should have provision for printing the capture/recording images
I. Excellent image quality to be displayed on the monitor
J. Electroglottography (EGG) and Stroboscopy simultaneously executable
2. Stroboscope:
Voice sensor : Frequency 80-1000 Hz
Slow motion : 0.5-2 Hz
Phase resolution: 0-360
Login time: Microphone: < 300ms, ECG:100 ms
Operation Model: Slow motion, phase (lock)
EGG Frequency: 50-100 HZ
Amplification control automatic and carrier frequency
Reusable Electrodes : 100 nos

3. Rigid Laryngo Endoscope, Rod lens system, 10 mm dia with 90 degree and 7 mm dia with
70 degree, with handle, autoclavable with fiber optic light transmission incorporated

4. Camera system with camera control Unit and camera head with microphone, interface for
software of analysis and recording, blending fundamental voice frequency and vocal sound
pressure level into video images, combined Microphone/EGG input, controlling light source
output.

5. Medical Grade Monitor, Flat Panel, 21” -23”, HD, ratir 16:9, 1920 x 1080 pixels, Video in
VGA, DVI, S-Video, composite, contrast 1000-1

6. Foot switch, Wireless with two keys for controlling recording functions, switching between
Camera and Stroboscopy mode of operation, controlling the slow motion speed and phase in
stroboscopy mode.

7. Recording and Analysis system should include data station for digitally capturing managing
and evaluating patient data, images, video and measurement data. The system should have intel
i5 or more , windows 7 or 8, 32 bit and include modular software for:
Photo and video documentation, Strobokymography, EGG
Singing , speaking, Voice analysis, Voice range profiles, Voice strain test, Dysphagia diagnostics
/FEED, Stroboscopy evaluation, medical report, Voice Handicap Index

8.Light source should be LED based with strobe light as well as normal light for endoscopic
procedure.

Page No.308
9.Headphone for voice analysis should be provided

10. Trolley to incorporate various hardwares like Camera, Light source, Video documentation
system should be from the same manufacture as that of Stroboscopy system.

US FDA/ CE/ Any other international certification for Quality/safety


Comprehensive Warranty for 2 years
CMC for 5 years after expiry of Warranty

Page No.309
Schedule No. : 135
Tender Code: 15-65/2015-LH(S)

Surgical Microscope for Plastic and Reconstructive Surgery No.- 1

The microscope must be of the following specifications and must consist the following
parts :-
1 :- MICROSCOPE BODY:- Binocular Diploscope Microscope to be used by two
surgeons simultaneously
• Magnification system : motorized zoom 0.5x to 2.5x or more , control by hand and
foot panel with manual override. Magnification from 12.5 X to 24 X
• Focusing system : Motorized and fine focusing control by hand and foot panel
• Working Distance : Preferably step less than 200 mm + 50mm to 400 mm + 50mm
without exchange of objective lens, manual override, variable illumination field spot
sizes.
Breaking system : Magnetic brakes for control of movement
2 :- BINOCULAR TUBE :-
• Interpupillary distance adjustable from 50mm to 80 mm (minor variations permissible)
• Integrated beam splitter with additional output port for connection of co-observation
device and video camera
• Tiltable binocular tube with focal length of 170mm
• Pair of rotatable adapters +/-22.5 degree Stereo Co-observation system
3:- EYEPIECES:-
• Wide field > 12x preferably with magnetic locks
• Diopter setting from -5D to + 5D, should be suitable for spectacles wearers (minor
variations
permissible)
4 :- ILLUMINATION SYSTEM
• Coaxial xenon illumination
• Automatic illumination changer
• Back up xenon lamp
• Two additional xenon bulbs

5 :- HAND CONTOL PANEL


• For Zoom and focus , illumination intensity control
6 :- FOOT CONTROL PANEL
• For zoom and focus, XY movement rollable with brakes
7 :- LC DISPLAY (OPTIONAL)
• Possible to display different parameters like speed adjustment, brightness,
magnification
programme settings .
8 :- SUPPLEMENTARY EQUIPMENT/ ACCESSORIES ( Prices should be quoted
for each items separately)
a. Digital video camera system : 3CCD advanced digital camera system, Video fast
autofocus.
b. With 32 inch LCD TV
c. Lens covers
d. Dust covers 5 nos.
e. UPS as Per Need

Page No.310
8 B OPERATING CHAIRS : 2 nos.
Automatic height adjustable
Should have breaks
• With back rest
• With adjustable arm rests
• Hydraulic mechanism for height adjustment
09 POWER SUPPLY : 220 -230 volts
10 Should have 5 years warranty followed by 5 years CMC (Xenon lamp cost to be
quoted)
11 Demonstration of equipment is essential
12 European CE or FDA approved.

Page No. 311


Schedule No. : 136
Tender Code: 15-27/2016-LH(S)

EQUIPMENT SPECIFICATIONS FOR BED SIDE MULTIFUNCTION MONITORS

1. Bedside monitors are used to monitor the vital parameters of patients continuously at
patients side in wards and intensive care units

2. Monitors should be preconfigured, easy to use, portable, wall mounted and operation
by single knob control weight should not be more than 5-6 kg.

3. It should have monitoring of 5 leads

4. CG: (I, II, III, AVR, AVL, AVF and chest lead) and pulse detection, display of heart
rate with low and high heart rate alarm (adjustable between 30-250 bpM, audio-visual
alarms).

5. Pulse Oximetry (SPO2) / pleth and should also to show plethy morgraphic pulse
wave form, adjustable audio-visual alarm.

6. Respiration and apnea : Monitor, rate between 5-100/mt with low and high limit
alarms, respiratory graphic and numerical display and audio-visual alarms.

7. Non-invasive blood pressure monitoring: which may be used in very premature baby
to children.

8. Temperature monitoring facility can be used to measure temperature from 30C-42C


by skin as well as per-rectally.

9. SPO2 probes – Ear lobule probe, finger probe flexible wrap probe for neonates and
one universal Y probe.

10. NIBP cuff of at least 4 sizes disposable for measuring baby from 1 kg to 12 kg (2 cm,
2.5 cm, 3.5 cm, 4.5 cm) and two size non-disposable for grown up of children for
measuring BP for children between 2-14 yrs.

11. NIBP measurement must be on a proven Oscillometric reading on deflation of cuffs


NIBP should be possible manually or automatic mode through time set intervals
ranging from 1-120 minutes.

12. Printer and voltage stabilizer and conversion of voltage (transformer) should be
integrated / built in part of the multifunction monitor. Built in battery should work at
least for 2 hours without charging.

13. Monitors should have at least 17 inches or more high resolution active matrix colour
display screen having resolution of 640 x 480 or better with at least 4 traces and
numeric valves display facilities simultaneously. Ability to change colour of trace by
user is must.

14. 24 hours tabular trends should be available for all monitors parameters.

Page No. 312


15. Display of alpha numeric messages must be available.

16. At least 3 channel thermal recorder.

17. It may be upgradeable to mainstream CO2 and two invasive BP monitoring facilities
for future.

18. Should be capable of measuring oxygen saturation even in case of motion artefacts.

19. Should have cuff measurement ending chine.

20. Should be supplied with the following accessories:


1.Patient cable(5 Lead ) -02
2. Paediatric Cuff -02 each
3.Neonatal Cuff-02
4. Paediatric Probe SPO2 -02 each
5.Finger wrap probe SPO2-02
6.Ear Probe SPO2-02
7.Skin Temp Probe -02
8.ECG Electrodes-1000(Disposable)
9.ECG Jelly Bottle-(200 ml each)- 10 bottles

21. The unit shall be capable of being stored continuously in ambient temperature of 0-
50deg C and relative humidity of 15-90%.

22. The unit shall be capable of operating continuously in ambient temperature of 10 -40
deg C and relative humidity of 15-90%.

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

24. UPS of suitable rating shall be supplied for minimum 1 hour backup for the entire
system.

25. Should be FDA/CE/BIS approved product.

26. Manufacturer should have ISO certification for quality standards.

27. Shall meet the safety requirements as per IEC 60601-2-27:1994—Medical electrical
equipment—Part 2: Particular requirements for the safety of electrocardiographic
monitoring equipment.

28. Comprehensive warranty for 2 years and 5 years CMC after warranty. CMC rates
should be quoted in Price Bid as per schedule.

29. Should have local service facility .The service provider should have the necessary
equipments recommended by the manufacturer to carry out preventive maintenance
test as per guidelines provided in the service/maintenance manual.

Page No. 313


Schedule No. : 137
Tender Code: 15-28/2016-LH(S)

Technical specifications of Pediatric Ventillator


1. Microprocessor controlled ventilator with integrated facility for ventilation and
monitoring suitable for neonatal, paediatric to adult ventilation (minimum TV 5 ml.)

2. Should have a coloured LCD/TFT/LED touch screen,14 inch or more(LCD touch +


IVE).

3. Modes Of Ventilation available should be:

 Volume/ pressure controlled.

 SIMV (Volume and pressure control) with pressure and support.

 CPAP/PEEP.

 BIPAP/Bilevel/BPRV.

 PS

 VS

 Inverse ratio ventilation

 PRVC.

 Non Invasive ventilation.

 APRV/BPRV.

 PAV/NAVA/AFC/Autoslope or equivalent (preferred).

4. Should be able to set following settings in all age group

 Tidal Volume ( minimum tidal volume 20ml to 2000ml)

 Pressure Control(0-80cm water)

 Pressure Ramp/Rise time adjustment.

 Respiratory rate (5-150bpm in CMV , 0-40 in SIMV)

 CPAP/PEEP (0-35cm water)

 Pressure support(0-100cm water)

 Fio2 (0.21-1.0)

 Inspiratory time & I:E ratio

Page No.314
 Plateau time

 Pressure & Flow trigger

 Expiratory sensitivity time

 Fully configurable apnea/ backup ventilation.

 Pressure/volume sigh.

 Inspiratory as well as Expiratory hold function

 Peak inspiratory flow (adjustable)

 Flow pattern.

5. Alarms:

Should be applicable to low and high values (user adjustable)of respiratory


parameters, oxygen concentration, power failure & circuit disconnection.
6. Should be able to measure and display on screen

 3 waves -Pressure and Time, Volume and Time & Flow and Time.

 2loops- P-V,F-V with facility of saving loops for reference.

 Waveforms to be colour coded for inspiratory / expiratory sections.

 Graphic display to have automatic scaling facility for waves.

 Status indicator for ventilator mode, battery life in percentage and charging
status,patient data,alarm settings,clock etc.

 Preferably it should be possible to freeze and store waveforms.

7. Automatic compliance & leakage compensation for circuit & ET Tube should be
present.

8. Trending facility for 24 hours or more (72 hours).

9. Expiratory block should be autoclavable and no routine calibration required.

10. Should be able to calculate:

 Intrinsic PEEP & test for auto PEEP (PV)

 Occlusion Pressure (manoeuvres)

 Spontaneous breathing trial indices

 Lower and upper inflection point.

11. LAN connectivity is required preferably having USB port facility.

Page No. 315


12. Warning for illogical settings.

13. Alarm messages should be colour coded and audio visual on the screen.

14. Should be able to provide 100% O2 for 3 minutes for suction routines (2minutes).

15. A good quality inbuilt/integrated nebuliser with capability to deliver particle size of 3-
5 micron with nebuliser chambers and its tubings( Qty 2nos)

16. Unit should run on 220V/50Hz AC.

17. Inbuilt battery backup (with lithium ion battery) for at least 1 hour for the ventilator.

18. A good quality, original and sturdy hinged arm holder for holding the circuit.

19. An inspiratory and expiratory bacterial filter in the ventilator should be provided. If
expiratory bacterial filter is different for neonates, paediatric/adult patients group then
one for each group is to be provided with one spare for each group and it should
preferably be autoclavable.

20. Should be provided Fischer and Paykel MR850 heated wire humidifier with dual
circuit adaptor.

21. Ventilator should be US FDA and European CE approved. Certificates should be


submitted with the tender.

22. FiO2 sensor installed in the ventilator is to be paramagnetic/Galvanic having warranty


for a period of 03 years or sensor should be replaced free of cost during the period of
warranty of 3 years.

23. Ventilator should be mounted on a good quality trolley/cart from the same
manufacturer occupying low floor space with sturdy wheel castors with brakes.

24. Should be supplied with test hose and a test lung (Neonatal/infant & adult size).

25. Air water trap should be installed in the ventilator.

26. Reusable silicone pediatric & neonatal/infant circuit (one each) should be supplied
with ventilator.

27. With each ventilator 2 sets each of reusable patient interfaces (masks) for non
invasive ventilation(NIV) should be provided. Details as under:-

 Transparent , reusable ,durable, flexifit masks for non invasive


ventilation of sizes as indicated:-

 Nasal masks of small size, medium size and large size(02 no.of each
size).

 Dual wall cushioned/soft silicone gel filled cushioned face masks. (2


nos)

Page No. 316


 Easy to fit head gear for tying the mask with embedded Velcro tape with
head strap.

 Built-in vents to diffuse air.

28. In case of break down for more than 48 hours during the period of warranty/CMC the
firm has to provide backup unit on 24 (hrs)x7(days)x365(days of the year) basis.

Terms & Conditions:-


1. Guarantee/Warranty: 5years from date of installation.

2. CMC for 05 years after expiry of warranty should be quoted in price bid.

Page No. 317


Schedule No. : 138
Tender Code: 15-46/2016-LH(S)

Specifications for Neonatal High Frequency Ventilator with Conventional


Ventilator
The product offered must conform to the following minimum requirements:-
1. Pre-Term Babies from 500 gm to 15 kg body weight.
2. Inbuilt rechargeable battery back-up for approx. one hour.
3. The Ventilator must operate on Time Cycled Pressure Limited principle.
4. The modes of ventilator must include : -
a) Intermittent Positive Pressure Ventilation IPPV
b) SIPPV
c) Pressure Support Ventilation (PSV)
d) nCPAP with leak compensation facility.
e) SIMV
f) SIMV with PSV
g) High Frequency Oscillations Ventilation with active exhalation technology.
h) Volume Guarantee/Target in all modes.
5. The patient trigger based on flow trigger.
6. The Control Setting should allow ( +/-5% variations permissible )
a). Independent setting of inspiratory flow and Expiratory flow as :
Inspiratory Flow : 1 ~ 30 lpm /automatic
Expiratory Flow : 2 ~ 20 lpm / automatic
b). Inspiratory Time : 0.1 ~ 2.0 sec
c). Expiratory Time : 0.5 ~ 30 sec
d). Peak Inspiratory Pressure : 5.0 ~ 60 cmH20
e). Termination Sensitivity : 5 ~ 35% adjustable by user
In HFOV Mode
a). Frequency : 5 ~ 15 Hz.
b). MAP Pressure : 5 ~30 cmH2O
c). Amplitude : up to 80 cmH2O/Equivalent %
7. User Interface Display unit through touch screen having at least 10 inch or bigger.
8. Real time simultaneous display of 3waveform i.e. Flow, Pressure and Volume with
automatic scaling.
9. Real Time simultaneous display of 2 loops i.e. PV and FV. Choice of overlay facility of
pre post therapy loops.
10. Manual & Automatic alarm settings. Alarm should also be available for the following
conditions and must get reset automatically if the alarm conditions are rectified or
disappear:
a) Circuit Blockage
b) Leak %
c) Oxygen or Air pressure drop
d) Power supply failure
e) Low battery
f) Ventilator Intraoperative
11. Integrated Nebulisation facility with Neonatal accessories.
12. Monitoring of vital parameters and must include the following :

Page No. 318


a) RSBI
b) Resistance
c) Dynamic Compliance
d) Time Constant and DCO2

13. The scope of supply with EACH ventilator must include the following :
a) Servo Controlled Humidifier 1 set.
b) Test Lung Neonatal 1 set
c) High Pressure Hoses 3 mt. for the Oxygen and Air 1 pc
each.
d) Head Gear, Nasal interface (prongs + masks)
with tubing set for Infant flow function 25 sets
e) Exhalation Valve Body, Reusable, Autoclavable 3 pcs.
g) Exhalation valve diaphragm. 3 pcs.
h) Flow sensor for Neonatal, Reusable, Autoclavable, 3 pcs
i) Temperature Probe and neonatal Jar for humidifier 1 pc
each.
j) Pedestal stand on 4/5 wheels, 2 of which are lockable, fitted with 3-stage filter
(auto-drain for water, Dust >5 µm and Mist up to ≥3 µm) 1 set
k) Patient Circuit support arm, Reusable 1 set
l) Neonatal Reusable Silicon Autoclavable Patient Circuit
with built in spiral heater wire 2 sets
m) Basket fitted on the pedestal for keeping the accessories 1 pc.
14. Catalogue/Brochure should be submitted along with technical bid mentioning each and
every point of technical specification.
15. Should qualify the safety standards of European CE / FDA, wherever required.
16. 5 years warranty and rates for 5 years CMC post warranty should be quoted in the price
bid for due comparison.
17. Rates for consumables to be quoted and frozen for 2 years from date of installation. All
consumable to be also quoted with individual prices for re-ordering.
18. Availability of spares from installing date must be there for a period of atleast 10 years.

Page No. 319


Schedule No. 139
Tender Code No. 11-50/2016-LH(S)

Laparoscopic Set with High Definition camera for ICG Fluorescence guided imaging by
Near Infra Red (NIR) light.

S. No Specification
1 Three Chip High Definition Camera System
The system should be truly Digital HDTV endoscopic video camera. The system should
have the maximum Resolution of 1920x 1080 pixels, progressive scan and the consistent
use of 16:9 formats for Input & Output to guarantee genuine HDTV.
Camera head should be compatible for ICG HD Fluorescence guided Imaging by Near
Infra Red for Intraoperative perfusion assessment of tissues and organs.
ICG HD system should be easy to handle and can be used for both White light & Near
Infra Red (NIR) light.
The system should have facility of Optical & Digital Zoom lens to enhance the quality of
Image size & cross specialty usage of the camera system, regardless of the telescope
used.
USB Port for Capturing FULL HD Videos/HD Stills in External USB drive and direct
interface of USB Printer to facilitate direct printouts.
The Individual components (Light source, camera system, telescopes and fibre optic
cable) are perfectly aligned to ICG HD system.
System should have facility of controlling additional equipments like light source/
insufflators and recording device from the camera head.
System should have facility to offer various visualization modes for surgery and diagnosis
by shifting the color spectrum like BLUE & GREEN Light for recognition of the finest
tissue structures and their differentiation.
Parallel live display of visualization modes besides white light mode
(picture –in- picture).

Technical Specifications:
Image sensor: 3 x 1/3” CCD-Chip.
Pixels: 1920x 1080
AGC: Microprocessor controlled
Lens: Integrated Optical Zoom
Control Buttons: 3(2 of them freely programmable)
Video output: 2 x DVI-D output, 1 x 3G-SDI output, 3 x camera input for
Communication with compatible camera modules.
LAN connection.
USB connection (2x front, 2x back).
Input: Keyboard input for character generator, 5- pole DIN socket,
Certified to: IEC 601-1, 601-2-18 CSA 22.2 No 601,UL
2601 AND CE according to MDD, Protection class 1/ CF
High Definition Medical Grade Monitor
The monitor should have:

HDTV display in original 16:9 HDTV format.


1080 p/50 & 1080 p/60 displays possible. LED crystal display.
Max. Resolution of 1920x1080. Screen diagonal-26”
Desk top with pedestal. Should have the facility of PIP mode.
Video Inputs: 2 * DVI-D, 2* 3G SDI, 1*S Video, Composite 1*RGB/VGA, 1* RS 232, 1*RJ

Page No.320
45 Interface.
Output: 1 * DVI, 1* 3G SDI, 1*S Video
Accessories External 24VDC Power Supply, Mains Cord, Pedestal.
Certified to: EN 60601-1 Protection class IPX1
4 Xenon Light Source with ICG HD fluorescence mode.

Lamp type:- Xenon 15V, 300 Watt


Color Temperatures 6000K
Light Outlets-1
Light Intensity Adjustment:- Continuously adjustable either via a membrane keyboard.
Facility of switching between white light and Near Infra Red light (NIR) For ICG HD use by
footswitch.
Certified TO:- IEC 601-1 & UL 544 CE According to MDD, protection class 1/CF
5 Fiber optic cable

High light transmission for optimal ICG HD fluorescence Imaging


Extremely heat resistance
Should be supplied with Diameter 4.8mm, Length 250 cm.
6 Rigid Telescope 0 Degree & 30 degree

Straight forward telescope 0 degree, enlarged view, 10mm length 31-33cm,


autoclavable, compatible with ICG Fluorescence guided imaging by Near Infra Red (NIR)
light and white light, fiber optic light transmission incorporated.
Straight forward telescope 30 degree, enlarged view, 10mm length 31-33cm,
autoclavable, compatible with ICG Fluorescence guided imaging by Near Infra Red (NIR)
Light and white light fiber optic light transmission incorporated
Straight forward telescope 30 degree, enlarged view, 10mm length 40-42cm,
autoclavable, compatible with ICG Fluorescence guided imaging by Near Infra Red (NIR)
Light and white light fiber optic light transmission incorporated
7 Mobile Video Cart

Should have lockable wheels, should have arm to mount monitor and should have
drawer, should be made of high-end material
8 Suction Irrigation Pump:
Should have total fluid consumption :0-3I Average operation time of pump: 2 min—10
min, Should have irrigation flow rate:0-21/min should have irrigation pressure:0-
7500mmHg, Should have Suction flow Rate:0-21/min, Should have Suction pressure:0-
600 mmHg, Should have reusable tube set, Should have irrigation flow rate max: 8I/min:
Should have suction vacuum pressure for suction, Should have suction flow rate max:1-
8I/min, should have suction pressure:60KPa
9 Warranty & Service

Sl Name

9.1 Comprehensive warranty for 5 years and 5 years Comprehensive Maintenance Service
after warranty. The cost of CMC must be quoted in the price bid.
9.2 Percentage of uptime guarantee of the equipment during warranty and CMC period for
which commitment is to be given must be specified with acceptance of applicable
penalty clauses in case of failure to do so.
9.3 After sales service must be provided in the city of installation. In situations requiring
service/repair of the unit outside the city of installation, the expenditure on account of
this will have to be borne by the supplier
10 Documentation
10.1 Product Literature in original along with that of accessories and indigenous components
if any. Photocopies/computer generated copies are not acceptable

Page No. 321


10.2 Statement of compliance with tender specifications with clear and unambiguous links
to relevant portions of product literature/authentic document, which should be
highlighted. Alternatives provided for noncompliant specifications with justification
must be described in detail with supporting literature.
10.3 Certificate of compliance with standards and approvals stated above

10.4 Certificate of manufacturer/principal regarding authorisation of service facility provided


by the supplier
10.5 List of Equipment available in the Service Centre for providing calibration and routine
Preventive Maintenance Support. as per manufacturer documentation in
service/technical manual.
10.6 List of important spare parts and accessories, which are required for maintenance and
repair, with their part number and costing.
10.7 Terms and conditions of warranty and CMC including schedules of visit by service
personnel with check list of services to be carried out
10.8 Commitment for supply of log book with check list for daily, weekly, monthly and
quarterly preventive maintenance with contact details of service personnel along with
the equipment. The job description of the hospital technician and company service
engineer should be clearly spelt out in the log book.
10.9 List of users of quoted equipment with performance certificate from major institutions

Special Note: The Individual components (Light source, camera system, telescopes and fiber optic cable)
should be perfectly aligned to ICG HD system.
Estimated Cost: Rs. 45.0 Lac approx.

Justifications for Laparoscopic Set with High Definition camera for ICG Fluorescence guided
imaging by near Infra Red (NIR) light.

Fluorescence guided cholecystectomy and Liver resections: ICG concentrates bile and will be possible to
outline biliary tree anatomy in both acute and elective settings. Their by decreasing incidence of biliary
injuries and patient morbidity

Fluorescence guided colorectal resections: It can verify adequate perfusion of large bowel, which helps in
determining point of resection and preventing anastomotic leak.

Fluorescence guided lymphadenectomy: In cancer patients will determine need for excision and extent of
lymphnodal involvement

Reference:
1. Luigi Boni et al. Clinical application of indocyanine green (IGC) enhanced fluorescence in laparoscopic
surgery. SurgEndosc September 2014

Page No.322
Schedule No. 140
Tender Code No. 11-52/2016-LH(S)

Specifications for Multichannel ICU Monitor

1. It should provide complete monitoring solution to meet the requirement of wide


spectrum monitoring needs of post-operative & critically ill patient
2. ICU monitors are placed at the bed side and with central station.
3. Capability of storage of patient data and printing of patient reports
4. Demonstration of the equipment is a must
5. Minimum 15 inches multicolored TFT display screen operation through both touch
screen and knob.
6. Separate CPU/Module rack
7. Six digital and waveforms/traces display
8. Combination of single, dual and multiparameter nodules
9. Parameter modules freely exchangeable between all the monitors
10. Multichannel (Upto 12 leads) ST segment analysis
11. Facility to monitor and display – ECG, respiration, NIBP, SpO2, CO2 with
capnography, Temp, Cardiac output (Optional), NMT, BIS/Entropy, EEG & IBP
12. Automatic arrhythmia detection & alarms for standard and lethal arrhythmia
13. EtCO2-Main stream / side stream. Display both inspired and expired values,
showing capnography.
14. NMT Module / monitor: For measurement and display of TOF count, TOF %, ST,
DBS, Tetanic and Trend for continuous usage. Automatic measurement facility in
selected time interval. Automatic selection of supramaximal current. Include
standard accessories
15. EEG module with all accessories
16. Central station for bedside monitors with independently controlled. 17” multi color
TFT Monitor, complete with Ethernet LAN cabling, alarm management, 72 hours
trending, bed to bed viewing of waveforms and remote alarm management like
silencing of alarms etc.
17. Should provide hemodynamic, oxygenation, Ventilation calculation package
18. Should have drug calculation package
19. Trend of at least 48 hours

Page No.323
20. 200 nos. event recall / snapshot facility both manually and automatically triggered
by alarm.
21. Automatic Zoom in facility in the monitor display
22. The monitors should have monitor to monitor overview facility and data transfer
over the network
23. Web browsing facility to review each networked monitors data through hospital
LAN via office PC in Hospital LAN Network and / or through dial up facility from
remote location (OPTIONAL)
24. Battery / UPS backup of upto 30 min. when fully charged
25. Facility for HIS Communications with information management systems include
laser printer and dual channel strip chart recorder
26. ECG / Resp :3 Lead ECG Cable with Clip-2 sets per monitor and 5 lead ECG Cable
with clip-2 set per monitor
27. NIBP: Adult cuff-10 nos. per monitor and two sizes of pediatric cuffs – Five per
monitor (complete sets)
28. SpO2: Adult SpO2 sensor with cable – two nos per monitor and Pediatric SpO2
sensors – two no. per monitor
29. IBP: Include four Nos. per monitor of reusable pressure transducer cable with
bracket, holder and 100 nos of disposable domes kit per monitor.
30. Temperature: Rectal temperature probe – two per monitor and skin temperature
probe-one per monitor.
31. EtCO2 module with all accessories, in case of side stream EtCO2-10 sets of
sampling tube for each module to be included
32. EEG Modules – with all accessories. Should display at least two channels
33. BIS/Entropy module: Adult sensors – 200 numbers. Spectral analysis modules by
compressed spectral array.
34. Necessary cabling for networking the monitors on turnkey basis
35. Necessary mounting solution / mounting on any pendant for monitors
36. The unit shall be cable of operating continuously in ambient temperature of 0-40 deb
C and relative humidity of 15-90&
37. The unit shall be capable of being stored continuously in ambient temperature -20 -
60 deg C and relative humidity of 15-90%
38. Shall meet IEC – 606011-1-2 :2001 (or equivalent BIS) General Requirements of
safety for electromagnetic compatibility. Or should comply with 89/366/EEC; EMC-
directive

Page No.324
39. The supplier shall provide environment friendly furniture and wall fittings for the
entire system. Cabling has to be provided by the supplier
40. Power input to be 220-240 VAC, 50 Hz fitted with Indian plug
41. Voltage corrector / stabilizer of appropriate ratings meeting ISI specifications (input
160-260V and output 220-240VAC and 50 Hz)
42. Suitable UPS with maintenance free batteries of minimum one-hour back up should
be supplied with the system
43. Should be FDA, CE, UL or BIS approved product
44. Shall meet the safety requirements as per IEC 60601-2-27:1994 – Medical Electrical
equipment – part 2: particular requirements for the safety of electrocardiographic
monitoring equipment
45. Manufacturer / supplier should have ISO certification for quality standards
46. Should have local service facility. The service provider should have the necessary
equipments recommended by the manufacturer to carry out preventive maintenance
test as per guidelines provided in the service / maintenance manual
47. Back to back warranty to be taken by the supplier from the principal to supply spares
for a minimum period of 10 years
48. Comprehensive warranty for 5 years and AMC for next 5 years. AMC Rates should
be quoted in price bid.
49. User Manual and Service manual in English
50. Must submit user list and performance report within last 5 years from major
hospitals of Delhi
51. Compliance report to be submitted in a tabulated and point wise manner clearly
mentioning the page / para number of original catalogue/ date sheet. Any point, if
not substantiated with authenticated catalogue / manual, will not be considered
52. List of equipments available for providing calibration and routine preventive
maintenance support, as per manufacturer documentation in service / technical
manual
53. List of important spare parts and accessories with their part number and costing
54. Log book with instruction for daily, week, monthly and quarterly maintenance
checklist. The job description of the hospital technician and company service
engineer should be clearly spelt out
55. Quoted model should be functioning satisfactorily for at least 3 years in Govt. /
Reputed institution (Performance report to be attached)

Page No.325
56. The participating firm must be dealing with the quoted / similar equipment for the
last 3 years
57. Preference will be given to the firms having Delhi based service centre to minimize
down time.
58. Demonstration whenever required should be arranged. The firms must have
installation of quoted / similar model in NCR.
59. Rates of consumables / accessories items to be quoted separately by the firm which
should be valid for least 3 years
60. Five years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.326
Schedule No. 141
Tender Code No. 11-53/2016-LH(S)

Specifications for Anesthesia Workstation

1. Anesthesia workstation with integrated ventilator and monitoring facility, IEC compliant
and CE approved.
2. SS Top, shelves and drawers to be provided
3. Front wheels having foot activated brakes
4. Microprocessor controlled electronic fresh gas delivery system with electronic blender for
oxygen, nitrous oxide and air.
5. Digital and virtual flow meter for oxygen, nitrous oxide and air with TFT display screen for
minimum size 12 inches
6. Single yokes for oxygen, nitrous oxide and compressed air, to have non interchangeable gas
supply inlet-for oxygen, N2) and air with DISS system for central pipeline with separate
pipeline adaptors for the same
7. Electronic display for cylinder and pipeline pressure of oxygen N2O and compressed air
8. Safety features :
a. Automatic cutoff of nitrous oxide in the absence of Oxygen Supply
b. Power failure alarms
c. Oxygen failure alarms both visual and audible
d. Inbuilt hypoxic guard to insure minimum 25 % Oxygen at all Oxygen and nitrous
oxide misture
e. Provision of minimal vessel flow of oxygen 50 Ml/ Min with machine switched
‘ON’ and with oxygen flow meter in ‘OFF’
f. Faculty for switching ‘ON’ oxygen in the event of electronic failure in the anesthesia
machine
g. Separate FGF outlet for attachment of anesthesia circuit for manual / spontaneous
ventilation
h. Illumination at the working surface area.
9. Emergency Oxygen flow of atleast 35 litres per minutes for non lockable push button
provided
10. Twin vaporized manifold with inter locking facility
11. Supplied with Halothane, Isofluorane, Desfluourane an sevofluorane vaporizers – should be
temperature, pressure and flow compensated with key filling arrangement and should be
quick mountable and allow operation of only one vaporizer at a time

Page No.327
12. Vaporisers, which allows easy exchange between agents
13. Agent capacity should be minimum 225 ML of free volatile anaesthetic agent
14. Should be fitted with double / Single chamber type of CO2 adsorber system. Provision to
bypass absorber system through a switch and ability to ventilate with bag; with condensate
drain and provision for scavenging of waste anaesthesia gases
15. Bag to ventilator switch should be Bi-stable
16. Should have electronic anaesthesia ventilator
17. Electrically operated pneumatically or electrically driven Anaesthesia Ventilator, single
bellow for adult and pediatric patient, integrated with anaesthesia system
p. Controls for tidal volume, respiratory rate and inspiratory flow, with facility of
monitoring and display of minute volume, 1:E ratio, Exp. TC, Insp. TC etc.
q. Monitoring of tidal volume, minute volume and FiO2%, Tidal Vol. range 10-1500
ml. Electronic PEEP range 0-20 m Bar, respiratory wave forms display and able to
adjust I:E ration, plateau time and wave form type
r. Back lit LCD display with visual massages.
s. Alarms for high and low FiO2, disconnection, high and low system / airway
pressure
t. Facility of adding inspiratory pause of up to 25 % of inspiratory time
u. Internal battery back up of minimum 20 min. or more
v. Ventilator should be mounted on anaesthesia machine
w. Ventilator modes – spontaneous, manual cycling, PCV, pressure support, CPAP,
SIMV
18. Monitors
a. 8 channels monitor not less than 15 inches colored TFT Screen. User adjustable
color of parameters, channels and parameter display
b. Two channel ECG display – ECG 3 lead system and ECG 5 lead system with ST
segment and arrhythmia analysis. Capable to monitor 12 lead ECG
c. Spo2 measurement Masimo Technology-adult, pediatric and neonatal probes, finger
as well as ear probes, Plethysmographic and digital display.
d. Built –in NIBP with adult, pediatric and neonatal cuffs with interval adjustment-stat,
and an interval of 1-minutes up to 10 min. in one minute interval
e. Should be able to monitor
1. Two invasive pressures
2. Two temperatures probes – skin and rectal
3. End tidal Co2-side stream on monitor or anesthesia machine

Page No.328
4. Anaesthesia agent monitoring and display on monitor or anesthesia
machine
5. Display of oxygen, N2) and CO2 & anesthetic agent in inspired and
expired gases on monitor of anaesthesia machine
6. Neuromuscular monitoring (NMT)
7. Entropy of BIS (BISPECTRAL INDEX)
8. Audio-visual alarms for all parameters with provision for alarm
volume and color adjustment.
19. In-built thermal printer with data transfer facility
a. Adult, pediatric and neonatal NIBP cuffs 2 each
b. EtCO2 complete gas sampling kit with condenser – 100
c. Pressure transducer cables two with each machine
d. Pressure transducer domes 100 with each monitor
e. Four pressure transducer kit for mounting of domes
f. Temperature probes – nasopharyngeal, rectal, mild esophageal, two numbers each for
adults, pediatric and neonates
g. Sensors / electrode for entrophy or BIS 100 no. for adults and 100 no. for pediatrics
h. Reusable & autoclavable silicone ventilator circuits for adult and pediatric cases – two
numbers of each with each machine
i. 50 rolls of thermal printer paper.
20. Trends of 24 Hrs – numerical and graphic display for all parameters with snapshots for all
parameters
21. Should be provided with the following:
22. Guarantee / warranty for a period of 5 years from the date of installation of equipment
(According to DGHS Document)
23. Annual maintenance contract “comprehensive’ for a period of 5 years after the guarantee /
warranty period is over. The payments of CMC will be made on yearly basis after
successful completion of contract The rates quoted for CMC will be included for Ranking /
Comparison purpose
24. Hands on training of medical and paramedical staff after the equipment is installed
25. Supplier must guranttee and ensure a minimum of 10 years of supply of spares and
consumables specific to the workstation as a whole
26. Provision for up gradation with compatible central monitoring station using LAC Card
27. Break up of cost of all the parts of the equipment and accessories to be quoted separately.

Page No.329
28. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
29. The participating firm must be dealing with the quoted / similar equipment for the last 3
years
30. Preference will be given to the firms having Delhi based service centre to minimize down
time.
31. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
32. Rates of consumables / accessories items to be quoted separately by the firm which should
be valid for least 3 years
33. Five years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.330
Schedule No. 142
Tender Code No. 11-54/2016-LH(S)

SPECIFICATION FOR HDU BEDs

1. The system should be electrically operable and adjustable for heights, trendelenburg,
Anti Trendelengerg etc. position with cardiac chair position. It should also be having
radiotransluscent top for carrying out X-ray at the beside.

2. Demonstration of the system is essential.

3. Should have four section mattress base.

4. Should have X-Ray translucent back section made up of high pressure laminate.

5. Should have X-Ray cassette holder underneath the back section & should allow
insertion of X-Ray cassette from either side of the bad.

6. Base frame & support frame should be made of steel and aluminum for long life &
prevention from rusting.

7. Should have stepless electrical adjustment for the following :-


Height : min 420 mm or better (hydraulically)
Max 780 mm or better (hydraulically)
Back Section : 0-20 degrees or better (pneumatically)
Leg Section : 0-35 degrees or better (pneumatically)
Trendelenberg : 26 degrees or better (pneumatically)
Anti – Trendelenberg : 7 degrees or better (pneumatically)
Calf Section : 0-40 degrees or better (pneumatically)

8. Should have stepless pneumatic adjusting for trendelenburg (20-25degees approx),


anti trendeleburg (10-15degrees approx.) and CPR position

9. Should have manual quick release mechanism for back section adjustment during
emergency situation.

10. Should be equipped with four articulated half-length tuck away side rails / two full
length split collapsible site rails

11. Should be equipped with large castors (diameter 150 mm) with central breaking and
steering facility.

12. Mattress of the bed should be made up of high density foam with Anti Microbial agent
incorporated into all components that assists in prohibiting growth of bacteria & fungi
and easy to clean.

13. Mattress should be fully radiolucent for case of performing portable X-Ray.

14. Should have bumpers at all four corners and place for fixing accessories.

15. Dimensions of bed :


Page No. 331
Length : 2100-2290 mm (approx)
Width : 850-1020 mm (approx)
Mattress size : appropriate as per bed size
Max load bearing capacity 225 kg

16. Should have facility for weighting of the patient on a daily basis. (weighing scale with
measurement upto 250 kg and deviation not more than 100 – 500 gm)

17. Accessories should include: HDU bed mainframe -01. Bed Ends, Detachable: 01 pair.
Articulated half length tuck away side rails : 04 Nos IV road: 04 No. Mattress 12 cm
Thick: 01 No.

18. Shall meet IEC-60601-1-2:2001 (or Equivalent BIS) General Requirements of safety
for electromagnetic Compatibility.

19. The Unit shall be capable of being stored continuously in ambient temperature of -20-
50 C and relative humidity of 15-90%.

20. The unit shall be capable of operating continuously in ambient temperature 10-40deg
C and relative humidity of 15-90%.

21. Power unit to be 220-240 VAC, 50Hz as appropriate fitted with Indian plug.

22. Resettable overcurrent breaker shall be fitted for protection.

23. Electrical safety should conform to standards for electrical safety IEC-60601 / IS-
13450.

24. Should be FDA or CE approved product.

25. Manufacture should have ISO certification for quality standards.

26. Should posses electric shock protection level class B & electric current protection
class-1.

27. Certificate to be compliant with IEC 60601-2-38 medical electric equipment part 2-38
particulars requirements for safety of electrically operated hospital beds.

28. Should have local service facility. The service provider should have the necessary
equipments recommended by the manufacturer to carry out preventive maintenance
test as per guidelines provide in the service/maintenance manual.

29. Comprehensive warranty for 5 years and provision of CME for next 5 years.

30. Certificate of calibration and inspection from the factory.

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

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

Page No.332
33. Long book with instruction for daily, weekly, monthly and quarterly maintenance
checklist.

34. The job description of the hospital technician and company service engineer should be
clearly spelt out.

35. Service manual in English.

36. User manual in English.

37. Quoted model should be functioning satisfactorily for at least 3 years in Govt. /
Reputed institution (Performance report to be attached)

38. The participating firm must be dealing with the quoted / similar equipment for the last
3 years

39. Preference will be given to the firms having Delhi based service centre to minimize
down time.

40. Demonstration whenever required should be arranged. The firms must have
installation of quoted / similar model in NCR.

41. Rates of consumables / accessories items to be quoted separately by the firm which
should be valid for least 3 years

42. Two years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.333
Schedule No. 143
Tender Code No. 11-58/2016-LH(S)

Specification of Automated Biological Liquid Aspirator & Disinfector


1. The equipment should be a closed circuit biological liquid aspirator and disinfector having
aspiration capacity of 5-10 litres per minute in continuous or intermittent mode.
2. The equipment should be user friendly and 100% safe to the user.
3. Should have aspiration with disinfection
4. During aspiration the equipment should be able to work without power supply enabling its
use in every corner of the area of concern.
5. The equipment should be able to move in every corner of the area of concern.
6. The disinfection of the liquid should be done with the suitable & certified disinfectants.
7. Should have automatic discharge of sucked liquids at 20 L/min.
8. Should have capacity of auto-disinfection of tank and internal circuits by using minimal
quantity of suitable & certified disinfectants packed in small bottles / capsules / cups.
9. Should have a tank capacity of more than 50 litres.
10. Should have the provision for automated alarms for fluid circuits, tank capacity and
disinfection status.
11. Should have an emergency stop button to stop all functions
12. Should have digitally display of all functions
13. Should have battery backup of at least 30 minutes
14. Should be supplied with
a. 50 pieces of large filter
b. 50 disinfectants bottles (small) for auto-disinfection
c. 5 disinfectants bottles (big)
15. Should be US FDA / European CE Certified.
16. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
17. The participating firm must be dealing with the quoted / similar equipment for the last 3
years
18. Preference will be given to the firms having Delhi based service centre to minimize down
time.
19. Regarding demonstration whether desirable or essential to be mentioned. The firms must
have installation of quoted / similar model in NCR.
20. Rates of consumables / accessories items to be quoted separately by the firm which should
be valid for least 3 years
21. Five years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.334
Schedule No. 144
Tender Code No. 11-65/2016-LH(S)

SPECIFICATION OF SINGLE PORT LAP SURGERY INSTRUMENTS


1. It should have autoclavable & destoration free Telescope of 5.7mm dia, 0 degree angle of
view and 500mm working length
2. It should have autoclavable & destoration free Telescope of 5.7mm dia, 30 degree angle of
view and 500 mm working length
3. It should have Fibre Light cable with 3.5mm fibre bundle, 90 degree distally angled
connection to the endoscope.
4. It should have Re-usable and autoclavable Trocar Sleeve, triangular shape with jaws of
21mm, working length 30mm, thread anchor, holding arm connection, fixing points for a
fascia suture and connection for the silicon sealing insert – 2 Nos
5. It should have autoclavable Trocar with blunt conical tip, with control hole for primary
insufflations for above Trocar sleeve – 2 Nos
6. It should have Re-usable and autoclavable Trocar Sleeve, triangular shape with jaws of
24mm, working length 30mm, thread anchor, holding arm connection, fixing points for a
fascia suture and connection for the silicon sealing insert – 2 Nos
7. It should have autoclavable Trocar with blunt conical tip, with control hole for primary
insufflations for above Trocar sleeve – 2 Nos
8. It should have Silicon Sealing insert set comprising Adaptor with Bayonet connector,
Plastic socket, Rubber washer, Sealing Cap and Two-way tap with luer lock.
9. It should have double rotatable “Maryland” Dissector which should be bent at the distal end
and can turned independently of its sheath and jaw. Size : 5.8mm dia, working length
400mm.
10. It should have double rotatable Atraumatic Grasping forceps which should be bent at the
distal end and can turned independently of its sheath and jaw. Size : 5.8mm dia, working
length 400mm.
11. It should have double rotatable “Mixter” Dissector which should be bent at the distal end
and can turned independently of its sheath and jaw. Size : 5.8mm dia, working length
400mm.
12. It should have double rotatable “Metzenbaum” Scissors which should be bent at the distal
end and can turned independently of its sheath and jaw. Size : 5.8mm dia working length
400mm.
13. It should have inline double curved “Maryland” Dissector which can be fixed at any
desired position and be able to rotate the jaw section. Size : 5.8mm dia, working length
400mm.
14. It should have inline double curved Atraumatic Grasping forceps which can be fixed at any
desired position and be able to rotate the jaw section. Size : 5.8mm dia, working length
400mm
15. It should have inline double curved “Mixter” Dissector which can be fixed at any desired
position and be able to rotate the jaw section. Size : 5.6mm dia, working length 400mm.
16. It should have inline double curved “Metzenbaum” Scissors which can be fixed at any
desired position and be able to rotate the jaw section. Size : 5.8mm dia, working length
400mm.

Page No.335
17. It should have a High Definition Logic 3 CCD Camera with HDMI (High Definition
Multimedia Interface) and compatible with the graphics interface DVI (Digital Visual
Interface) as used in monitors and documentation system.
18. Technical Data
INTEGRATED TEXT GENERATOR : YES
OPERATED BY EXTERNAL KEYBOARD (
USB) ?

HD OUTPUTS HDMI : 2 X HDMI


HD OUTPUTS 3G-SDI : OPTIONAL ( OTHER MODEL)
HD PICTURE-IN-PICTURE INPUTS : 3G-SDI/HD-SDI /SD-SDI
FBAS (COMPOSITE) OUTPUTS : 1 X FBAS, COMPOSITE
Y/C (S-VIDEO) OUTPUTS : 1 X Y/C, S-VIDEO
REMOTE OUTPUTS : 2
INTEGRATION INTO CENTRALLY : YES
COMPUTER CONTROLLED OR-CONCEPT
( DIGITAL OR, CORE)

SYSTEM INTERFACE : CAN- BUS


COMMUNICATION PROTOCOL : CAN-OPEN-BUS PROTOKOL
PROTECTION CLASS COMPLYING WITH : I
EN-60601-1
DEGREE OF PROTECTION AGAINST : IP 20
PENETRATION OF LIQUIDS
CLASSIFICATION OF APPLIED PART : YES, CF
ELECTROMAGNETIC COMPATIBLITY : EN 60601-1-2/IEC 601-1-2
(EMC)
MEDICAL DEVICE DIRECTIVE 93/42 EEC : CLASS I
POWER SUPPLY, MAINS (V) : 100-240
MAINS FREQUENCY : 50/60 HZ
POWER CONSUMPTION : MAX. 100 VA
DIMENSIONS IN MM (W X H X D) : 300 X 120 X 416
WEIGHT IN KG : 5.8
19. It should have a Medical Grade 26” LCD HD Monitor with PAL Colour System, S-VHS
and RGB compatible and more than 1000 Pixel Resolution.
20. It should have a Xenon Light Source 300W short arc lamp with Classification : CF, Power
consumption : 380-480 VA, Colour Temp.: 6000k
21. CO2 Insufflator
A. It should have a CO2 Insufflators with capacity not less than 40-45 Litres with heating
facility. It should be supplied with all tubings, filters pressure reducers, CO2 Cylinder of
20 Kg capacity & Foot switch etc.

Page No.336
22. Fluid Management system
A. It should have a microprocessor control, irrigation pump for hysteroscopy with fluid
monitoring systems
B. It should have a digital display system and the unit should be placed on the mobile stand
with necessary fluid container. Should be supplied with all accessories including reusable
silicone tube.
C. Technical data :
POWER SUPPLY : 100-240V , 50/60 HZ
POWER CONSUMPTION : MAX 72 VA
SAFETY CLASS : 1
CLASSIFICATION : BF
OPERATING CONDITIONS : +10° TO 40°/
30% TO 75% RELATIVE HUMIDITY
PRESSURE RANGE : 15-150 mm Hg
DELIVERY RATE : 150-500 ml/min
DIMENSIONS : 330 X 155 X 390 MM
WEIGHT : APPROX 7 KG
23. High Definition Recording System
A. It should have a High Definition Recording System with Video inputs, outputs. It
should have Progressive scanning and image capture 1280 x 1020, Stereo audio input,
B. Minimum hard disk capacity – 250 GB or more. It should be supplied with Touch
Screen Monitor
24. Mobile Video Trolley
A. It should have Mobile Universal Video Trolley having 4 Shelves, 3 of which should be
fully height adjustable, Integrated Cable ducts, 4 Antistatic Smooth- Running Double
Casters, 2 of which should be lockable.
B. It should have Basic Electrics to connect 12 Electrical Units, Mains Voltage 230V,
Consisting of : 1 Housing, 1 Mains Module, 1 Unit Socket Outlet 1 Main Switch, 6 Unit
Mains Cables.
C. It should have a Camera Head Holder For HD Camera Head
D. It should have Holder for Light Cables with connectors.
E. It should have height adjustable Infusion Bottle Holder to support max. weight 8 kg.
Side Mounting and clamp included.
F. It should have Cover Assembly consisting of: Lockable Tinted Safety Glass Doors and
Lockable Rear Panel and Side Panels Left & Right.
G. It should have adjustable swiveling arms for mounting TFT-LCD Monitor
H. Trolley should have necessary arrangement to balance the trolley due to heavy weight of
extended arm and equipments.
25. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)

Page No.337
26. The participating firm must be dealing with the quoted / similar equipment for the last 3
years
27. Preference will be given to the firms having Delhi based service centre to minimize down
time.
28. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
29. Rates of consumables / accessories items to be quoted separately by the firm which should
be valid for least 3 years
30. Five years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.338
Schedule No. 145
Tender Code No. 11-66/2016-LH(S)

Specification of Advanced Video Urodynamic Work Station


1. Should be able to perform the following tests: Uroflowmetry, CMG, Pressure Flow, EMG,
Video Urodynamics, Bubble Detector Sensor & UPP.
2. The system should have a measurement tower and evaluation cart, both should
communicate wirelessly and everything should be mounted on an imported trolley and
should have Touch Screen Dual Monitor display with industrial PC.
3. The measurement tower should have LCD display to adjust parameters.
4. Should have 8 configurable pressure channels and should be able to display up to 16
channels at once to allow multiples tests on one screen.
5. Should be supplied Reusable Pressure Transducer with automatic zero facility, pressure
range of (-40 to 350cm of H2o).
6. Should be supplied with two weight based Uroflow transducers both wired or one wired and
another Wireless Uroflow Transducer. Both should have flow range of 0-50ml/sec with
volume range up to 300-1000ml. should have auto record and auto zero facility for
Uroflowmeter.
7. Should be supplied with 4 EMG amplifiers with high sampling rate 4500-5000 Hz for
detailed Sphincter monitoring.
8. Should have capability to perform Video Urodynamics, having facility for rapid sequential
capturing (both images and video) and playback facility of up to 100 images. Should be
supplied with latest software and hardware to do Video Cystometry.
9. Should be supplied with compatible C-ARM for doing Video Urodynamics.
10. Should be supplied with wireless UPP module with Puller and stand for doing Urethral
Pressure Profilometry.
11. Should have software for PDF report generation facility.
12. Should be supplied with software for data storage facility
13. Should be supplied with Bubble Detector Sensor.
14. Should be supplied with Wireless configurable Remote Control – 1 no.
15. Should be supplied with US FDA / European CE approved Digital Perineometer – 1 No for
checking strength of each pelvic contraction.
16. Should have the facility to carry all tests with Aircharged catheter or water charged catheter.
17. Should be supplied with radiolucent Micturation chair, funnel and beaker. The chair should
be compatible with the C Arm for doing video Urodynamics.
18. Should be supplied with Computer Runs on Window 7, 64 bit, Intel Core i3 Processor, 2.33
GHz CPU, 4 GB RAM, 2 TB Hard Drive, On Board Video, LAN, Audio, SATA, Carbon
Copy Software for mirroring of data, Wireless Bluetooth Communication Package (USB
Version), 56 K Modem, Washable Mouse & Washable Keyboard, Serial: 4 USB 2.0 Port &
DVD +/- RW and dual monitor.
19. Should be Color Laser printer with 5 sets of cartridges and 100 A4 size paper rims.
20. Should have ICS nomogram, Siroky, Purr and Schaffer Nomograms.
21. Should be supplied with following Consumables Kit :
a. Catheter for water filled Urodynamics:
i. Dual Lumen Catheter, 7 Fr. for Cystometry - 10 pcs
ii. Dual Lumen Abdominal Rectal Balloon Catheter, 9 Fr. for Cystometry-10 pcs
iii. Triple Lumen Catheter, Female, 7 Fr. for UPP - 10 pcs
iv. Pressure Cuff for perfusion – 1 no.
v. Pump Tubing – 10 pcs.
vi. Pressure Transducer – 10 nos.

Page No.339
b. Catheter for Air Charged Urodynamics:
i. 7 Fr. Single Sensor bladder catheter for Cystometry - 10 pcs
ii. 7 Fr. Abdominal Rectal Balloon Catheter - 10 pcs
iii. 7 Fr. Dual Sensor Catheter for UPP - 10 pcs

c. EMG Patch Electrodes – 10 sets


d. Transducer Cartridge with Luer Lock Plug – 10 pcs.
e. EMG Cable shielded – 4 nos.
f. EMG Cable non-shielded – 10 nos.
g. Connection tubing - 10 pcs.

22. Should have US FDA /European CE approval.


23. Quoted model should be functioning satisfactorily for at least 3 years in Govt. / Reputed
institution (Performance report to be attached)
24. The participating firm must be dealing with the quoted / similar equipment for the last 3
years
25. Preference will be given to the firms having Delhi based service centre to minimize down
time.
26. Demonstration whenever required should be arranged. The firms must have installation of
quoted / similar model in NCR.
27. Rates of consumables / accessories items to be quoted separately by the firm which should
be valid for least 3 years
28. Five years of standard warranty followed by five years Comprehensive maintenance
contract. CMC Rates should be quoted in price bid

Page No.340
Schedule No. :146
Tender Code: 15-65/2016-LH(S)

HIGH DEFINITION 3 CHIP CAMERA

A Full High Definition system should consist of the following items:


1. Full high definition video processor system

2. Full high definition 3 chip autoclavable Camera head

3. Powerful 300w Xenon Light source

4. 26” Full High definition medical grade monitor

5. Trolley to accommodate all equipment

Full high definition video processor system:


- A full high definition processor should have resolution of 1920* 1080 pixels.

- Should have compatibility for selecting progressive / interlaced output

- Optical image enhancement of capillary vessels and fine patterns in the superficial layer of
mucosa for early detection of lesions.

- Should have a USB slot so as to take still picture of Endoscope images.

Full High definition 3 Chip Autoclavable Camera head:


- The full HD Camera head should have resolution of 1920 * 1080 pixels

- Should have motorized optical zoom ranging from 0.9x to 1.8x and can be varied
seamlessly

- Should have motorized focus function which can be varied from coarse to fine image.

- Should have 3 programmable buttons which can be configured through the processor.

- The camera head must be autoclavable.

- Should be provided with compatible camera head complex

- Camera console should have inbuilt USB port (preferably 2) for direct recording of videos

Powerful 300W Xenon light source


- A powerful 300 Watt Xenon Lamp with emergency lamp facility

- Lamp life should be min. 500hrs

- Automatically adjusts light intensity to achieve ideal illumination

- An autoclavable type optic fiber light guide cable to be provided for better protection
against mechanical and thermal stress , it should have adaptor to fit various scopes

Page No.341
- Length should be around 3 meter

- The light guide cable should be autoclavable.

- Spare lamp should be provided- 5 in number

28” Full high definition medical grade monitor:


- Should have minimum 26” inches size

- A medical grade high definition monitor with resolution of minimum 1920*1080

- should have 16:9 aspect ratio

- Option for wall mounting & desktop in same unit

- Should have HD input like DVI

Trolley:
- Trolley should accommodate all equipment (preferably from same manufacture )

- The system should be EC, ISO & USFDA approved

- Comprehensive Warranty 5 years and post warranty CMC 5 years

- Service Centre in Delhi/NCR

Page No.342
Schedule No. : 147
Tender Code: 15-95/2016-LH(S)

1. Metal anchors for Rotator cuff fixation (Titanium)

Size 5mm

Should be self drilling and self tapping mechanism

Should have the wedge design for easy anchor insertion

Should be preloaded with two strands of #2 sutures

Should have independent parallel dual suture eyelets for easy knot tying

Should be available with needles and without needles

Anchor inserter should have vertical laser mark for anchor eyelet orientation

Appropriate instrumentation should be provided free of cost for use during surgery. Should be

USFDA and DCGI approved

2. Metal anchors for Labrum fixation. (Titanium)

Size 3mm

Should have self drilling and self tapping mechanism

Should have the wedge design for easy anchor insertion

Should be preloaded with one strands of #2 sutures

Should have independent parallel dual suture eyelets for easy knot tying

Anchor inserter should have vertical laser mark for anchor eyelet orientation. Should be USFDA

and DCGI approved

Appropriate instrumentation should be provided free of cost for use during surgery.

3. Metal screw for ACL/PCL fixation- should be US FDA and DCGI approved

Should be of titanium material

Should have 1.5mm cannulation

Should have a tapered design for ease in insertion and rounded head

Should be available in diameter from 7mm-10mm each with length of 20mm, 25mm, 30mm

Page No.343
Should be able to be used for hamstring as well as BTB graft fixation

Appropriate size Hex driver should be supplied for insertion.

Replacement Warranty 1 years.

Page No.344
Schedule No. : 148
Tender Code: 15-96/2016-LH(S)

Ultrasonic Bronchovideoscope

1. Field of View should be 80 degree or more


2. Depth of field should be 3 – 50 mm or better
3. Working Channel diameter should be 2.0 mm or more
4. Working length should be 600 mm or more
5. UP and DOWN Angulation should be 120 degree and 90 degree or better
6. Should have autoclavable suction valve to avoid cross-contamination risk.
7. Should have facility to check leakage by pressure regulated leak tester.

Light Source & Video processor

1. High resolution High Definition TV compatible colour video processor with option of
additional modalities like Narrow band Imaging etc.
2. Should be compatible with the above EBUS scope and ultrasound processor.
3. Should allow a PIP for all combinations of Bronchoscopy and Ultrasound Images.
4. Should be able to capture images and store using a storage media or inbuilt capacity.
5. Light source should have high power Xenon Light.

Ultrasound Processor
1. Scanning angle should be 60 degrees or more
2. Scanning mode: should have B, M and Colour Doppler modes.
3. Should be able to scan with direct contact as well as using balloon
4. Should be compatible with both longitudinal scan of the bronchovideoscope as well as
radial probe
5. Should be quoted with Endoscopic Ultrasonic Radial Probes capable of 360 degree
scanning both in central and peripheral regions of the bronchial tree. They should be able to
scan both with direct and balloon contact method. Three different probes should be quoted,
at least two of them should be able to pass through a working channel of 2 mm and be guide
sheath compatible.
6. All the components required like cables, driving unit, guide sheath kit etc should be
included.

Accessories

 All accessories should be from the same principal company. These should be compatible
with the ultrasonic videobronchoscope

1. Ebus TBNA needle with adjustable length and locking mechanism so that a predetermined
length of needle can be inserted. - 25 in Number.
2. Sterile balloons for using on bronchoscope and radial probes – 50 in number
3. Balloon installation device – 2 in number
4. Vacuum syringes- 4 in no.
5. Operator should be able to capture ultrasonic and video images for report generation, if
required foot pedals may be provided for the purpose and configured with system.

Page No.345
Monitor

1. Should be quoted with medical grade 26 inch LCD monitor with 2 output and 2 input
channels. The ultrasonic and video images should be visible large and clear simultaneously.

The system would have to be configured with the Computer and printer available in the department
for image capturing and report generation. The system should be quoted with a good quality trolley
on which all components can be safely and securely mounted. The system should be independently
and completely functioning in all aspects.
A. Warranty of 5 years
B. CMC for 5 years to be quoted
C. Cost of all accessories and spares to be quoted for next 5 years.

Page No.346
Schedule No. 149
Tender Code No. 11-83/2016-LH(S)

Specifications for fully automated clinical chemistry analyzer


(600 through put Analyzer)

Description of system function


1. Fully automated chemistry analyzer with minimum 10 open Channels, Discrete,
Multi-channel, Random access clinical chemistry analyzer with ISE. It must be
latest on the production line. The Equipment should be new and not the
refurbished one. Supplier must provide original documentary proof of the date
and place of manufacturing of supplied equipment. The decision of selecting the
parameters and number of parameters to be opened shall rest with the user
department. The onus of opening the channels lies with the manufacturer i.e. the
successful bidder shall have to demonstrate proper trial runs for the tests to be
done in the open channels using hospital JPC approved reagents without any
extra cost to the hospital as and when required
2. Assay Mode: Photometric end point, kinetic, ISE, bi-chromatic and immuno-
turbidimetric.
3. Through Put: at least 600 (Six hundred) or more tests per hour with ISE (Na+,
K+, Cl-)out of which at least 400 (four hundred)should be photometric tests.
4. Onboard parameters: Minimum 40 onboard parameters at a time.
5. Sample: Plasma, Serum, Urine, CSF and other body fluid analysis facility.
6. Sample loading: At least 60 sample positions with continuous loading. It should
have capability to detect Bubble, viscosity check, hemolysis and low sample
volume.
7. The System should be able to take samples from primary/secondary tubes,
sample cups, pediatric cups
8. System should have automatic re-run, automatic reflex testing and have facility
for continuous loading of stat samples without interrupting the routine run with
at least 10 stat sample positions.
9. Photometer: Multi-wavelength diffraction grating based photometric system
wavelengths ranging from 300-800 nm.
10. Lamp: Halogen/xenon lamp. Lamps shall have to be replaced by the successful
vender as per the requirement of the equipment during the entire validity of the
contract at zero cost to the user department.
11. Bar Code facility for samples and reagents.
12. Sample and reagent probe: Separate probes for Sample and Reagents.
13. Sample Probe: Probe must have liquid level detector/sensor and independent
washing facility. Also probe crash detection and sample clot detection facility
should be there. It should use <25µl sample in 0.1 µl increment.
14. Reagent probe: probe must have liquid level detector/sensor and independent
washing facility with probe crash detection facility.
15. Reagent compartment: Refrigerated reagent compartment/disk with
temperature 4-8°C or better and humidity control.

Page No.347
16. Reagent Management: Multiple reagent chemistries should be possible. Online
inventory of the reagents with number of remaining tests and expiry should be
available on screen.
17. Cuvettes: Permanent hard glass / quartz cuvettes/ plastic cuvette with onboard
washing facility or with disposable cuvettes.
18. Should have pre-& post- auto dilution of sample and re-run capability for out of
range samples. Also there should be facility for serial dilution in multipoint
calibration.
19. Quality control: Real time, individual and cumulative quality control with
automatic QC programming with L-J graphs. Printout of QC charts & reports.
20. Software :
 Compatible, programmable windows based user friendly software with
comprehensive data processing and management system.
 Graphical user interface software.
 LIS and HIS capability.
 LIS and Interface connectivity with analyzer must be provided.
 Complete backup of the database for calibration, control and patients sample
result.
 At least 10,000 patient results storage and multitasking facility on computer.
 Personal computer with touch screen monitor, laser printer compatible with
normal A4 size paper etc.
21. Complete circuit diagram and service manual and operating manual must be
provided. User/technical/maintenance manuals to be supplied in English.
Supplier must provide original documentary proof of the date and place of
manufacturing of supplied equipment.
22. Backup analyzer of the all the above specifications with same throughput will
have to be provided along with the main equipment. Same reagents packs should
be used on both the analyzers. It should also be new equipment and not a
refurbished one.
23. Water purification unit: All vendors shall have to supply the compatible water
treatment plant (based on RO principle or any latest technology) for both the
instruments separately along with necessary plumbing and adequate size storage
tank. It is the responsibility of the vendor to maintain the water quality for the
equipment irrespective of the quality of the feed water supplied in the hospital.
24. All related plumbing for whole instrument with suitable diameter pipes for input
as well as drain water should be done by the company. Also suitable stand for
water purification system and storage tank should be provided.
25. UPS: Equipment should be supplied with compatible online UPS for entire
machine with at least 60min battery backup.
26. Certification: Should have quality certification like FDA/European CE
(marking which meets the norms of European Union/ BIS for equipment as well
as for the reagents.
27. On-site training: Comprehensive and full training of all technical staff and
faculty in the user department by the successful bidder for operating the
equipment at installation point.
28. Log book with instructions for daily, weekly, monthly and quarterly
maintenance checklist. The job description of company service engineer should
be clearly spelt out and they should be based in Delhi/NCR.
29. Certificate of Traceability for calibrators, traceable to national/international
reference standards to be submitted with the technical bid document.

Page No.348
30. At least two installations and satisfactory functioning certificate minimum for 3
years from government hospitals/NABL certified labs especially from the HOD
or in-charge of the lab should be furnished in the technical bid.
31. The system should be supplied with necessary pre-requisites and startup kits free
of cost, for 500 tests each, for all the parameters listed in the price bid evaluation
document with calibrators and controls as per the requirement of the user.
Validation protocol to be completed on site by company at their own cost.
32. Manufacture of equipment must also be manufacturing the reagents/kits needed
for the machine. However, quality control sera may be of third party.
33. Compliance report Performa: Compliance report to be submitted in a
tabulated and point wise Performa clearly mentioning the page/ paragraph
number of original catalogue/data sheet.
34. No spare parts/accessories of the equipment including UPS with batteries and
water units will be purchased by the hospital during the warranty period and all
these shall be provided free of cost by the bidder only.
35. Assured supply of spares and consumables for 10 years at least.
36. Manufacturer should provide a link with an additional computer in the nearby
room for the review/retrieval of reports from the main equipment.
37. Comprehensive warranty includes replacement of all parts which might require
replacement even due to wear/tear which may or may not affect the routine
functioning of the equipment) for first 5 years. CMC rates for next years after
warranty (including accessories and RO system + UPS with batteries + computer
system) for next5 years to be quoted at the time of tender only. If due to some
reason company is not able to repair the equipment, the equipment of similar
specification and same throughput should be installed free of cost at the same
term and conditions till the10 years period is completed.
38. Cost of Reagents & all the consumables should be quoted at the time of tender
and price shall be fixed for 10 years. During this period benefit of any fall in
rates shall have to be passed to the user department.
39. Based on the workload provided by the user department, the bidder shall have to
quote all other items and their quantities which are likely to be consumed daily
for the tests listed in the bidder quote document. Anything which is not quoted
by the bidder in the technical and price bid document shall have to be supplied
free of cost for the entire validity period.
40. The bidder shall also submit a separate list of all other tests which can be
performed on the equipment but not mentioned in the bidder quote in the
technical bid. The bidder shall also submit/upload the rate-list of all these
additional tests as per the compliance to above clause. These rates shall be
frozen for the entire validity of the contract. However, these rates are not taken
into consideration for price bid evaluation.
41. Manufacturer should have at least 5 years continuous standing in the market. The
company should provide a suitable proof for the same.
42. Facility for Onsite Up-gradation to increase the through put or integrate with
immunoassay system should be possible if needed in the future and upgraded
model should be available currently also and in the future. Up gradation can be
done with the current higher model or with the higher model that would be
available at that time.
43. Cumulative cost (including cost of the equipment, cost per test and CMC for
next 5 years i.e. from sixth to tenth year) will be taken into consideration for
finalization of the bid. Price bid evaluation document attached.

Page No.349
44. The institute shall reserve the right to purchase or not to purchase the reagents
from the successful bidder. It is possible that the price of the reagent can be
included for price bid evaluation only.
45. On site demonstration facility should be available at a reputed institution
preferably Delhi/NCR.
46. Downtime should be less than 4 working hrs. (i.e. of the total running time of the
machine which can be calculated at the rate of 24hrs/ day running time per
equipment). Penalty will be levied as per the jurisdiction of the institute in case
of frequent breakdown and flouting the downtime clause. Maximum down time
for both equipments at a stretch should not be more than 6hrs. During this period
the vendor will be responsible for the samples to be analyzed by a NABL
accredited lab without any financial burden to the institute.
47. Operation Qualification, Performance Qualification and Installation
Qualification should be submitted at the time of tender and validation of various
parameters should be done up to the user satisfaction at the time of installation.
48. All rates wherever required to be quoted in Indian currency.
49. All civil, electrical and air conditioning work in the room for installing the
equipment shall have to be done in consultation with the hospital and successful
bidder. The bidders may visit the site of installation before submitting the bid.
The hospital reserves the right to shift the site to any similar location in the
hospital.
50. Where-ever applicable, the reagent wastage cost due to mechanical error of the
equipment should be compensated free of cost by the bidder.

*All these above conditions can be reviewed or modified in pre-bid meeting. If


representative of any company does not attend the Pre-bid meeting, the complaints
regarding the tender specification document will not be entertained.

Bidder quote for the fully automated Chemistry Analyzer for Trauma Centre
Lab (600 throughput)

The bidder must also quote the following in a tabulated PDF form. The rates quoted
in this table shall remain fixed for first five years from date of installation.

A. Cost of the equipment and Backup (including 5 Years Warranty)


B. 5 Yrs. CMC charges after warranty (CMC will be paid annually).
A B
Cost of the equipment and 5Yrs. CMC charges after warranty
Backup(including 5 Years Warranty) (CMC will be paid annually).

6th 7th 8th 9th 10th


Yr. Yr. Yr. Yr. Yr.

Page No.350
C. TABLE – The Price of the following reagents should be quoted at the time of
tender and freeze for 10 Years.
S Name of Assay Approximat Kits Rate Rate Number Cost of Kits Ten year
no e size per per of Kits (yearly consumption
No. of tests in kit test likely to consumption)
required for terms be
the of consume
assay(Mont numb d (To the
hly) er of next
test higher
digit if
calculatio
n leads to
fractional
number
of kits.)
1. Glucose 11500

2. Urea 11500

3. Creatinine 11500

4. T. Bilirubin 3500

5. D. Bilirubin 3500

6. Amylase 8000

7. Sodium 11500

8. Potassium 11500

9. Urinary Protein 300

10. Multi Usage


calibrator/ according
Specific to Kit insert
Calibrator/ of each
Control specific
test/NABL
guidelines
11. Any other
document to be
quoted by the
bidder

Page No. 351


 The bidder whose bid is the lowest as per the total of amounts in A, B and C
will be considered as L1.
 The Rates of all consumable/accessories like tips, Buffer solutions, wash
solutions, Electrodes, Membranes, Cuvettes, Probes etc. or any other reagent
for the day to day running of the equipment should be included at the time of
tender and should be quoted in the table C on the basis of the above projected
work load.
 However, while issuing the bid acceptance letter and A/T document, the price
payable shall be only that listed at S. No. A for equipment only and CMC
charges will be paid annually after expiry of warranty.
 Any amount quoted in table C shall be paid for at the time of actual purchase
of the kits and consumables.
 For Electrolytes, the price of all the consumables (e.g. buffers/ Electrodes/
Membranes) must be included with in the Rate per kit.
 The Price of Wash Buffer or any other reagent for the day to day running of
the equipment must be included in the price bid and should be quoted in
consideration of the work load.
 The Price of the other parameters reagents which are available /can be
programmed on the equipment but not mentioned in the above table must be
quoted in the price bid only (If needed to be started in future).
 If any reagents or consumables etc. essential for the day to day functioning of
the equipment not quoted at the time of tender, the supplier has to supply them
free of cost.
 Onboard stability of reagents should be at least 30 days for the parameters
frequently used and at least 45 days for the less frequently used parameters and
shelf life of reagents should be at least 6 months.

Page No.352
Schedule No. 150
Tender Code No. 11-84/2016-LH(S)

Specifications for fully automated clinical chemistry analyzer


(2000 or more through put Analyzer)
Description of system function
1. Fully automated chemistry analyzer with minimum 10 open channels, discrete, multi-
channel, random access clinical chemistry analyzer with ISE. It must be latest on the
production line. The Equipment should be new and not the refurbished one. Supplier must
provide original documentary proof of the date and place of manufacturing of supplied
equipment. The decision of selecting the parameters and number of parameters to be opened
shall rest with the user department. The onus of opening the channels lies with the
manufacturer i.e. the successful bidder shall have to demonstrate proper trial runs for the
tests to be done in the open channels using hospital JPC approved reagents without any
extra cost to the hospital as and when required.
2. Assay Mode: Photometric end point, kinetic, ISE, bi-chromatic and immunoturbidimetric.
3. Through Put: at least 2000 (two thousand) or more tests per hour with ISE (Na+, K+, Cl-)
out of which at least 1200 (twelve hundred) shall have to be photometric tests.
4. Onboard parameters: Minimum 50 onboard parameters at a time.
5. Sample type: Plasma, Serum, Urine, CSF and other body fluid analysis facility.
6. Sample loading: At least 200 sample positions with continuous loading. It should have
capability to detect Bubble, viscosity check, hemolysis and low sample volume.
7. The System should be able to take samples from primary/secondary tubes, sample cups,
pediatric cups.
8. System should have automatic re-run, automatic reflex testing and have facility for
continuous loading of stat samples without interrupting the routine run with at least 40 stat
sample positions.
9. Should have pre & post auto dilution of sample and re-run capability for out of range
samples. Also there should be facility for serial dilution in multipoint calibration.
10. Photometer: Multi-wavelength diffraction grating based photometric system wavelengths
ranging from 300-800 nm.
11. Lamp: Halogen/xenon lamp. Lamps shall have to be replaced by the successful vender as
per the requirement of the equipment during the entire validity of the contract at zero cost to
the user department.
12. Bar Code facility for samples and reagents.
13. Sample and reagent probe: Separate probes for Sample and Reagents.
14. Sample Probe: Probe must have liquid level detector/sensor and independent washing
facility. Also probe crash detection and sample clot detection facility should be there. It
should use <25µl sample in 0.1 µl increment.
15. Reagent probe: probe must have liquid level detector/sensor and independent washing
facility with probe crash detection facility.
16. Reagent compartment: Refrigerated reagent compartment/disk with temperature 4-8°C or
better and humidity control.
17. Reagent Management: Multiple reagent chemistries should be possible. Online inventory
of the reagents with number of remaining tests and expiry should be available on screen.
18. Reaction Cuvettes: Permanent hard glass / quartz cuvettes/ plastic cuvettes with onboard
washing facility or with disposable cuvettes.

Page No.353
19. Quality control: Real time, individual and cumulative quality control with automatic QC
programming with L-J graphs. Printout of QC charts & reports.
20. Software :
 Compatible, programmable windows based user friendly software with
comprehensive data processing and management system.
 Graphical user interface software.
 LIS and HIS capability.
 LIS and Interface connectivity with analyzer must be provided.
 Complete backup of the database for calibration, control and patients sample
result.
 At least 10,000 patient results storage and multitasking facility on computer.
 Personal computer with touch screen monitor, laser printer compatible with
normal A4 size paper etc.
21. Complete circuit diagram, service manual and operating manual must be provided.
User/technical/maintenance manuals to be supplied in English.
22. Backup analyzer of the all the above specifications with same throughput will have to be
provided along with the main equipment. Same reagents packs shall have to be used on both
the analyzers. It should also be new equipment and not a refurbished one.
23. Water purification unit: All vendors shall have to supply the compatible water treatment
plant (based on RO principle or any latest technology) for both the instruments separately
along with necessary plumbing and adequate size storage tank. It is the responsibility of the
vendor to maintain the water quality for the equipment irrespective of the quality of the feed
water supplied in the hospital.
24. All related plumbing for whole instrument with suitable diameter pipes for input as well as
drain water shall have to be done by the company. Also suitable stand for water purification
system and storage tank should be provided.
25. UPS: Equipment should be supplied with compatible online UPS for entire machine with at
least 60min battery backup.
26. Certification: Should have quality certification like FDA/ CE (marking which meets the
norms of European Union)/ BIS for equipment as well as for the reagents.
27. On-site training: Comprehensive and full training of all technical staff and faculty in the
user department by the successful bidder for operating the equipment at installation point.
28. Log book with instructions for daily, weekly, monthly and quarterly maintenance checklist.
The job description of company service engineer should be clearly spelt out and they should
be based in Delhi/NCR.
29. Certificate of traceability for calibrators, traceable to national/international reference
standards to be submitted with technical bid document.
30. At least two installations and satisfactory functioning certificate minimum for 3 years from
government hospitals/NABL certified labs especially from the HOD or in-charge of the lab
should be furnished in the technical bid.
31. The system should be supplied with necessary pre-requisites and startup kits free of cost, for
500 tests each, for all the parameters listed in the price bid evaluation document with
calibrators and controls as per the requirement of the user. Validation protocol to be
completed on site by the company at their own cost
32. Manufacture of equipment must also be manufacturing the reagents/kits needed for the
machine. However, quality control sera may be of third party.
33. Compliance Report Performa: Compliance report to be submitted in a tabulated and point
wise Performa clearly mentioning the page/ paragraph number of original catalogue/data
sheet.
34. No spare parts/accessories of the equipment including UPS with batteries and water units
will be purchased by the hospital during the warranty period and all these shall have to be
provided free of cost by the bidder only.
Page No.354
35. Assured supply of spares and consumables for 10 years at least.
36. Manufacturer should provide a link with an additional computer in the nearby room for the
review/retrieval of reports from the main equipment.
37. Comprehensive warranty includes replacement of all parts which might require replacement
even due to wear/tear which may or may not affect the routine functioning of the equipment
for 5 years. CMC rates for next 5 years after warranty (including accessories and RO system
+ UPS+ computer system) to be quoted at the time of tender only. If due to some reason
company is not able to repair the equipment, the equipment of similar specification and
same throughput should be installed free of cost at the same terms and conditions till the10
year period is completed.
38. Cost of Reagents &all the consumables should be quoted at the time of tender and price
shall be fixed for 10 years. During this period benefit of any fall in rates shall have to be
passed to the user department.
39. Based on the workload provided by the user department, the bidder shall have to quote all
other items and their quantities which are likely to be consumed daily for the tests listed in
the bidder quote document. Anything which is not quoted by the bidder in the technical and
price bid document and essential for performing the listed tests shall have to be supplied
free of cost for the entire validity period of the contract.
40. The bidder shall also submit a separate list of all other tests which can be performed on the
equipment but not mentioned in the bidder quote in the technical bid. The bidder shall also
submit/upload the rate-list of all these additional tests as per the compliance to above clause.
These rates shall be frozen for the entire validity of the contract. However, these rates are
not taken into consideration for price bid evaluation.
41. Manufacturer should have at least 5 years continuous standing in the market for that
equipment. The company should provide a suitable proof for the same.
42. Facility for Onsite Up-gradation to increase the through put or integrate with immunoassay
system should be possible if needed in the future and upgraded model should be available
currently also and in the future. Up gradation can be done with the current higher model or
with the higher model that would be available at that time.
43. Cumulative cost (including cost of the equipment, cost per test and CMC for next 5 years
i.e. from sixth to tenth year) will be taken into consideration for finalization of the bid. Price
bid evaluation document attached.
44. The institute shall reserve the right to purchase or not to purchase the reagents from the
successful bidder. It is possible that the price of the reagent will be included for Price bid
evaluation only.
45. On site demonstration facility should be available at a reputed institution in Delhi/NCR.
46. Downtime shall have to be less than 4 working hrs. (i.e. of the total running time of the
machine which can be calculated at the rate of 8 hours/ day running time) per equipment.
Penalty will be levied as per the jurisdiction of the institute in case of frequent breakdown
and flouting the downtime clause. Maximum down time for both the equipment’s at a
stretch should not be more than 72 hours or 3 days. During this period of 72 hours, the
vendor will be responsible for the analysis of samples by a NABL accredited lab without
any financial liability to the institute. The vendor will be responsible for the transportation
of samples from the lab and for the dispatch of results to the lab from the outsourced lab.
47. Operation qualification, Performance qualification and installation qualification should be
submitted at the time of tender and validation of various parameters should be done up to
the user satisfaction at the time of installation.
48. All rates wherever required to be quoted in Indian currency.
49. All civil, electrical and air conditioning work in the room for installing the equipment shall
have to be done in consultation with the hospital and successful bidder. The bidders may
visit the site of installation before submitting the bid. The hospital reserves the right to shift
the site to any similar location in the hospital.

Page No.355
50. Where-ever applicable, the reagent wastage cost due to mechanical error of the equipment
shall have to be compensated free of cost by the bidder.

* All these above conditions can be reviewed or modified in pre-bid meeting. If representative
of any company does not attend the Pre-bid meeting, the complaints regarding the tender
specification document will not be entertained.

Bidder quote for the fully automated Chemistry Analyzer (2000 throughput)

The bidder must also quote the following in a tabulated PDF form. The rates quoted
in this table shall remain fixed for first five years from date of installation.

A. Cost of the equipment and Back up equipment (including 5 Years Warranty)


B. 5 Yrs. CMC charges after warranty (CMC will be paid annually).
A B
Cost of the equipment and Backup 5Yrs. CMC charges after warranty (CMC
(including 5 Years Warranty) will be paid annually).

6th 7th 8th 9th 10th


Yr. Yr. Yr. Yr. Yr.

C. TABLE – The Price of the following reagents should be quoted at the time of
tender. These rate shall remain fixed for 10 Years from the date of award of
contract-

Page No.356
S Name of Approximate Kits size Rate Rate Number Cost of Kits Ten year
no Assay No. of tests in terms per per of Kits (yearly consumption
required for of kit Test likely to consumption)
the assay number be
(Monthly) of test consume
d
(To the
next
higher
digit if
calculatio
n leads to
fractional
number
of kits.)
1. Glucose 8000

2. Urea 5833
8000

3. Creatinine 8000
4. Uric Acid 6000

5. T. Bilirubin 3000

6. D. Bilirubin 3000

7. SGOT 6500

8. SGOT 6500

9. ALP 6000

10 T. Protein 4200

11 Albumin 4200

12 Calcium 4200

13 Phosphorus 4000
14 Cholesterol 2800

15 TG 2800

16 HDL 1000

Page No.357
17 LDL 400

18 Amylase 2000

19 Iron 1800

20 UIBC 1800

21 Lipase 500

22 Sodium 7500

23 Potassium 7500

24 Multi Usage
calibrator/ according to
Specific Kit insert of
Calibrator/C each specific
ontrol test/NABL
guidelines
25 Any other
document to
be quoted
by the
bidder

 The bidder whose bid is lowest as per the total of amounts in A and B and C
will be considered as L1.
 The Rates of all consumable/accessories like tips, Buffer solutions, wash
solutions, Electrodes, Membranes, Cuvettes, Probes etc. or any other reagent
for the day to day running of the equipment should be included at the time of
tender and should be quoted in the table C on the basis of the above projected
work load.
 However, while issuing the bid acceptance letter and A/T document, the price
payable shall be only that listed at table S. No. A for equipment only and CMC
charges will be paid annually after expiry of warranty.
 Any amount quoted in table C shall be paid at the time of actual purchase of
the kits and consumables.
 For Electrolytes, the price of all the consumables (e.g. buffers Electrodes,
Membranes etc.) must be included with in the rate per test.
 The Price of the reagents for other tests/ parameters which are available on the
equipment but not mentioned in the above table must be quoted in the Price
Page No.358
bid only (If needed to be started in future). The cost of these additional
parameters will not be taken for deciding L1.
 If any reagents or consumables etc. essential for the day to day functioning of
the equipment not quoted at the time of tender, the supplier has to supply them
free of cost.
 Onboard stability of reagents should be at least 30 days for the parameters
frequently used and at least 45 days for the less frequently used parameters and
shelf life of reagents should be at least 6 months.

Page No.359
Schedule No. 151
Tender Code No. 11-85/2016-LH(S)

Specifications For Fully Automated Chemiluminiscence System

1. Fully Automated Immunodiagnostic system based on latest Chemiluminiscence technology.


System should be latest in the order of manufacturing line of the company. The Equipment
should be new and not the refurbished one. Supplier must provide original documentary
proof of the date and place of manufacturing of supplied equipment.
2. Continuous loading facility of minimum 50 samples.
3. Universal Sample tray should accommodate multiple sample tube sizes/sample
cups/pediatric cups.
4. Universal barcode reader should be able to read multiple barcode types.
5. It should have the capability to do the assay in continuous, random, batch and stat mode.
6. It should have the facility to process various body fluids like serum, plasma, urine and other
body fluids.
7. It should have a throughput of more than 150 tests/hour
8. It should have the facility for detection of clot, bubble, hemolysis, viscosity and inadequate
sample.
9. The amount of sample required should be 10 to 100 µl or better.
10. It should have facility for on board dilution and reflex dilution for high and abnormal
sample.
11. It should preferably have disposable tip sampling system to prevent carryover.
12. At least 40 different Parameters should be available on the system and 15-20 parameters
should be possible to do at one time.
13. All the reagents should be ready to use.
14. Continuous access to loading and unloading reagents should be without disturbing the
processing of the samples.
15. It should have the inbuilt refrigeration system with temperature of 4-8°C or better with
controlled temperature and humidity.
16. It should have the capability of inbuilt inventory management system for reagents.
17. It should have the calibration stability of at least 3-4 weeks for each parameter.
18. It should have multiple lot calibration capabilities and calibration curve transition facility.
19. It should have suitable inbuilt software for monitoring QC system for the quality of result
obtained.
20. It should have the self- diagnosis and error recovery system with onboard operator guides
for efficient trouble shooting purpose.
21. Patient results should be available both test wise/patient wise with storage of at least 5000
results.
22. It should be compatible with the laboratory information system and Hospital information
system for on-line computerization of patient’s reports.
23. It should have online status for worksheet, sample, reagents, tips, quality controls.
24. It should have the facility to collect both liquid and solid waste for disposal.
25. Complete circuit diagram, service manual and operating manual must be provided.
User/technical/maintenance manuals to be supplied in English.
26. Compatible laser printer compatible with normal A4 size paper etc.to be supplied.
27. Parameters needed: Vitamin D, ACTH, Insulin, Complete Thyroid profile including
antibodies (i.e. TSH, Free and total T3 and T4, Anti TPO) , fertility profile including FSH,
LH, Testosterone, Estradiol, Prolactin, Total and free testosterone, DHEAS, cancer markers

Page No.360
e.g. AFP, CEA, CA -125, PSA, free PSA, Growth Hormones, Feto-maternal markers, iPTH,
Serum & Urinary cortisol and other latest parameters.
28. Log book with instructions for daily, weekly, monthly and quarterly maintenance checklist.
The job description of company service engineer should be clearly spelt out and they should
be based in Delhi/NCR.
29. Comprehensive and full training of all users by suppliers for operating the equipment at
installation point.
30. Backup analyzer of the all the above specifications with same throughput will have to be
provided along with the main equipment. Same reagents packs should be used on both the
analyzers. It should also be new equipment and not a refurbished one.
31. Water purification unit: All vendors shall have to supply the compatible water treatment
plant (based on RO principle or any latest technology) for both the instruments separately
along with necessary plumbing and adequate size storage tank. It is the responsibility of the
vendor to maintain the water quality for the equipment irrespective of the quality of the feed
water supplied in the hospital.
32. All related plumbing for whole instrument with suitable diameter pipes for input as well as
drain water should be done by the company. Also suitable stand for water purification
system and storage tank should be provided.
33. UPS: Equipment should be supplied with compatible online UPS for entire machine with at
least 60min battery backup.
34. Certification: Should have quality certification like FDA/ European CE (marking which
meets the norms of European Union) for equipment as well as for the reagents.
35. Certificate of Traceability for calibrators, traceable to national/international reference
standards to be submitted with the technical bid document.
36. The system should be supplied with necessary pre-requisites and startup kits free of cost, for
500 tests each, for all the parameters listed in the price bid evaluation document with
calibrators and controls as per the requirement of the user. Validation protocol to be
completed on site by company at their own cost.
37. At least two installations and satisfactory functioning certificate minimum for 3 years from
government hospitals/NABL certified labs especially from the HOD or in-charge of the lab
should be furnished in the technical bid.
38. No spare parts/accessories of the equipment including UPS with batteries and water units
will be purchased by the hospital during the warranty period and all these shall be provided
free of cost by the bidder only.
39. Assured supply of spares and consumables for 10 years at least.
40. Manufacturer should provide a link with an additional computer in the nearby room for the
review/retrieval of reports from the main equipment.
41. Comprehensive warranty includes replacement of all parts which might require replacement
even due to wear/tear which may or may not affect the routine functioning of the equipment
for 5 years. CMC rates for next 5 years after warranty (including accessories and RO
system + UPS+ computer system)to be quoted at the time of tender only. If due to some
reason company is not able to repair the equipment, the equipment of similar specification
and same throughput should be installed free of cost at the same term and conditions till
the10 year period is completed.
42. Cost of Reagents & all the consumables should be quoted at the time of tender and price
shall be fixed for 10 years.
43. Manufacturer should have at least 5 years continuous standing in the market The Company
should provide a suitable proof for the same.
44. Cumulative cost (including cost of the equipment, cost per test and CMC for next 5 years)
i.e. from 6th to 10th year) will be taken into consideration for finalization of the bid.
45. On site demonstration facility should be available at a reputed institution preferably
Delhi/NCR.

Page No. 361


46. Downtime should be less than 5% of the total running time of the machine which can be
calculated at the rate of 8hrs/ day running time. Penalty will be levied as per the jurisdiction
of the institute in case of frequent breakdown and flouting the downtime clause. Maximum
down time for both equipments at a stretch should not be more than 6hrs. During this period
the vendor will be responsible for the samples to be analyzed by a NABL accredited lab
without any financial burden to the institute.
47. Operation qualification, Performance qualification and installation qualification should be
submitted at the time of tender and validation of various parameters should be done up to
the user satisfaction at the time of installation.
48. All rates wherever required to be quoted in Indian currency.
49. All civil, electrical and air conditioning work in the room for installing the equipment shall
have to be done in consultation with the hospital and successful bidder. The bidders may
visit the site of installation before submitting the bid. The hospital reserves the right to shift
the site to any similar location in the hospital.
50. The reagent wastage cost due to mechanical error of the equipment should be compensated
free of cost by the bidder if applicable.

*All these above conditions can be reviewed or modified in pre-bid meeting. If representative
of any company does not attend the Pre-bid meeting, the complaints regarding the tender
specification document will not be entertained.

Bidder quote for the fully automated Chemiluminiscence Analyzer

The bidder must also quote the following in a tabulated PDF form. The rates quoted
in this table shall remain fixed for first Five years from date of installation.

A. Cost of the equipment and Backup (including 5 Years Warranty)


B. 5 Yrs. CMC charges after warranty (CMC will be paid annually)
A B
Cost of the equipment and Back up 5Yrs. CMC charges after warranty (CMC
(including 5 Years Warranty) will be paid annually).

6th 7th 8th 9th 10th


Yr. Yr. Yr. Yr. Yr.

C. TABLE - The Price of the following reagents should be quoted at the time of
tender. These rates shall remain fixed for 10 Years from the date of award of
contract-

S Name of Assay No. of tests Kits Rate Rate Number of Cost of Kits Ten year

Page No.362
no required for size in per per Kits likely to (yearly consump
the assay terms kit Test be consumed consumptio tion
(Monthly) of (To the next n)
numb higher digit
er of if calculation
test leads to
fractional
number of
kits.)
1. TSH 1200
2. fT4 1100
3. fT3 1000
4. FSH 150
5. LH 150
6. Progesterone 30
7. Estradiol 70
8. Prolactin 150
9. Cortisol 50
10. DHEAS 70
11. Insulin 175
12. PSA 80

13. Vitamin D 450


14. iPTH 200

15. Anti TPO 100


16. Testosterone 90
17. Multi Usage
calibrator/ according to
Specific kit insert of
Calibrator/ each
Control specific
test/NABL
guidelines

 The bidder whose bid is the lowest as per the total of amounts in A, B and C
will be considered as L1.
 The Price of Signal Reagent, Maintenance Reagent and Wash Buffer or other
reagent for the day to day running of the equipment should be included at the
time of tender and should be quoted in consideration of the work load.
 The price of disposable tips should also be quoted at the time of tender only.

Page No.363
 However, while issuing the bid acceptance letter and A/T document, the price
payable shall be only that listed at S. No. A for equipment only and CMC
charges will be paid annually after expiry of warranty.
 Any amount quoted in table C shall be paid for at the time of actual purchase
of the kits and consumables.
 The Price of the other (parameters) reagents not mentioned in the above table
but which can be programmed on the equipment shall be quoted at the time of
bid only and their price also should be frozen for next 10 years. The cost of
these additional parameters will not be taken for deciding L1.
 Onboard stability of reagents should be at least 30 days for the parameters
frequently used and at least 45 days for the less frequently used parameters and
shelf life of reagents should be at least 6 months.

Page No.364

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy